Finance Committee - Agenda - 3/6/2019 - P217
DIVISION 3
BID FORM
BID BOND
CONTRACTOR’S
QUALIFICATIONS
BID SCHEDULE

DIVISION 3
BID FORM
BID BOND
CONTRACTOR’S
QUALIFICATIONS
BID SCHEDULE
BID FORM
PROJECT IDENTIFICATION: 2019 Paving Program Local & Collector Roadways
CONTRACT IDENTIFICATION AND NUMBER:_ IFB0660-021219
THIS BID IS SUBMITTED TO: City of Nashua
Central Purchasing
229 Main Street, City Hall
Room 128
Nashua, NH 03061-2019
1.01 The undersigned BIDDER proposes and agrees, if this Bid is accepted, to enter into an agreement
with OWNER in the form included in the Bidding Documents to perform all Work as specified or
indicated in the Bidding Documents for the prices and within the times indicated in this Bid and in
accordance with the other terms and conditions of the Bidding Documents.
2.01 BIDDER accepts all of the terms and conditions of the Advertisement or Invitation to Bid and
Instructions to Bidders, including without limitation those dealing with the disposition of Bid security.
The Bid will remain subject to acceptance for 60 days after the day of Bid opening, or for such longer
period of time that Bidder may agree to in writing upon request of OWNER.
3.01 In submitting this Bid, BIDDER represents, as set forth in the Agreement, that:
A, BIDDER has examined and carefully studied the Bidding Documents and the following
Addenda, receipt of all which is hereby acknowledged.
Addendum No. Addendum Date
| —Altefiq
A a7 14
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.
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.
BF 1 of 8
Bid Form
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.
I. 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 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.
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.
BF 2 of 8
Bid Form
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.
8.01 The following documents are attached to and made a condition of this Bid:
A. Bid Form;
B. Bid Bond;
C. A tabulation of Subcontractors, Suppliers and other individuals and entities required to be
identified in this Bid; and
D. Construction Contractor's Qualification Statement.
9.01 Communications concerning this Bid shall be addressed to:
(Contractor's mailing address to be filled "Cee
Dunshine Maving Coyorn 407
Kebet brtshrwttl
QI Cnstrbui tin Ly
Hilson Le 080s)
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: ton
Name of Organization Su nshne fa Ving Co Yd iL. fy wy
Name of Individual __Kybo-+ Bushee If *
Title Pes dent 7
Address <a) § Cansh fe how Ly ‘
thidsan 1 HA Bas Z
Telephone (1003) 556- SYON
Submitted to:
Name C ity ot. Las Ua . Race hating
Address HAY Nain St,
Nishuw . Wit _o3vvl
Telephone | ((0\ 58 1 — 3330
SUBMITTED on A ole AL A em i232. ,20_/9
BF 3 of 8
Bid Form
If BIDDER is:
An Individual
Name (typed or printed): Vv | A
By:
Doing business as:
(SEAL)
(Undividual’s Signature)
Business address:
Phone No.: N
A Partnership
Bid Form
Partnership Name:
Date and State of Organization
Fax No.:
) a. (SEAL)
Names of Current General Partners
Name Title
Type of Partnership
L] General [] Publicly Traded
L] Limited [)Jother (describe):
By: V
(Signature of General Partner — attach evidence of authority to sign)
Name (typed or printed): WJ \¥r
Business address:
Phone No.:
\
Ay
xT)
Fax No.:
BF 4 of 8
A Corporation
7 / “>
Corporation Name: Ou aNat ne | AV As Co f Q ova sti (SEAL)
Date and State of Incorporation: 3) 4 ly — Ma SISachu sed Ls
List of Executive Officers
Name Title
Roles “Bushnell f Pesidon t
Type (Gengtra ip€ss, Professional, Service, Limited Liability): Se Vii ee
By:
r (Signature -- attach evidence of authority to sign)
Name (typed or printed): Robo 4 “Push re of
Title: Besidon. L (Corporate Seal)
Attest:
(Signature of Corporate Secretary)
Business Address: 84 Yen delvrw le el
Noh Claims rol, MA O13
Phone No. (3% 2S6-123% —FaxNo: T?¥ 251-399]
Date of Qualification to do business is 3| Aly
A Joint Venture |
Bid Form
Joint Venture Name: iS) | A (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
By: N |
(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:
[
a
(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 6of8
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 aS Portion of Work
d Peters pc\
Gort Cs phalt- hee bi mune Room tne lt | CP bbipi~ — Calel Plane
~J 21. Pe bees 12 SS,
aa Ly (isahal ec} let. dns Bleombete , CT Ole CO3~ Reclamn x
a [a5 fer ST,
Moce| lon. (OS Mea bestnss
l AC. St i Legit 7, 117 14. O1§ Gf Len lesmnsag
PAN SA Cctv,
Cerlo Cn Sy ve bry PO Box 4 | Leowuaste mA0lsy ( GS ng Vey kK
Ny nC . JOR Laacaste $4,
K Cshuc hon | Serr whe Wt DUS Cr, thing (Wey, ke
BF 7 of 8
Bid Form
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 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.)
