Skip to main content

Main navigation

  • Documents
  • Search

User account menu

  • Log in
Home
Nashua City Data

Breadcrumb

  1. Home
  2. Search

Search

Displaying 27101 - 27110 of 38765

Finance Committee - Agenda - 11/15/2018 - P68

By dnadmin on Mon, 11/07/2022 - 11:25
Document Date
Fri, 11/02/2018 - 13:25
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Thu, 11/15/2018 - 00:00
Page Number
68
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__111520…

o00‘E6s

| 29d 19043U0} J0I04 Z-Y

z9$ $}UBINSUO? qns puke sasuadxg |eI0,
os
os
0S
79S [aARLL
sasuadx]
$que}|nsuo> qns
geS‘26$ Wold pue Jogeq jei0L
ely’es %OT @ ijold
S2t‘pas WSIpUl + Joqey yeyOWqNS
692’9SS z0'z ® (a1ey peaysang ) s3s03 JIa2IPU]
9g8°Z7$ JEJO] Joge] aWIIG
000‘E6$ zor$ ges‘z6$ eTp'ss 697'9S$ 9g9°L7$ OzT'TS$ 895 960'8$ ozs‘e$ 000'7$ O8T's$ z19'9¢ oss‘TS Asodaye> aad ys05 je10)
gzs zes zES ors oss sss éss BLS saqey AlnoH
£s9 ov oe €SZ 88 or 92 OTT 02 Alogaye) Jad sano} |e}01
226°7S os LL6°CS TL2$ OT8’T$ 968S 87 vz v sBuimeiq piozay} = &z-q
os o$ os os os os 0 saotaias jeiseds| p'z-g
ZEz'2%$ os ZEZ‘ZS €07$ £S€'TS 2198 o@ oT v enue WO 0-4
8zp'ES os Bzr‘es zes s80'2$ zeo'Ts 92 8 8 8 drp-1ers jensu) qed
vT9‘ots 29v$ ZST‘OTS €76$ ELT'9S 9S0'ES 08 8v oT ST sujaaulgug yuapisey}] = e"2-
ard‘eLs 0s Bb2‘es POL'9S bbs’pys 002‘22$ sos ov “LT 09 Ov 09 80T 02 UOITEAYS|ULLUpY UOl}IN4ysuOD Ta
YIINION 84) pied aq 0} UOWesUsdWoD ‘III
aseyd Jad |aseyd jad] aseyg 3 ¥ 3 $ a ; 2 2
aseug sag| 2s24e Jad Jaseydsag| aseyd 3809 sogeihson soqen] iad Jee j § = : 3 s = 8 x
384 [EOL 3809 Padiq ]}$0D Joqeq| Jad wold paz1pUI weuig sino (ee § a g g = 5 é 5 uondiiasag aseyd S9q] aseud
10 IROL | (ROL Iriel [BIOL jeyon | exon | - : & 3 i 3 . 3 a: | g2
oo eo ees

AYO931LV39 YORI Ad HOS 193i

Sujaeauisug aseyd UoloNsysuOD- }afo1g UO!IEIS J8}S00g Jaze/M - AjIOeY UaW} ea.) JaJ}EMa\seM eNYseEN

Page Image
Finance Committee - Agenda - 11/15/2018 - P68

Finance Committee - Agenda - 11/15/2018 - P69

By dnadmin on Mon, 11/07/2022 - 11:25
Document Date
Fri, 11/02/2018 - 13:25
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Thu, 11/15/2018 - 00:00
Page Number
69
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__111520…

P\ THE CITY OF NASHUA "The Gate City’

Financial Services

Purchasing Department

November 1, 2018
Memo #19-090

TO: MAYOR DONCHESS
FINANCE COMMITTEE

SUBJECT: WATER BOOSTER STATION PROJECT — CONSTRUCTION (VALUE: $831,164)
DEPARTMENT: 169 WASTEWATER; FUND: WERF AND SRF LOAN

Please see the attached communication from David L. Boucher, Superintendent Wastewater Department
dated October 25, 2018 for the information related to this contract.

