Finance Committee - Agenda - 5/3/2016 - P46
DIVISION 3
BID FORM
BID BOND
BID SCHEDULE
CONTRACTOR’S QUALIFICATIONS
DIVISION 3
BID FORM
BID BOND
BID SCHEDULE
CONTRACTOR’S QUALIFICATIONS
BID FORM
PROJECT IDENTIFICATION: LEGACY PLAYGROUND AT LABINE PARK
CONTRACT IDENTIFICATION AND NUMBER: IFB 0651-033116
THIS BID IS SUBMITTED TO: City of Nashua
Purchasing Department
229 Main Street, City Hall
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
#01 2/29/2019
#02 3/24/2016
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.
CG 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.
lof 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://eencourt.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.
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.
2 of 8
Bid Form
8.01 The following documents are attached to and made a condition of this Bid:
A. Bid Form;
B. Bid Bond;
Ce 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 in by Bidder)
D.L. King & Associates, Inc.
27 Tanglewood Drive
Nashua, NH 03062
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:
Name of Organization
Name of Individual
Title
Address
Telephone
Submitted to:
Name
Address
Telephone
SUBMITTED on
Bid Form
D.L. King & Associates, Inc.
Donna L. King
President
27 Tanglewood Drive
Nashua, NH 03062
603-883-5850
City of Nashua, NH - Purchasing
229 Main Street
Nashua, NH 03061-2019
603-589-3340
March 31,
30f 8
, 20_16
If BIDDER is:
An Individual
Name (typed or printed):
By: (SEAL)
(individual's Signature)
Doing business as:
Business address:
Phone No.: Fax No.:
A Partnership
Bid Form
Partnership Name: (SEAL)
Date and State of Organization
Names of Current General Partners
Name Title
Type of Partnership
[-] General [_] Publicly Traded
[] Limited [_] Other (describe):
By:
(Signature of General Partner — attach evidence of authority to sign)
Name (typed or printed):
Business address:
Phone No.: Fax No.:
4o0f8
A Corporation
Corporation Name: D.L.King & Associates, Inc. (SEAL)
Date and State of Incorporation: 1983 - Illinois
List of Executive Officers
Name Title
Donna L. King President
A. Dean King Vice President
Arthur E. King, Jr. P.E. CFO
Type (Ge eral Business, Professional, Servtee, Limited Liability):
; 4 <* ‘ °
yi _A ttA7 “MAF - =~ Ld ent
By lien ee 2 ea! dhl
(Sigrlagae -- attach evidence of authority to sign)
Name (typed or printed); _Donna_L. King
Title: §- Pre “LS ttf (Corporate Seal)
Attest: A) A
a - (Signature of Corporate Secretary)
Business Address: 27 Tanglewood Drive
Nashua, NH 03062
Phone No.: 603-883-5880 Fax No: 603-883-5061
Date of Qualification to do business is_ New Hamsphire-1999
A Joint Venture
Bid Form
Joint Venture Name: (SEAL)
Date and State of Organization:
Name, Address and Form of Organization of Joint Venture Partners: (Indicate managing partner
by an asterisk *)
5 of 8
D.L. King & Associates, Inc.
Certificate of Vote
I, Arthur E. King, Jr., hereby certify that I am duly elected Secretary of D.L. King
& Associates, Inc.
I hereby certify the following is a true copy of a vote taken at a meeting of the
Board of Directors of the Corporation, duly called and held on March 31, 2016 at which a
quorum of the Board was present and voting.
VOTED:
That Donna L. King, President, is duly authorized to enter into a specific
Agreement for the Corporation with the City of Nashua, New Hampshire and further
authorized to execute any documents, which may in his judgment be desirable or
necessary to affect the purpose of this vote.
I hereby certify that said vote has not been amended or repealed and remains in
full force and effect as of March 31, 2016 and that Donna L. King is the duly elected
President, respectively, of this Corporation.
Attest:
Date: sluftl | 7
- UY Secgefary
Arthur E. King, Jr.
Corporate Seal:
By:
(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:
(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).
6 of 8
Bid Form
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 Subcontractor Portion of Work
JF Kimball Excavation Boscawen, NH Site Work
MEO Brien & Sons Medfield, MA Rubber Suface
Reale Associates Ocean Bluff, MA Playground Eq Install
Valencourt Concrete Milford, NH Stamped Concrete
Tots
Bid Form
Exhibit A - Scope of Services
Nashua, WWITF — Anaerobic Digester ~ Second Heat Exchanger Project
Task A. Design
1} Hold a project kickoff meeting and site visit to confirm existing conditions within the Primary Gallery.
2)
3)
4)
and review the City’s desired layout and control system requirements. Kick-off meeting and site visit
to include project engineer, design CAD technician; mechanical (HVAC} engineer, and instrumentation
engineer.
a) A-key issue will be to review the feasibility of relocating the existing temperature and pressure
sensor inputs to be upstream and downstream of the piping to/from both heat exchangers versus
the redundancy that would be provided if individual sensors are provided for each heat
exchanger.
b) Assume existing PLCs in existing control panels will be reused for any additional temperature and
pressure sensor inputs.
c} Assume heat exchangers will be set up for the second to be operated as a back-up only, and not
for both heat exchangers to operate concurrently (one for sludge feed and one for sludge
recirculation).
Perform 3-dimensional scanning of the Primary Digester Gallery. This is assumed to be a one-day
effort and will be subcontracted to Matterscan. Deliverables to include access to an electronic 3D
virtual site walk of the photographed facilities as well as a point cloud for CAD drawing development
of existing facilities. Note: Effort will include primary digester stairway to top for separate digester
fan relocation project.
Prepare 30% preliminary design package including the following:
a} Process and instrumentation diagrams of proposed installation with two heat exchangers
including modifications to the hot water feed system.
b) Process plan and sections of the proposed heat exchanger installation, including sludge piping,
hot water and return piping, valving, and other appurtenances.
c) Technical memorandum summarizing the proposed improvements including a functional
description of the intended operation of the updated system with the second neat exchanger.
d) Meet with the City to review the preliminary design package. Address City comments in writing.
Prepare 95% design drawings and specifications. Assume City staff will be responsible for bidding and
contractual documents. The 95% design package will include:
a) Process and instrumentation diagrams of proposed installation with two heat exchangers
including modifications to the hot water feed system.
b) Process plan and sections of the proposed heat exchanger installation, including aii sludge piping,
hot water and return piping, valving, and other appurtenances.
c) Assume electrical design information, such as wiring and conduit from temperature transmitting
sensor / indicator and pressure transmitting sensor / indicator to control panel, will be shown on
Process drawings.
WrIGHT-PreERCE =
Engineering a Beller Environment ]