Finance Committee - Agenda - 6/7/2017 - P282
A. BIDDING REQUIREMENTS
13089K
A. BIDDING REQUIREMENTS
13089K
A-1.1
=.) THE CITY OF NASHUA eee
Financial Services
Purchasing Department
March 16, 2017
INVITATION TO BID
HVAC Upgrades
IFB0292-041017
The City of Nashua, Division of Public Works, invites experienced and qualified firms to submit bids for the replacement
or installation of several HVAC units at the Nashua Wastewater Treatment Facility (NWTF), located at 2 Sawmill Road,
Nashua, NH 03060. In addition to replacing or installing the HVAC units, all associated ductwork, fans, controls, valves,
traps, piping, lighting, electrical conduit and wire as well ceilings will need to be replaced or installed in the affected
areas. Please refer to the Contract Documents for further details.
INFORMATION FOR BIDDERS:
Bids must be submitted in triplicate (one (1) original and two (2) copies) prior to 3:00 pm on Monday, April 10, 2016
Central Purchasing, 229 Main Street, Nashua, Room 128, NH 03061, in sealed envelopes clearly marked “HVAC
Upgrades”. Bids will be publicly opened and read aloud at that time. Results showing all bidders’ identities and their
respective bid amounts will be available on our website, www.nashuanh.gov, under Services; Bid Opportunities; Bid
Results, (Refer to Document IFB0292-041017), within twenty-four (24) hours after the opening. Postmarks or other
timestamps will not be accepted in lieu of actual delivery. The firm can use whatever delivery mechanism it chooses as
long as it remains clear that the firm is responsible for submissions prior to the date and time.
Bids must be submitted in the format provided and address the items specified in the bid package. The City of Nashua
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 of Nashua reserves the right to waive any irregularities when the public interest will be served thereby. The City
of Nashua 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 of Nashua.
Completion time for the project will be calculated as calendar days from the date specified in the “Notice to Proceed”, as
follows:
270 calendar days for substantial completion
330 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.
A MANDATORY pre-bid conference to discuss the project is scheduled to begin promptly on Thursday March 23,
2017_ at 10:00 AM 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.
IFBO292 HVAC Upgrades
229 Main Street e Nashua, New Hampshire 03061 e Phone (603) 589-3330 e Fax (603) 589-3233
The Bidding Documents may be examined at the following locations:
1. City of Nashua, Wastewater Treatment Facility, 2 Sawmill Road, Nashua, NH 03062
(between 7:00 am to and 2:30 pm Monday through Friday, except legal holidays)
2. Construction Summary, 734 Chestnut Street, Manchester, NH 03104
3. Wright-Pierce, 230 Commerce Way, Suite 302, Portsmouth, NH 03801
(between 8:00 am to and 4:00 pm Monday through Friday, except legal holidays)
4. Dodge Data and Analytics/Dodge Reports (http://.construction.com/)
Bidding Documents can only be purchased from Wright-Pierce as PDFs through the online plan room at
http://www.wright-pierce.com/projects.aspx (Issuing Office), upon payment of a fee of $50.00 per set, which is Non-
refundable. Partial sets will not be distributed. In order to be considered a Responsive Bidder, one (1) set of Bidding
Documents must be obtained from the Issuing Office using the name as it will appear on the Bid Form.
No bid documents are available at the City’s Central Purchasing Offices.
To be eligible for an award, a bidder must be deemed “responsible”. A responsible bidder 1) has the ability, capacity and
skill to provide the goods or services required; 2) can provide the goods or services within the time frame specified; 3) has
a satisfactory record of integrity, reputation, judgment and experience; 4) has sufficient financial resources to provide the
goods or services; 5) has an ability to provide future maintenance and support as required; and 6) has developed a positive
track record with the City of Nashua to the extent the bidder has previously provided goods or services.
The City of Nashua assumes no liability for the payment of costs and expenses incurred by any bidder in responding to
this request for bids. All bids become the sole property of the City of Nashua. This request for bids is not a contract and
alone shall not be interpreted as such but rather serves as an instrument through which bids are solicited.