Pursuant to § 5-78 Major purchases (greater than $10,000) A. All supplies and contractual services,
except as otherwise provided herein, when the estimated cost thereof shall exceed $10,000 shall be
purchased by formal, written contract from the lowest responsible bidder, after due notice inviting bids.
The Superintendent Wastewater Department, the Board of Public Works (October 25, 2018 meeting) and

the Purchasing Department recommend the award of this contract in an amount of $831, 164 to T-Buck
Construction of Turner, ME.

iA

“ 7 Vidpol
( 4 Dan Kooken

Purchasing Manager

Ce: D Boucher L Fautuex

229 Main Street e Nashua, New Hampshire 03061 » Phone (603) 589-3330 « Fax (603) 589-3233 |

Page Image
Finance Committee - Agenda - 11/15/2018 - P69

Finance Committee - Agenda - 11/15/2018 - P70

By dnadmin on Mon, 11/07/2022 - 11:25
Document Date
Fri, 11/02/2018 - 13:25
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Thu, 11/15/2018 - 00:00
Page Number
70
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__111520…

To:

From:

Re:

B. Mstion:

4 1, i
Attachments:

Discussien:

=~

City of Nashua, Public Works Division
Board of Public Works Meeting Date: October 25, 2018
8

David L. Boucher, Superintendent
Wastewater Department

Water Booster Station Project

To approve the contract with T-Buck Construction of Turner, ME in the amount of
$831,164 for the construction of the new water booster station at the Wastewater
Treatment Facility. Funding will be through Department: 169 Wastewater; Fund: WERF,
SRF Loan; Activity: Water Booster Station.

T-Buck Construction Bid

The Wastewater Facility has a water booster station to increase City water pressure
throughout the Facility and provide additional flow for sprinklers for fire suppression.
The existing water booster station is outdated and has had many failures due to the
underground vault location. The City contracted with Woodard and Curran to design a
new above ground water booster station, which will allow easier access and will prevent
failures in the equipment.

Plans and specs were sent to 9 contractors on September 10 and the bid opening was held
on October 12. Three bids were received as follows:

T-Buck Construction, inc. $831,164
Waterline Industries Corporation $1,017,677
DeFelice Corporation $1,054,000

The low bidder, T-Buck Construction, provided a reasonable bid for the scope of the
project in the amount of $831,164. This is lower than the engineer’s estimate of
$1,037,000. T-Buck has done multiple projects at the wastewater Facility and has
continuously provided quality work. They are well qualified for this project.

Page Image
Finance Committee - Agenda - 11/15/2018 - P70

Finance Committee - Agenda - 11/15/2018 - P71

By dnadmin on Mon, 11/07/2022 - 11:25
Document Date
Fri, 11/02/2018 - 13:25
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Thu, 11/15/2018 - 00:00
Page Number
71
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__111520…

To the City of Nashua, New Hampshire (hereinafter called "OWNER").
Proposal of _\@Ly x & CRnSks«. 2 ave®) “yoc (hereinafter

called "BIDDER"), organized and existing under the laws of the State of YOecs Vooesh KO,

doing businessas C) OOXt OX ONYX)

(Corporation, Partnership, Individual)

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

In compliance with your Advertisement for Bids, BIDDER hereby proposes to perform all WORK.
For the construction of _ Water Booster Pump Station Upgrade (IF B0265-161118)
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 joint 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:

240 consecutive calendar days for substantial completion.
270 consecutive calendar days for final completion.
Liquidated damages will be in the amount of $ 1,000 for each calendar day of delay
from the date established for substantial completion and $ 1,000 for each calendar day
of delay from the date established for final completion, as provided in Section 18 of the
General Conditions.
BIDDER acknowledges receipt of the following ADDENDUM:

\

A
S

Page Image
Finance Committee - Agenda - 11/15/2018 - P71

Finance Committee - Agenda - 11/15/2018 - P72

By dnadmin on Mon, 11/07/2022 - 11:25
Document Date
Fri, 11/02/2018 - 13:25
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Thu, 11/15/2018 - 00:00
Page Number
72
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__111520…

A-3.2

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.

CK
1. Name of Bidder. | (4K CONSK ITO.

