Skip to main content

Main navigation

  • Documents
  • Search

User account menu

  • Log in
Home
Nashua City Data

Breadcrumb

  1. Home
  2. Search

Search

Displaying 25781 - 25790 of 38765

Finance Committee - Agenda - 11/15/2017 - P114

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
114
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__111520…

This page intentionally left blank

Page Image
Finance Committee - Agenda - 11/15/2017 - P114

Finance Committee - Agenda - 11/15/2017 - P115

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
115
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__111520…

22\ THE CITY OF NASHUA ‘The Gate City’

Financial Services

Purchasing Department

August 31, 2017
INVITATION TO BID
WASTEWATER TREATMENT SCADA SYSTEM UPGRADES

IFB1094-100217

The City of Nashua, Division of Public Works, invites experienced and qualified firms to submit bids for
SCADA System Upgrades for the Wastewater Treatment Facility, located at 2 Sawmill Road, Nashua, NH
03060. The SCADA System Upgrade project consists of upgrades to improve; operational efficiency, data
acquisition, reporting functionality, and supportability of technology. Outdated control panels and / or
components will be replaced with control panels and / or components equipped with state-of-the art PLCs
networked to SCADA computers. Due to the size and complexity of the project, it will be executed in a phased
approach to minimize disruption to operations. This project is eligible for participation under the State Aid
Grant (SAG) program guidelines.

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
365 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.

INFORMATION FOR BIDDERS:

The City is now accepting submittals electronically via Bid Express. Please review the attachments, Bid
Express Vendor Guide and Vendor Set-up Guide for more information. If a Bidder chooses to submit a paper
bid it must be submit in triplicate (one (1) original and two (2) copies) in sealed envelopes clearly marked
“Wastewater Treatment Facility SCADA System Upgrades”. Regardless of the method of submission, the
bid must be received prior to 3:00 pm on Monday, October 2, 2017. Paper Bids must be submitted to Central
Purchasing, 229 Main Street, Room 128, Nashua, NH 03061. Bids will be publicly opened and read aloud at
that time. Please do not submit an electronic bid and a paper bid. Results showing all bidders’ identities and
their respective bid amounts will be available on the City of Nashua’s website, www.nashuanh.gov under
Services; Bid Opportunities; Bid Results, (Refer to Document IFB1094-100217), within twenty-four (24)

IFB1094-100217 WWTF SCADA System Upgrades Page | 1
229 Main Street * Nashua, New Hampshire 03061 « Phone (603) 589-3330 © Fax (603) 589-3233

Page Image
Finance Committee - Agenda - 11/15/2017 - P115

Finance Committee - Agenda - 11/15/2017 - P116

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
116
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__111520…

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.

Delivery of the Bids shall be at the Vendor’s expense. The time of receipt shall be considered when a Bid has
been officially documented by the Department, in accordance with its established policies, as having been
received at the location designated above. The City of Nashua accepts no responsibility for mislabeled mail.
Any and all damage that may occur due to shipping shall be the Vendor’s responsibility.

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.

SCOPE OF WORK

The Nashua Wastewater Treatment Facility (NWTF) has a SCADA system that has been added upon over the
years. Many of the panels are over 20 years old and are in need of upgrades. This project will consist of
upgrades to improve the overall SCADA system. Improvement will be made to operational efficiency, data
acquisition, reporting functionality and supportability of technology. Outdated control panels and/or
components will be replaced with control panels and/or components equipped with stat-of-the-art PLCs
networked to SCADA computers. Five new SCADA computers will be installed mainly at locations where
existing panel mounted computers have failed.

A MANDATORY Pre-Bid conference to discuss the project is scheduled to begin promptly on Tuesday,
September 12, 2017 at 11:00 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.

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.

No bid documents are available at the City’s Central Purchasing Offices.

IFB1094-100217 WWTF SCADA System Upgrades Page | 2
229 Main Street * Nashua, New Hampshire 03061 * Phone (603) 589-3330 © Fax (603) 589-3233

Page Image
Finance Committee - Agenda - 11/15/2017 - P116

Finance Committee - Agenda - 11/15/2017 - P117

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
117
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__111520…

The project timeline is as follows:

Item Date Time/Location

11:00 AM

NWTF

2 Sawmill Road,
Nashua NH 03060

Mandatory Pre-bid Conference | Tuesday, September 12, 2017

Deadline for Questions to be

sobaiieed inowriting Tuesday, September 19, 2017 NOON

Answers/clarifications posted Thursday, September 21, 2017 3:00 PM

3:00 PM
Bid Due Monday, October 2, 2017 Purchasing Department

Vendors are encouraged to submit questions via email; however, the City of Nashua assumes no liability for
assuring accurate/complete email transmission/receipt and is not responsible to acknowledge receipt. Inquiries
must be submitted in writing, citing the IFB title, IFB number, Page, Section, and received no later than
Tuesday, September 19, 2017 at 12:00 NOON to:

William Keating
Email: Keating W@NashuaNH.gov
OR

Via Bid Express

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 IFB1094-100217 on the City of Nashua website;
www.nashuanh.gov, under Services; Bid Opportunities; Current Bids; (Refer to Document IFB1094-100217)
and on Bid Express no later than Thursday, September 21, 2017 at 3:00 PM.