All bids are binding for ninety (90) days following the deadline for bids, or until the effective date of any resulting
contract, whichever is later.
No bid will be considered unless accompanied by a bid security in the form of a Bid Bond, in an amount not less than five
percent (5%) of the bid. The successful contractor will be required to post a 100% Performance Bond and a 100%
Payment Bond within ten (10) days of Notice of Award.
The project timeline is as follows:
Date Time/Location
Refer to Page 2 of this invitation for
Bid Documents Available Thursday, March 16, 2017 information on examining and
purchasing of bid documents.
10:00 AM
NWTF
Mandatory Pre-bid Meeting Thursday, March 23, 2017 Administration/Control Building
Conf Rm
2 Sawmill Road,
Nashua NH 03060
Deadline for Questions to be Thursday, March 28, 2017 12:00 NOON
submitted in writing
Answers/clarifications posted Friday, March 31, 2017 3:00 pm
Bid Due Monday, April 10, 2017 3:00 pm Purchasing Department
1FB0292-041017 HVAC Upgrades Page | 2
*All inquiries concerning this IFB including, but not limited to, requests for clarifications, questions, and any changes to
the IFB, shall be submitted via email, however, the City of Nashua assumes no liability for assuring accurate/complete
email transmission/receipt and is not responsible to acknowledge receipt. Inquires must be submitted in writing, citing
the IFB title, IFB number, Page, Section, and received no later than Thursday, March 28, 2017 at 12:00 am to:
William Keating,
Email: Keating W@NashuaNH.gov
The City of Nashua 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 vendor submitted questions and other addenda will be
posted under document IFB0292-041017 the City of Nashua website; www.nashuanh.gov, under Services; Bid
Opportunities; Current Bids; (Refer to Document IFB0292-041017) no later than Friday, March 31, 2017 at 3:00 pm.
The successful bidder must maintain the following lines of coverage and policy limits for the duration of the contract. Any
subcontractors used by the successful bidder are subject to the same coverage and limits and is a subcontractor of the
successful bidder and not the City of Nashua. It is the responsibility of the successful bidder to update Certificates of
Insurance during the term of the contract. Liability limits are as follows:
> General Liability: $1,000,000 per Occurrence
$2,000,000 Aggregate
> Motor Vehicle Liability: $1,000,000 Combined Single Limit
*Coverage must include all owned, non-owned and hired vehicles.
> Workers’ Compensation Coverage according to Statute of the State of New Hampshire:
$100,000 / $500,000 / $100,000
The City of Nashua must be named as an additional insured on all liability certificates.
All bidders and subcontractors at every tier under the bidder will fully comply with NH RSA Chapter 281-A,
“Workers’ Compensation”.
It is the responsibility of the Contractor to submit to the City of Nashua certificates of insurance for the Contractor and all other
subcontractors prior to the start of the project. It is the responsibility of the Contractor to provide the City of Nashua with
updated certificates of insurance for the Contractor and all subcontractors 10 days prior to the expiration of coverage. The City
of Nashua may, at any time, order the Contractor to stop work, suspend the contract or terminate the contract for non-
compliance. All subcontractors are subject to the same insurance requirements as the Contractor.
The City of Nashua is exempt of all taxes. All bids must be F.O.B Nashua, NH. All bidders must comply with all applicable
Equal Employment Opportunity laws and regulations.
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 of Nashua. Therefore, this bid request is void as to anyone who is in default on said
payments.
Respectfully,
AL LS
7 fen C
han ad
City of Nashua Purchasing Manager
\FBO292-041017 HVAC Upgrades Page | 3
Ma= Except for the Professional Liability insurance, the insurance provided herein is primary,
and no insurance held or owned by the City of Nashua shall be called upon to
contribute to aloss required to be covered by Professional Consultant’s insurance
policies hereunder.
12. INDEMNIFICATION Regardless of any coverage provided by any insurance, Professional Consultant
13.
14.
15.
