Skip to main content

Main navigation

  • Documents
  • Search

User account menu

  • Log in
Home
Nashua City Data

Breadcrumb

  1. Home
  2. Search

Search

Displaying 8831 - 8840 of 38765

Board Of Aldermen - Agenda - 5/25/2021 - P75

By dnadmin on Mon, 11/07/2022 - 07:01
Document Date
Fri, 05/21/2021 - 17:45
Meeting Description
Board Of Aldermen
Document Type
Agenda
Meeting Date
Tue, 05/25/2021 - 00:00
Page Number
75
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/boa_a__052520…

One Dollars and Six Cents
Sixteen Dollars and Cents
T

672.00
QUANTITY ITEM DESCRIPTION BID PRICE IN WORDS UNIT COST TOTAL AMOUNT
" 72 3,498.00
18" 1 154.40
5 108.00
46.80 234.00
39.78 00
105 210.60
234.00 3,042.00
115.00 11,115.00
936.00 00
877 50
146 75
QUANTITY ITEM DESCRIPTION BID PRICE IN WORDS UNIT COST TOTAL AMOUNT
uo 3,159.00
lll 1 05
719.90
59 val 035.45
035.45
59 035.45
666.90
339.30
404,000.00 404,000.00
TA AS 60
468.00 404.00
351.00 053.00
ITEM NO. QUANTITY ITEM DESCRIPTION BID PRICE IN WORDS UNIT COST TOTAL AMOUNT
677.55 1 Parking Pay Station Removed and Reset Five Thousand Eight Hundred Fifty Dollars and Zero Cents Per each $ 5,850.00] $ 5,850.00
692. 1 Mobilization Ninety Six Thousand Three Hundred Seventy Five Dollars and Zero Cents Per unit $ 96,375.00 | $ 96,375.00
Total Bid Price in Words One Million One Hundred Twenty Nine Thousand Seven Hundred Ten Dollars and Zero Cents Total Bid Price $ 1,129,710.00

Contractor Name: D.L. King and Associates

Contractor Address: 27 Tanglewood Drive

Contractor Phone: 603 - 883 - 5880

Contractor E-mail: Art@alk’pgnh. com or Dean@alkingnh! com

Contractor signature: mn iFca
4

Date:

[4/9/2021

Page Image
Board Of Aldermen - Agenda - 5/25/2021 - P75

Board Of Aldermen - Agenda - 5/25/2021 - P76

By dnadmin on Mon, 11/07/2022 - 07:01
Document Date
Fri, 05/21/2021 - 17:45
Meeting Description
Board Of Aldermen
Document Type
Agenda
Meeting Date
Tue, 05/25/2021 - 00:00
Page Number
76
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/boa_a__052520…

Table of Contents

Cover Letter
Schedule of Values - Bid Form & Addenda Attached

A. Appendix C - Bid Form
a. Bidding Firm Name & Information
b. Subcontract List
c. Part A: Scope of Work
d. Part B: General Specifications
e. Part C: Schedule of Values Bid Form Attached to Cover Letter
f. Part D: Experience & Qualifications
g. Schedule A-1: Contracts Past Five Years
h. Schedule A-2: Current Projects
i. Schedule A-3: Principals Experience
j. Acknowledgement of Documents
k. Bid Bond
1. Davis-Bacon Wage Schedule
m. Federal Reps & Certs
n. DOB - Women Owned Business
o. Letters of Recommendation

Page Image
Board Of Aldermen - Agenda - 5/25/2021 - P76

Board Of Aldermen - Agenda - 5/25/2021 - P77

By dnadmin on Mon, 11/07/2022 - 07:01
Document Date
Fri, 05/21/2021 - 17:45
Meeting Description
Board Of Aldermen
Document Type
Agenda
Meeting Date
Tue, 05/25/2021 - 00:00
Page Number
77
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/boa_a__052520…

BID FORM

Project Identification — : Nashua Transit Center Retrofit, Nashua, New Hampshire
Bid Identification Number: RFP 0979-040821
This Proposal is submitted to: City of Nashua

Purchasing Department
229 Main Street, City Hall
Nashua, NH 03061-2019

1. The undersigned Vendor proposes and agrees, if this proposal is accepted, to enter into an agreement
with the City in the form included in the RFP documents to perform all Work as specified or indicated in the RFP
documents for the prices and within the times indicated in this proposal and in accordance with the other terms
and conditions of the RFP documents.

2. Vendor accepts all of the terms and conditions of the Advertisement or Request for Proposals and
Instructions to Vendors, including without limitation those dealing with the disposition of RFP security. The
proposal will remain subject to acceptance for ninety (90) days after the day of proposal opening, or for such
longer period of time that Vendor may agree to in writing upon request of the City.