“ecnesr NE
Permanent Main Office address. SOC MIOLETA VSD Sy

Ds

3. When organized? “yas \G . IQS9
4, Where incorporated? \D @c> aso nice.

5. Is BIDDER registered with the Secretary of the State to do business in New Hampshire? YC

6. For 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. 3S \ [OES

7. Contracts on hand. (Schedule these, showing gross amount of each contract and the
approximate anticipated dates of completion.) FRQ2 a»

8. General character of work performed by your company,
NDOT DOSEN WALES DV CNY

9. Have you ever failed to complete any work awarded you in the scheduled contract time,
including approved time extensions? _ (Yes) ¥ (No).
If so, where and why?

10. Have you ever defaulted on a contract? __ (Yes) Xeno).
If so, where and why?

11. Have you ever had liquidated damages assessed on a contract? (Yes) ¥ (No).
If'so, where and why?

12. List the more important contracts recently executed by your company, stating approximate

cost for each, and the month and year completed.
50a. os ach
13. List your major equipment available for this contract.
ne. aeckeot

14. List your key personnel such as Project Superintendent and foreman available for this contract.
Bruce Kenney
15. List any subcontractors whom you would expect to use for the following (unless this work is
to be done by your own organization):

Civil Engineering
Utility Installation

c. Other work
Electrical: Barrett Electrical
Building package: United Concrete Products Inc., 173 Church Street, Yalesville, Ct 06492

Controls: Electrical Installations

Sp

Page Image
Finance Committee - Agenda - 11/15/2018 - P72

Finance Committee - Agenda - 11/15/2018 - P73

By dnadmin on Mon, 11/07/2022 - 11:25
Document Date
Fri, 11/02/2018 - 13:25
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Thu, 11/15/2018 - 00:00
Page Number
73
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__111520…

A-3.3
16. BIDDER has included the services of Electrical Installations, inc., Moultonboro, NH (the
City’s preferred System Integrator), in its BID for PLC Programming, OIT Programming,
HMI Programming, and integration of new SCADA system. _X. (Yes) _ (No).
17. With what banks do you conduct business? (W\OCKYXQX) ‘C_ “DOV ICR,
Do you grant the Engineer permission to contact this (these) institutions? Xv es) _ (No)

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

Respectfully submitted:

ee 4 Buch Being duly sworn, depeses and says that he is
cece of Wax comauchoo TAC

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

correct.

Sworn to before me this day of iasece , 20 \

Notary Public
My commission expires \ AL SSO

(Seal - If BID is by Corporation)

ATTEST: Wiad FtLLAEE —

BIDDER agrees to perform all the work described in the CONTRACT DOCUMENTS for the
following unit prices or lump sum:

NOTE: BIDS shall exclude sales tax and include all other applicable taxes and fees.

Page Image
Finance Committee - Agenda - 11/15/2018 - P73

Finance Committee - Agenda - 11/15/2018 - P74

By dnadmin on Mon, 11/07/2022 - 11:25
Document Date
Fri, 11/02/2018 - 13:25
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Thu, 11/15/2018 - 00:00
Page Number
74
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__111520…

A-3.4

BID SCHEDULE

BIDDER will complete the Work in accordance with the CONTRACT DOCUMENTS for the
following price(s). BIDDER must complete all items. NOTE: NOTE CITY IS EXEMPT

FROM SALES TAX. BIDS shall include all other applicable taxes and fees.

BIDDER acknowiedges that estimated quantities are not guaranteed, and are solely for the purpose
of comparison of BIDS, and final payment for unit price items will be based on actual quantities

determined and based on the unit prices included above.

BIDS will be compared based on Base Bid OR Base Bid plus Alternate A (including A-1 and A-2),

whichever is in the best interest of the City.

Hrem Desoription with Unit Price in Written’ Quantity |
: ens ie [___{ Dollars | Cents | I
Procurement and Delivery of Prefabricated Packaged Water ;
Booster Pump Station
f
1 |@ FH) Marl 09 Feat tee Tiickowva
f “sn wed wt
Ta biwoise | Sa Dollars} 5 |S tes | ee yes®
and <8 _/100 PER LUMP SUM é “
Foundation Design 1
@ LESCNTE FEZ AUN A & be
2 Dollars PSCC 2 SOG.
and oa /100 PER LUMP SUM LS
Foundation Installation and All Other Work 1
3 |@_ tax +erfgge~o | Slay Sen reign LLL ae Fo, 2G"
LOSES DDI ff FTE PVCGO_Dollars LS
and -¥¢_/100 PER LUMP SUM
Services of Electrical Installations, Inc., Moultonboro, NH i
(Owner’s Preferred System Integrator)
A
“? ee poy, oo = so a? el bs
4 |@_ Leen fat es 4 Dew oY 7
Dollars LS °
and Ach /100 PER LUMP SUM
Dase CB EPL (ce