16.
agrees to indemnify and shall defend and hold harmless the City of Nashua, its agents, officials,
employees and authorized representatives and their employees from and against any and all suits,
causes of action, legal or administrative proceedings, arbitrations, claims, demands, damages,
liabilities, interest, or reasonable attorney’s fees, ,contributed to in whole or in part, brought against
any of the Indemnitees by reason of any negligent act, omission, or fault or willful misconduct,
whether active or passive, of Professional Consultant or of anyone acting under its direction or
control or on its behalf in connection with or incidental to the performance of this contract.
Professional Consultant’s indemnity, defense and hold harmless obligations, or portions thereof,
shall not apply to liability to the extent caused by the negligence or willful misconduct of the party
indemnified or heldharmless.
LIMITATION OF LIABILITY
In no event will Professional Consultant be liable to City of Nashua for procurement of substitute
goods or services; lost profits; lost sales; business expenditures; investments; business
commitments; loss of goodwill; or any indirect, special, exemplary, consequential, or incidental
damages arising out of or related to this Agreement, however caused or under any theory of
liability, even if Professional Consultant has been advised of the possibility of such damages.
Professional Consultant's total cumulative liability under this Agreement, from all causes of action
of any kind, will in no event exceed the amount of one-and-one-half times the amount actually paid
by the City of Nashua for Services under this Agreement from which the liability directly arose.
FISCAL CONTINGENCY AI] payments under this contract are contingent upon the availability to the
City of Nashua of the necessary funds. The City of Nashua shall obligate the full funding amount
for the project prior to end of fiscal year.
Nothing in this contract shall be construed to provide Professional Consultant with a right of
payment over any other entity. Any funds obligated by the City of Nashua under this contract that
are not paid to Professional Consultant shall automatically revert to the City of Nashua’s
discretionary control upon the completion, termination, or cancellation of the agreement. The City
of Nashua shall not have any obligation to re-award or to provide, in any manner, the unexpended
funds to Professional Consultant. Professional Consultant shall have no claim of any sort to the
unexpended funds.
COMPENSATION Review by the City of Nashua of Professional Consultant's submitted monthly
invoice forms and progress reports for payment will be promptly accomplished by the City of
Nashua. If there is insufficient information, the City of Nashua may require Professional Consultant
to submit additional information. The City of Nashua shall pay Professional Consultant in full
within 30 days of approval of the submitted monthly invoice forms and progress reports.
COMPLIANCE WITH APPLICABLE LAWS Professional Consultant, at all times, shall fully and
completely comply with all applicable local, state and federal laws, statutes, regulations, ordinances,
orders, or requirements of any sort in carrying out the obligations of this contract, including, but not
limited to, all federal, state, and local accounting procedures and requirements, all immigration and
naturalization laws, and the Americans With Disabilities Act. Professional Consultant shall,
throughout the period services are to be performed under this contract, monitor for any changes to
the applicable laws, statutes, regulations, ordinances, orders, or requirements, shall promptly notify
the City of Nashua in writing of any changes to the same relating to or affecting this contract, and
shall submit detailed documentation of any effect of the change in terms of both time and _ cost of
performing the contract. NONDISCRIMINATION If applicable or required under any federal or state
GC 7 of 11
13089K
ADDENDUM NO. 1
TO
NASHUA, NEW HAMPSHIRE
WASTEWATER TREATMENT FACILITY — HVAC UPGRADES
IFB0292-041017
MARCH 2017
PREPARED BY:
Wright-Pierce
230 Commerce Way, Suite 302
Portsmouth, NH 03801
Addendum No. 1
Page | of 3
Mach 31, 2017
ADDENDUM NO. 1
NASHUA, NEW HAMPSHIRE
WASTEWATER TREATMENT FACILITY — HVAC UPGRADES
As a point of clarification, it should be understood that the Contract Documents govern all aspects of the
project. Informal discussions held over the telephone and/or during the pre-bid meeting are informational only.
All official changes to the Contract Documents are made only by addenda. The following changes and
additional information are hereby made a part of the Contract Documents. All Bidders shall acknowledge
receipt and acceptance of this Addendum by signing and sending back the confirmation page. Bids submitted
without acknowledgement of receipt of this addendum may be considered non-responsive.