Subcontractor/Address
(Sace hy Osh. | +
Cawwinity Qiohalt
dy
|
Nog el li Lihle
TAC Con shiuckion
‘ov beCim. { Prin Chun,
SYR Con 5 trite har
aX Petey sy Zo
loo robe Le, CT Cbb0~~
ade Re terns Ze
DloomtieldA CT O00 3~
SS Meerestay sf.
bite bone yy LHIP_O¢ SOs
FO Bmx ‘Gf
Litem nate Late ATS
16? Care ey Fen SZ,
(Béna cn the oe LAP OWES SZ
Dollar Value and
description of work
1 @0, 000.09
Re. C ‘arm e,
239 000.0034
Cof id erin C
260,000.07
boc lain ine Takin ne
35G000.¢0
Cashnes
350 C20,.0)
CEs ings
Bid Form
BF 8 of 8
x
EICDCS PENALSUM FORM
LATA MoM MITES
BID BOND
Any singular reference to Bidder, Surety, Owner or other party shall be considered plural where applicable.
BIDDER (Name and Address): SUNSHINE PAVING CORPORATION
29 Constitution Drive
Hudson, NH 03051
SURETY (Name, and Address of Principal Place of Business): THE OHIO CASUALTY INSURANCE COMPANY
Agency: P.O. Box 511
Concord, NH 03302-0511
OWNER (Name and Address): CITY OF NASHUA
229 Main Street
Nashua, NH 03060
BID
Bid Due Date: February 12th, 2019
Description (Project Name— Include Location): IFB 0660-021219 2019 PAVING PROGRAM -LOCAL &
COLLECTOR ROADWAYS, NASHUA, NH
BOND
Bond Number: N/A
Date: February 12th, 2019
Penalsum _ FIVE PERCENT OF AMOUNT BID $__5% OF AMOUNT BID
(Words) (Figures)
Surety and Bidder, intending to be legally bound hereby, subject to the terms set forth below, do each
cause this Bid Bond to be duly executed by an authorized officer, agent, or representative.
BIDDER SURETY THE OHIO CASUALTY INSURANCE _
SUNSHINE PAVING CORPORATION (Seal) COMPANY (Seal)
Bidder’s Namé and Corporate Seal Surety’s Name and Corporate Seal
By: By: Ley ZX
Signature (Attach Power of Attorney)
Roby + “dushne \ | Ryan M. Stevens
Print Name Print Name
“pe S r dont Attorney-In-Fact
Title : Title
i / } [ ) “ahs | ef \ "4 “)
Attest: A Ni (i Se 7) Attest: ( Wt WAL (Wat WANG \
IB ayure i= Signature
U PhS / eg NAL | Christine M. Hosmer, Account Manager
Title’ f _ Title
Note: Addresses are to be used for giving any required notice.
Provide execution by any additional parties, such as joint venturers, if necessary.
EJCDC® C-430, Bid Bond (Penal Sum Form). Published 2013,
Prepared by the Engineers Joint Contract Documents Committee.
Page i of 2