Skip to main content

Main navigation

  • Documents
  • Search

User account menu

  • Log in
Home
Nashua City Data

Breadcrumb

  1. Home
  2. Search

Search

Displaying 28541 - 28550 of 38765

Finance Committee - Agenda - 4/3/2019 - P61

By dnadmin on Mon, 11/07/2022 - 13:07
Document Date
Fri, 03/29/2019 - 13:34
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Wed, 04/03/2019 - 00:00
Page Number
61
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__040320…

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 including Alternates. NOTE: CITY IS
EXEMPT FROM SALES TAX. BIDS shall include all other applicable taxes and fees.

and COP _/100 PER LUMP SUM

Item Estimated | Unit Bid Price | 7) Bid Hem
No, | fem Description with Unit Price in Written Words | Quantity & rice
— Unit
m Dollars | Cents | Dollars | Cents
Mobilization and Demobilization (Limited to 5% of 1
Total Price excluding Items 11-15)
oo ,oO
: fe CreMurdeed Tien Tansand 4 150,00 | & 150,00
om v Dollars LS
and COG _/100 PER LUMP SUM
4-inch PVC Sewer Forcemain 125
T uw
‘ 2
2a 1 @ Hive Hundeed q Soo Yy va, Sov
Dollars LF
and CORO _/100 PER LINEAR FOOT
6-inch PVC Sewer Forcemain 550 0
7. ie
€
» |@ (ne tuned Sixh, Fue $ Ws iy 905;75D
Dollars LF
and CRRN /100 PER LINEAR FOOT
All Work for Trestle Brook Pump Station Improvements l D
4
‘ @
> fe Syctndaed Fleet Thwsart BUS," If (eg, ovo
Dollars LS
and_cOLD /100 PER LUMP SUM
All Work for Watson Pump Station Improvements I
Four Yundaed fu" [hausand § 450,000") Usojan'™
4 | @ NOR *windRecd ¥ LON 3 & 450, 0
J Dollars LS

Page Image
Finance Committee - Agenda - 4/3/2019 - P61

Finance Committee - Agenda - 4/3/2019 - P62

By dnadmin on Mon, 11/07/2022 - 13:07
Document Date
Fri, 03/29/2019 - 13:34
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Wed, 04/03/2019 - 00:00
Page Number
62
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__040320…

A-3.5

item | Estimated | Unit Bid Price | 70'#! Bid Item
No, | {temt Description with Unit Price in Written Words | Quantity & mice
Unit Dollars | Cents | Dollars | Cents
All Work for Newton Pump Station Improvements 1
. |e kar Yuneed Tet Two Thusand | , >
v Dollars Ls $ Uss jd" | § USS, w0*
and ¢ Orr ) /100 PER LUMP SUM
All Work for Fulton Pump Station Improvements 1
5 |@ Ean noned \hwsand > a
Dollars LS YO ond" 4 Wo) aon"
and_ CoRh /100 PER LUMP SUM
All Work for National Pump Station Improvements l
_ |@ For Hunted Fue thwsand Log oo'!? | Yas, ooo
Dollars | yg RB os, om )
and COV) _/100 PER LUMP SUM
All Work for Gillis Pump Station Improvements 1
@ i ® P
8 | {hyo \lundaed) Ninery Treuscn 390,00" | 390, 90
v Dollars Ls
and_ COD —_/100 PER LUMP SUM
Miscellaneous Concrete
100 6 |
@ , \"
9 Coo # \ 4 Vp! w
. Dollars
and COVE) /100 PER CY CY

Page Image
Finance Committee - Agenda - 4/3/2019 - P62

Finance Committee - Agenda - 4/3/2019 - P63

By dnadmin on Mon, 11/07/2022 - 13:07
Document Date
Fri, 03/29/2019 - 13:34
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Wed, 04/03/2019 - 00:00
Page Number
63
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__040320…

4£-3.6

item
No.