The City of Nashua assumes no liability for assuring accurate/complete email transmission/receipt and is not
responsible to acknowledge receipt.

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 bidder will be required to post a 100% Performance Bond and a 100% Payment Bond in an
amount equal to the Contract Award.

1FB1094-100217 WWTF SCADA System Upgrades Page | 3
229 Main Street « Nashua, New Hampshire 03061 « Phone (603) 589-3330 © Fax (603) 589-3233

Page Image
Finance Committee - Agenda - 11/15/2017 - P117

Finance Committee - Agenda - 11/15/2017 - P118

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
118
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__111520…

The successful bidder must maintain the following lines of coverage and policy limits for the duration of the
contract. Any subcontractors used by the contractor are subject to the same coverage and limits and is a
subcontractor to the Contractor and not the City of Nashua.. It is the responsibility of the Contractor to update
Certificates of Insurance during the term of the contract.

> General Liability: $1,000,000 per occurrence; $2,000,000 aggregate:

>» Motor Vehicle Liability : $1,000,000 Combined Single Limit Automobile Liability;
*Coverage must include all owned, non-owned and hired vehicles.

>» and Workers' Compensation Coverage in compliance with the State of New Hampshire statutes,
$100,000/$500,000/$ 100,000.

General and Motor Vehicle Liability policies must name the City of Nashua as an additional insured

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 is exempt of all taxes. All bids must be FOB Nashua, NH. All bidders must comply with all
applicable Equal Employment Opportunity laws and regulations. The prevailing wage rate as established by the
US Department of Labor shall be paid on this project.

Pursuant to NRO 5-78 (F), the Purchasing Manager shall not solicit a bid from a bidder 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.

Please contact William Keating, Wastewater Project Engineer, at (603) 589-3588 or via email at
Keating W@NashuaNH.gov with any questions relating to this Invitation for Bids.

Respectfully,

onproatbe

Danielle Greenberg

City of Nashua
Purchasing Agent II
greenbergd@nashuanh.gov

IFB1094-100217 WWTF SCADA System Upgrades Page | 4
229 Main Street « Nashua, New Hampshire 03061 © Phone (603) 589-3330 « Fax (603) 589-3233

Page Image
Finance Committee - Agenda - 11/15/2017 - P118

Finance Committee - Agenda - 11/15/2017 - P119

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
119
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__111520…

A-1.1

ADVERTISEMENT FOR BIDS

City of Nashua, New Hampshire

Owner

229 Main Street, Nashua, New Hampshire 03061
Address

The City of Nashua, Division of Public Works, invites experienced and qualified firms to submit
bids for SCADA System Upgrades for the Wastewater Treatment Facility, located at 2 Sawmill
Road, Nashua, NH 03060. The SCADA System Upgrade project consists of upgrades to improve;
operational efficiency, data acquisition, reporting functionality, and supportability of technology.
Outdated control panels and / or components will be replaced with control panels and / or
components equipped with state-of-the art PLCs networked to SCADA computers. Work must be
sequenced to minimize disruption to operations and ensure facilities and wastewater system flows
are maintained and remain in service at all times.

Separate sealed BIDS for the Wastewater Treatment Facility SCADA System Upgrades Project
will be received at the office of Central Purchasing, 229 Main Street, Room 128, Nashua, NH
03060 until 3:00PM, (Prevailing Time), on Monday October 2, 2017. Bids will be publicly
opened and read aloud at that time.

1. 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
365 calendar days for final completion

2. 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.

3. Each General Bid shall be accompanied by a Bid Security in the amount of 5% of the Total Bid
Price.

4. The successful Bidder must furnish 100% Performance and Payment Bonds, and will be
required to execute the Contract Agreement within 10 days following notification of the
acceptance of his Bid.

5. Any contract or contracts awarded under this Advertisement for Bids are expected to be funded
in whole or in part by the New Hampshire Division of Environmental State Aid Grant (SAG)

Program.

6. No Bidder may withdraw a Bid within ninety (90) days after the actual date of opening thereof.

Page Image
Finance Committee - Agenda - 11/15/2017 - P119

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

Pagination

  • First page « First
  • Previous page ‹‹
  • …
  • Page 2575
  • Page 2576
  • Page 2577
  • Page 2578
  • Current page 2579
  • Page 2580
  • Page 2581
  • Page 2582
  • Page 2583
  • …
  • Next page ››
  • Last page Last »

Search

Meeting Date
Document Date

Footer menu

  • Contact