A pre-bid conference was held on March 23, 2017.
SPECIFICATIONS
1. Section 01100 — Alternate, Part 2.1.A, ADD the following at the end of the paragraph “The concrete pad
and the electrical conduit to MCC-SP4 will be installed under a separate contract.”
2. Division 16 ADD the following division 16 specifications which is attached to this addendum.
16010 Electrical — General, 16050 Basic Materials and Methods, 16500 Lighting, 16900 Controls and
16950 Testing Electrical Systems and Start-up.
DRAWINGS
1. See partial plans for drawings A-4, E-6 and E-7.
SIGNIFICANT QUESTIONS AND RESPONSES DURING THE BIDDING PERIOD
1. Q: Bid Alt A, ADD Control Building Boiler Room make up air unit. Listed as CMUA-1 on plan set. Sheet
M-4 shows plan view of installation. It was stated during the Pre-Bid meeting that concrete pad will be
installed by others (TBuck). It is not clear where does the new work vs. work done by other (TBuck).
For example, will conduit and penetrations in the concrete pad be installed by others or is it part of bid,
is power being brought to the slab?
See specifications No. 1 above.
The garage will have 2 new electric heaters installed. Where does power feed originate from.
There will be no new electric heaters installed in the garage.
On sheet A-2 should the office labeled Superintendent Room 213 have new ceiling and lights?
See Drawings No. | above.
»
QOD FO Fe #
Sheet M-4, packaged rooftop air conditioning unit schedule (CRTU-1) is bid alternate C. Please add
note indicating Bid Alt C below the table on Sheet M-4. This will help clarify base bid items from bid
alternate items. Confirm the power connection location is in the electric room, MCC-CB-1, at the
breakers labeled spare.
R: Please refer to drawing M-7 for the mechanical schedules. CRTU-1 is a part of the Bid Item 1 (Base
Bid). Bid Alternate C is for the Control Building Lobby Offices and includes CDS-1A, CDS-1B, CDS-
1C and CHP-1.
12883B-Cl Addendum No. 1
Page 2 of 3
5. Q:
R:
6. Q:
R:
7. Q:
R:
13089K
Clarify if offices will be relocated while installing lights and new ceilings. Will contractor be
responsible for relocating things, installing temporary heaters and or AC units?
The personnel and their essential office items (paperwork, computers, files, etc.) will be relocated
during the construction. The office furniture will stay in the offices and the contractor will be required
to cover all office furniture and items with plastic and move these things as necessary and move back
once completed. Per specification 01010A Summary of Work, part 3.1.A.1 it states the following “The
General Contractor shall furnish, install, and maintain a complete temporary heating, cooling and
ventilation systems, including fuel therefore, which will provide heating, cooling and ventilation as
required by the trades and for the protection of personnel in the work spaces, and stored and installed
materials from injury as can be caused by dampness and cold. The General Contractor shall employ,
within the terms of the General Contract, a competent watchman who will maintain and operate the
systems, as required. The General Contractor shall bear all costs incurred from the temporary heating
and ventilation from the time the systems are first required until the date of Final Completion of the
General Contract.”
Will control valves be replaced on SAHU-1A as a part of this contract?
No.
What is the height of the Control Building?
29’-7” to the top of the roof and 34’-4” to the top of parapet.
Addendum No. 1 Mach 31, 2017
Page 3 of 3
16010-1
SECTION 16010
ELECTRICAL - GENERAL
PART 1 - GENERAL
1.1
DESCRIPTION
A.
Provide all labor, materials, equipment, operations, methods and procedures as
indicated in the Contract Documents, together with all items necessary for or
incidental to the completion of the work.
All systems or additions to existing systems indicated in the Contract Documents
shall mean all necessary supervision, labor, equipment and materials required to
provide complete, properly functioning systems.
All systems shall be adjusted, tested, inspected and turned over to the Owner in
perfect working order.
The words "provide", "supply", "supply and install", "install", "furnish" or "furnish
and install", as used in DIVISION 16 or as indicated on the Drawings related to
DIVISION 16 shall mean a complete and properly functioning Electrical installation
performed by the Contractor.