Item Description with Unit Price in Written Wards

Estimated
Quantity &
Unit

Unit Bid Price

Total Bid Item
Price

Dollars | Cents

Dollars | Cents

10

Services of Electrical Installations, Inc., Marlborough,
NH 2 Eaht s Mag as nico

Kaiglaly Nine sand Ty

Hunteed
/100 PER LUMP SUM

D—
and

LS

# 87,200"

€ 84,20°"

il

Owner's Contingency Allowance for Traffic Control

@ Twenty thousand Dollars and Zero/100
NOT TO EXCEED

NTE

$20,000

$20,000

12

Owner’s Contingency Allowance for Materials Testing

@ Twenty Five thousand Dollars and Zero/106 NOT
TO EXCEED

$25,000

$25,000

13

Owner’s Contingency Allowance for Utility Charges by
Eversource

@ Forty Two thousand Dollars and Zero/106

NOT TO EXCEED

NTE

342,000

$42,000

14

Owner’s Contingency Allowance for Contaminated Soil
and Groundwater

@ One hundred thousand Dollars and Zero/100
NOT TO EXCEED

$100,006

$106,000

18

Owner’s Contingency for Removal of Asbestos Cement
Pipes

@ Fifty thousand Dollars and Zero/100

NOT TO EXCEED

$50,000

350,000

Page Image
Finance Committee - Agenda - 4/3/2019 - P63

Finance Committee - Agenda - 4/3/2019 - P64

By dnadmin on Mon, 11/07/2022 - 13:07
Document Date
Fri, 03/29/2019 - 13:34
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Wed, 04/03/2019 - 00:00
Page Number
64
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__040320…

A-3.7

and CRH /100 PER LUMP SUM

Item Estimated | Unit Bid Price Potal ¢ Hem

No, | item Description with Unit Price in Written Words | Quantity & rice

. Unit
, Dollars | Cents | Dollars | Cents
All Work for Installation of Fiber Optic Cable Citywide 1
©
6 |@ Che Huriaed “Tonk Swe Twsend &)as,00"” $1as wo"
y Dollars LS

TOTAL BASE BID PRICE (Sum of Items 1 through 16)

“VHreao_\I)
“Thusand

Q Kuo undead Sey
ap

(Use words)

Al ton) baenigcd Saar Nine

Dollars and

Cents

, _
$ 4, WA S SSO
(Use figures)

BIDDER acknowledges 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.

Page Image
Finance Committee - Agenda - 4/3/2019 - P64

Finance Committee - Agenda - 4/3/2019 - P65

By dnadmin on Mon, 11/07/2022 - 13:07
Document Date
Fri, 03/29/2019 - 13:34
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Wed, 04/03/2019 - 00:00
Page Number
65
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__040320…

A-3.8

ALTERNATE BID ITEMS (F AWARDED BY OWNER)

ALTERNATE A-1 LUMP SUM PRICE: Difference in price to furnish and

install complete Gorman-Rupp Wastewater Submersible Pumps (Owner's

Preference} as shown on the eme
In

Cf) Add ( Deduct
cluded in Base Bid (if checked, indicate $0}

‘OG Ce Dollars and
,

“OD Cents § { }

(Use figures)

ALTERNATE A-2 LUMP SUM PRICE: Difference in price to furnish and install

complete Gorman-Rupp Wastewater Suction Lift Pumps (Owner's Preference) as
shown on the drawings

(Use words)

/, ( Add O Deduct
, Included in Base Bid (if checked, indicate $0)

OED Dollars and 90
Cee Cents Oo

£
(Use words) (Use figures)

TOTAL ALTERNATE A LUMP SUM PRICE (items A-1 and A-2)

certo Dollars and () , “
CeO Use Reuresy

$
Cents (Use figures)
(Use words}

ALTERNATE B LUMP SUM PRICE: Difference in cost to furnish and.

install complete Programmable Logie Controllers manufactured by Allen-

Bradley (Owner's Preference) as shown on the drawings, CO Add © Deduct

wh Included in Base Bid (if checked, indicate $0)

Cerp Dollars and gd
KORY Cents | 5 0

(Use figures)

(Use words)

Page Image
Finance Committee - Agenda - 4/3/2019 - P65

Finance Committee - Agenda - 4/3/2019 - P66

By dnadmin on Mon, 11/07/2022 - 13:07
Document Date
Fri, 03/29/2019 - 13:34
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Wed, 04/03/2019 - 00:00
Page Number
66
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__040320…