Page Image
Finance Committee - Agenda - 11/15/2018 - P74

Finance Committee - Agenda - 11/15/2018 - P75

By dnadmin on Mon, 11/07/2022 - 11:25
Document Date
Fri, 11/02/2018 - 13:25
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Thu, 11/15/2018 - 00:00
Page Number
75
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__111520…

A-3.5

ALTERNATE A

Difference in cost to fumish and install complete

A-1 | Grundfos CR 64-2 A-G-A-E-HQQE (Owner-preferred 1 N/A included
vertical multistage centrifugal pumps for Pumps #1, #2, in Base Bid EL
and #3 per Section 33 14 45). (insert $0 for od)
LS price)
@ “ZY
ADD DO
___Dollarsand (J Ceents DEDUCT O
Difference in cost to furnish and install complete
A-2 | Grundfos CR 20-4 A-GJ-A-E-HQQE (Owner-preferred 1 N/A included
vertical multistage centrifugal pump for Pump #4 per ia Base Bid Oo,
Section 33 14 45). (insert $0 for
price)
@ ZyKe b ay
ADD O
Dollars and v Cents DEDUCT Ci

of Proposed Construction Sequencing per Section 01 11 00 and the Drawings

Vf DBE Subcontractor Utilization Form (EPA Form 6100-4)

We DBE Subcontractor Performance Forms (EPA Form 6100-3) Submit one form for each DBE
subcontractor

y BIDDER’S Americana Iron and Steel acknowledgement

Page Image
Finance Committee - Agenda - 11/15/2018 - P75

Finance Committee - Agenda - 11/15/2018 - P76

By dnadmin on Mon, 11/07/2022 - 11:25
Document Date
Fri, 11/02/2018 - 13:25
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Thu, 11/15/2018 - 00:00
Page Number
76
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__111520…

D-7.11
American tron and Steel
BIDDER'S AMERICAN IRON AND STEEL ACKNOWLEDGEMENT

Jastructions: This acknowledgement form must be completed and signed by the Bidder's authorized representative, and conveyed to
Owner with bid submittal.

Project Name: Vater comes OCS ( Page
City/Town/entity, = WO WOH
Bidder Name: 7H x Coma wT ; wee

= =o -
Bidder Address: AICS Avior } QO do mes VG

With submittal of this Bid, the Bidder acknowledges to and for the benefit of the Owner and the State of New Hampshire (State) that it

understands that this project is subject to the "American Iron and Steel (AIS)" requirements of the Water Resources Reform and
Development Act of 2014, the Consolidated Appropriations Act of 2014 (Public Law | 13-76), and subsequent laws that continue the

requirement for the use of American Iron and Steel products in State Revolving Fund construction projects , and these laws require
that all of the iron and steel used in the project be produced in the United States (“American Iron and Steel Requirement") including
all iron and steel goods provided by the Bidder pursuant to this Bid.

The Bidder hereby presents and warrants to and for the benefit of the Owner and State that (a) the Bidder has reviewed and
understands the American Iron and Steel Requirement, (b) all of the iron and steel products used in the project will be and/or have
been produced in the United States in a manner that complies with the American Iron and Steel Requirement, unless a waiver of the
requirement is approved, and (c) the Bidder will provide any further verified information, certification or assurance of compliance with
this Acknowledgement, or information necessary to support a waiver of the American Iron and Steel Requirement, as may be
requested by the Owner or the State

Notwithstanding any other provision of the Contract Documents, any failure to comply with this Acknowledgement by the Bidder
shall permit the Owner or State to recover as damages against the Bidder any loss, expense, or cost (including without limitation
attorney’s fees) incurred by the Owner or State resulting from any such failure (including without limitation any impairment or loss of
funding, whether in whole or in part, from the State or any damages owed to the State by the Owner).