1. Refer to Architectural, Structural, Heating and Ventilating, Plumbing, Process
Piping and Instrumentation Drawings to coordinate material and equipment
locations and electrical requirements.
2. Applicable portions of DIVISION 0 - BIDDING AND CONTRACT
REQUIREMENTS together with DIVISION 1 - "GENERAL
REQUIREMENTS", are part of DIVISION 16.
3. Refer to "SECTION 01630 - SUBSTITUTION AND PRODUCT OPTIONS",
for work affecting DIVISION 16. Refer to SECTION 00100 -
INSTRUCTIONS TO BIDDERS; SECTION 00700 - GENERAL
CONDITIONS: SECTION 00800 - SUPPLEMENTARY CONDITIONS; and
as specified herein regarding substitutions of materials and equipment.
4. Definitions indicated in the "GENERAL CONDITIONS',
"SUPPLEMENTARY CONDITIONS", "INSTRUCTIONS TO BIDDERS"
and "SUPPLEMENTARY INSTRUCTIONS TO BIDDERS" are part of
DIVISION 16, unless otherwise noted.
Division 16 Contract Requirements and Responsibilities:
1. The requirements of Division 16 - Electrical is based on the information
provided in the Contract Documents. This information has been outlined in
either the specifications or the drawings or both. The contractor's responsibility
of Division - 16 Electrical is to review all information in both the specifications
and the drawings in order to determine the complete work required. Whether
the work is specified in the Specifications or shown on the Drawings it is
required as part of the work. No additional compensation or interpretations
stating that it was not shown in both locations will be acceptable or allowed.
13089K
16010-2
ELECTRICAL - GENERAL
F. Work Specified Herein:
1.
Visit and examine the project site and become familiar with all existing
conditions pertinent to the work to be performed thereon. No additional
compensation will be allowed for failure to be so informed. This contractor is
responsible to be familiarized with the conditions of the project during the
bidding period in order to bring any clarifications or issues to the attention of
the Engineer prior to submission of his/her final bid price.
The following scope of work is a brief generalization of the type and extent of
the work specified under DIVISION 16. Detailed requirements are indicated
on the Drawings and in related sections of the Specifications. The work
specified under DIVISION 16 includes, but is not limited to the following:
a. Provide Electrical Service and Distribution Systems as indicated on the
"Single-Line Diagrams", related drawings and schedules, and as specified
herein. There is a significant amount of electrical demolition and
reconnection of equipment to remain for the work required for this project
and therefore a thorough understanding of the existing conditions is critical.
It is to be understood that the drawings do not intend to show or provide
details for all of the existing conditions or equipment to be demolished. In
addition, not all existing condition information may reflect exact conditions
due to the accuracy of existing data and information. As an example there
are a significant number of existing branch circuit panelboards which have
been listed and shown for this project. The existing panelboard schedules
have been shown and noted as could be determined or as noted on existing
information. The Contractor's responsibility is to field investigate and
determine all existing conditions. Any and all existing equipment which is
found to remain shall be reconnected to new panelboards with new conduit
and wiring of equal sizing and conditions which presently exists in order to
provide a complete system reconnection. No exception will be allowed for
any extra compensation to perform this work This contractor is responsible
to be familiarized with the conditions of the project during the bidding
period in order to bring any clarifications or issues to the attention of the
Engineer prior to submission of his/her final bid price.
b. Provide complete lighting system(s), including all necessary fixtures,
hangers, wiring, connections, controls and lamps for areas as shown on the
Drawings and as specified herein.
c. Provide all required 480 Volt, 208 Volt, 240V, and 120 Volt Power and
Control wiring, Signal wiring, grounding, and connections for equipment
specified under DIVISION 15 as applicable except as indicated on the
Drawings and specified herein.
d. Provide all required and supplemental motor starters, protective device
sizes, wire and conduit sizes, holding coil voltages and control voltages
specified under DIVISIONS 15. All rating and sizing shall match the
requirements of equipment specified. No additional compensation will be
allowed for modifications required due to equipment and devices which
differ from those of specified equipment.
13089K