A-3.9

ALTERNATE C LUMP SUM PRICE: Difference in cost to furnish and
install Square D Altivar 600 Series Variable Frequency Drives (Owner's

Preference) O Add C1 Deduct
1 Included in Base Bid (if checked, indicate $0)
‘ CLD Dollars and
C CRD Cents () i ob
(Use words) $

(Use figures)

BIDS will be compared based on Base Bid OR Base Bid plus Alternates in any combination
(Alternate A (including A-1 and A-2), Alternate B, Alternate C), whichever is in the best
interest of the City.

The BIDDER hereby certifies, by checking the boxes below, that the following documents are
included with this BID

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

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

a/ BDER’S American Iron and Steel acknowledgement

Page Image
Finance Committee - Agenda - 4/3/2019 - P66

Finance Committee - Agenda - 4/3/2019 - P67

By dnadmin on Mon, 11/07/2022 - 13:07
Document Date
Fri, 03/29/2019 - 13:34
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Wed, 04/03/2019 - 00:00
Page Number
67
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__040320…

BID BOND

Add ROSS :

KNOW ALL MEN BY THESE PRESENTS, that we, the undersigned,

as Principal, and

as Surety, are hereby
held and firmly bound unto _City of Nashua, New Hampshire as OWNER.

in the penal sum of

for the payment of which, well and truly to be made, we hereby jointly and severally bind

ourselves, successors and assigns.

Signed, this day of

The Condition of the above obligation is such that whereas the Principal has submitted to

a certain BID, attached hereto and hereby made a part hereof to enter into a contract in writing, for

the

NOW, THEREFORE,

(a) If said BID shall be rejected, or

(b) If said BID shall be accepted and the Principal shall execute and deliver a contract in the Form
of Contract attached hereto (Properly completed in accordance with said BID) and shall
furnish a BOND for faithful performance of said contract, and for the payment of all persons
performing labor or furnishing materials in connection therewith, and shall in all other respects
perform the agreement created by the acceptance of said BID, then this obligation shall be
void, otherwise, the same shall remain in force and effect; it being expressly understood and
agreed that the lability of the Surety for any and all claims hereunder shall, in no event,

exceed the penal amount of this obligation as herein stated.

Page Image
Finance Committee - Agenda - 4/3/2019 - P67

Finance Committee - Agenda - 4/3/2019 - P68

By dnadmin on Mon, 11/07/2022 - 13:07
Document Date
Fri, 03/29/2019 - 13:34
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Wed, 04/03/2019 - 00:00
Page Number
68
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__040320…

The Surety, for value received, hereby stipulates and agrees that the obligations of said
Surety and its BOND shall be in no way impaired or affected by any extension of the
fime within which the OWNER may accept such BID; and said Surety does hereby waive
notice of any such extension.

IN WITNESS WHEREOF, the Principal and the Surety have hereunto set their hands and
seals, and such of them as are corporations have caused their corporate seals to be hereto
affixed and these presents to be signed by their proper officers, the day and year first set
forth above.

Principal

By:

Surety

By:

IMPORTANT — Surety companies executing BONDS must appear on the Treasury
Department's most current list (Circular 570 as amended) and be authorized to transact

business in the state of New Hampshire.

Page Image
Finance Committee - Agenda - 4/3/2019 - P68

Finance Committee - Agenda - 4/3/2019 - P69

By dnadmin on Mon, 11/07/2022 - 13:07
Document Date
Fri, 03/29/2019 - 13:34
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Wed, 04/03/2019 - 00:00
Page Number
69
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__040320…

He (imped LM Slened Canhact-

NOTICE TO LABOR UNIONS OR OTHER ORGANIZATIONS OF WORKERS
NONDISCRIMINATION IN EMPLOYMENT

The Contractor, and his subcontractors if applicable, shall send to each labor union or
representative of workers with which he has a collective bargaining agreement or other contract
or understanding, a notice to be provided advising the said labor union or workers!
representatives of the contractor's commitments under this section, and shall post copies of the
notice in conspicuous places available to employees and applicants for employment.