Additionally, The Bidder hereby acknowledges that Bidder must include in all contracts and purchase agreements for this project
the following American iron and Steel contract language:

“ (Subcontractor/Supplier) acknowledges to and for the benefit of the (Owner) and the State of New
Hampshire (State) that it understands the goods and service under this contract or purchase agreement (Agreement) are being funded
with monies that are subject to statutory requirements commonly known as “American Iron and Steel” (the Water Resources Reform
and Development Act of 2014, the Consolidated Appropriations Act of 2014 (Public Luw 113-76), and subsequent laws that continue
the requirement for the use of American Iron and Steel products in State Revolving Fund construction projects), that requires all of the
iron and steel products used in the project to be produced in the United States (“American Iron and Steel Requirement”) including iron
and steel products provided under this contract or Agreement. The Subcontractor/Supplier hereby represents and warrants to and for
the benefit of the Owner and the State that (a) the Subcontractor/Supplier has reviewed and understands the American Iron and Steel
Requirement, (b) all of the iron and steel products used in the project will be and/or have been produced in the United States in a
manner that complies with the American Iron and Steel Requirement, unless a waiver of the requirement is approved, and (c) the
Subcontractor/Supplier will provide any further verified information, certification or assurance of compliance with this paragraph, or

information nepssary to support a waiver of the American Iran and Steel Requirement, as may be requested by the Owner or the State.

Page Image
Finance Committee - Agenda - 11/15/2018 - P76

Finance Committee - Agenda - 11/15/2018 - P77

By dnadmin on Mon, 11/07/2022 - 11:25
Document Date
Fri, 11/02/2018 - 13:25
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Thu, 11/15/2018 - 00:00
Page Number
77
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__111520…

i United States wf OWIB Conivol No: 2090-0020
Py set rl Protection Approved: 8/13/2013
Approval Explres: 9/31/2015

wel

Disadvariiaged Business Zaterpris pra
DBE Subcontracior cm cation Form

This form is intended to capture the prime contractor's actual and/or anticinaced use of identified certified DBE
subcontractors? and the estimated dollar amount of each subcontract. An EPA Financial Assistance Agreement
Recipient must require its prime contractors to complete this form and include itin the bid or proposal package.
Prime contracters should also maintain a copy of this form on File.

Prime Contractor Name Project Name
TCs x\ Come nam Tat ile Corde On Lasse
Bid/ Proposal No. Assistance Agreement ID No. (if known) | Point of Contact

PIR, Pioudn OS Togs he. QUEs 3
Be BARS ‘ ( and ON Email Address

Issuing/Funding Entity:
Ihave identified potential DBE _
| certified subcontractors _ ae _ Ors oe —£ Gne een

if yes, eS, please complete ‘the table kelow. If no, please explain:

Subcontractor Name/ Company Address/ Phona/ Enall Esi.Dollar [| Currently

Company Name Amt DBE
Certified?

ieee a ; hy & Ld } AA uf
Rep G Fae OF AULDLIS 677° |
kKloonti / ,
VMWeLTOne 8000 ME Due Yo=x>
_ LkSa dA “
-~~——- Continue on back if needed -----~ store cena

*ADBE isa Disadvantaged, Miinarity, or Woman Businass Enterprisa that has beer cartified by an entity from which EPA accepts certifcations as
described in 40 CFR 33.204-33,205 o- certified by EPA. EPA accepts certifications from entliles that meet or exceed EPA certification standards as
described In 40 CFR 33.202,

? Subcontractor ts defined asa company, firro, jot venture, or individual who enters into an agreement with a contractor to provide
services pursuant to an EPA award of financial assistance

EPA FORM 6100-4 (DBE Subcontractor Utizaticn Form]

Page Image
Finance Committee - Agenda - 11/15/2018 - P77

Pagination

  • First page « First
  • Previous page ‹‹
  • …
  • Page 2707
  • Page 2708
  • Page 2709
  • Page 2710
  • Current page 2711
  • Page 2712
  • Page 2713
  • Page 2714
  • Page 2715
  • …
  • Next page ››
  • Last page Last »

Search

Meeting Date
Document Date

Footer menu

  • Contact