To:

(Name of union or organization of workers}

The undersigned currently holds contract(s) with

(Name of Applicant)
involving funds or credit of the U.S. Government or (a) subcontract(s)

with a prime contractor holding such contract(s).

You are advised that under the provisions of the above contract(s) or subcontract(s) and in
accordance with Executive Order 11246, dated September 24, 1965, Executive Order 13665 dated
April 8, 2014 and Executive Order 13672 dated July 21, 2014, the undersigned is obliged not to
discriminate against any employee or applicant for employment because of race, color, religion,
national origin, sexual orientation or gender identity. This obligation not to discriminate in

employment includes, but is not limited to, the following:

HIRING, PLACEMENT, UPGRADING, TRANSFER, OR DEMOTION RECRUITMENT,
ADVERTISING, OR SOLICITATION FOR EMPLOYMENT TRAINING DURING
EMPLOYMENT, RATES OF PAY OR OTHER FORMS OF COMPENSATION, SELECTION
FOR TRAINING INCLUDING APPRENTICESHIP, LAYOFF, OR TERMINATION,

COPIES OF THIS NOTICE WILL BE POSTED BY THE UNDERSIGNED IN CONSPICUOUS
PLACES AVAILABLE TO EMPLOYEES OR APPLICANTS FOR EMPLOYMENT,

C/S/

{Contractor or Subcontractor)

Date

This document must be completed by the successful bidder and bound in the executed
contract

Page Image
Finance Committee - Agenda - 4/3/2019 - P69

Finance Committee - Agenda - 4/3/2019 - P70

By dnadmin on Mon, 11/07/2022 - 13:07
Document Date
Fri, 03/29/2019 - 13:34
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Wed, 04/03/2019 - 00:00
Page Number
70
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__040320…

D-5.1

ENVIRONMENTAL PROTECTION AGENCY
OFFICE OF WATER PROGRAMS OPERATIONS
CERTIFICATION OF NONSEGREGATED FACILITIES

(Applicable to federally assisted construction contracts and related subcontracts exceeding $10,000
which are not exempt from the Equal Opportunity clause.*)

The federally assisted construction contractor certifies that he does not maintain or provide for

his employees any segregated facilities at any of his establishments, and that he does not permit his
employees to perform their services at any location, under his control, where segregated facilities
are maintained,

The federally assisted construction contractor certifies further that he will not maintain or
provide for his employees any segregated facilities at any of his establishments, and that he will not
permit his employees to perform their services at any location, under his control, where segregated
facilities are maintained.

The federally assisted construction contractor agrees that a breach of this certification is a
violation of the Equal Opportunity clause in this contract.

As used in this certification, the term "segregated facilities" means any waiting rooms, work
area, rest rooms and wash rooms, restaurants and other eating areas, time clocks, locker rooms, and
other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas,
transportation and housing facilities provided for employees which are segregated by explicit
directive or are in fact segregated on the basis of race, creed, color, or national origin, because of
habit, local custom, or otherwise.

The federally assisted construction contractor agrees that (except where he had obtained
identical certifications from proposed subcontractors for specific time periods) he will obtain

identical certifications from proposed subcontractors prior to the award of subcontracts exceeding
$10,000 which ane not exempt-frém the provisions of the Equal Opportunity clause, and that he will

retain such
TT Bahia

(5 nenene Deli cy Dresidont

Name and Title of Signer (Please Type}

NOTE: The penalty for making false statements in offers is prescribed in 18 U.S.C. 1001.

*This document must be completed by the successful bidder and bound in the executed
contract.

Page Image
Finance Committee - Agenda - 4/3/2019 - P70

Pagination

  • First page « First
  • Previous page ‹‹
  • …
  • Page 2851
  • Page 2852
  • Page 2853
  • Page 2854
  • Current page 2855
  • Page 2856
  • Page 2857
  • Page 2858
  • Page 2859
  • …
  • Next page ››
  • Last page Last »

Search

Meeting Date
Document Date

Footer menu

  • Contact