3. In submitting this proposal, Vendor represents, as set forth in the Agreement, that:

A.

Vendor has examined and carefully studied the RFP Documents and the following Addenda, receipt
of all which is hereby acknowledged.

Addendum No. Addendum Date
1 March 24th
2 April 2

Vendor 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.

Vendor 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.

Vendor 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 Vendor, and
safety precautions and programs incident thereto.

Vendor does not consider that any further examinations, investigations, explorations, tests, studies,
or data are necessary for the determination of this proposal 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 RFP
documents.

Vendor is aware of the general nature of work to be performed by the City and others at the Site that
relates to the Work as indicated in the RFP documents.

Bid Form —1 of 14

Page Image
Board Of Aldermen - Agenda - 5/25/2021 - P77

Board Of Aldermen - Agenda - 5/25/2021 - P78

By dnadmin on Mon, 11/07/2022 - 07:01
Document Date
Fri, 05/21/2021 - 17:45
Meeting Description
Board Of Aldermen
Document Type
Agenda
Meeting Date
Tue, 05/25/2021 - 00:00
Page Number
78
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/boa_a__052520…

G. Vendor has correlated the information known to Vendor, information and observations obtained
from visits to the Site, reports and drawings identified in the RFP documents, and all additional
examinations, investigations, explorations, tests, studies, and data with the RFP documents.

H. Vendor has given the City written notice of all conflicts, errors, ambiguities, or discrepancies that
Vendor has discovered in the RFP documents, and the written resolution thereof by the City is
acceptable to Vendor.

|. The RFP documents are generally sufficient to indicate and convey understanding of all terms and
conditions for performance of the Work for which this proposal is submitted.

4. Vendor further represents that this proposal 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; Vendor has not directly or indirectly induced or solicited any other
Vendors to submit a false or sham proposal; Vendor has not solicited or induced any individual or entity to refrain
from bidding; and Vendor has not sought by collusion to obtain for itself any advantage over any other Vendor or
over the City.

5. The requirements of the New Hampshire Revised Statutes Annotated shall apply to this project. The
Vendor 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.htm|

6. The following documents are attached to and made a condition of this RFP:
A. Bid Form
B. Bid Bond
G A tabulation of Subcontractors, Suppliers and other individuals and entities required to be
identified in this Bid
D. Construction Contractor's Qualification Statement
7. Communications concerning this RFP shall be addressed to:

Name: A Dean King

Address: 27 Tanglewood Dr. Nashua, NH 03062

Phone: — 693.883.5880

Email: ~~ gean@dlkingnh.com

D L King & Associates, Inc

8. Business Name (typed or printed):
O)Individual CPartnership [Corporation OJoint Venture
Type: CGeneral CiGeneral Business
OPublicty Traded C)Professional

OLimited DServices .
bs [3Other OLimited Liability a
By: “4 AE < it Co? ~ (SEAL)
oe : (individual's Signature, General Partner, Officer with authority to sign)
Doing business as: DL King & Associates, Inc

Bid Form —2 of 14

Page Image
Board Of Aldermen - Agenda - 5/25/2021 - P78

Board Of Aldermen - Agenda - 5/25/2021 - P79

By dnadmin on Mon, 11/07/2022 - 07:01
Document Date
Fri, 05/21/2021 - 17:45
Meeting Description
Board Of Aldermen
Document Type
Agenda
Meeting Date
Tue, 05/25/2021 - 00:00
Page Number
79
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/boa_a__052520…

Biveiiees audress: 27 Tanglewood Drive, Nashua, NH 03062

phenae 603-883-5580

Date and State of Organization 1/3/83 Illinois

Date and State of Incorporation: 1/3/1983 Illinois

Date of Qualification to do business is 1/3/1983

Names of Current General Partners/Executive Officers/Joint Partners

|Name: Title
Donna L King President
A. Dean King CEO
Arthur E King, PE CFO/Sec

(Indicate managing partner by an asterisk *)

Address for receipt of official communications:
27 Tanglewood Drive

Nashua, NH 03062

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

Submitted by:

Name of Organization D L King & Associates, Inc

Name & Title of individual A Dean King CEO

Address 27 Tanglewood Dr. Nashua, NH 03062
Telephone 603.883.5880

Email dean@dlkingnh.com

Bid Form —3 of 14

Page Image
Board Of Aldermen - Agenda - 5/25/2021 - P79

Board Of Aldermen - Agenda - 5/25/2021 - P80

By dnadmin on Mon, 11/07/2022 - 07:01
Document Date
Fri, 05/21/2021 - 17:45
Meeting Description
Board Of Aldermen
Document Type
Agenda
Meeting Date
Tue, 05/25/2021 - 00:00
Page Number
80
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/boa_a__052520…

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 fas Meine

LABrochu Site

Tri State Curb Curbing
Northridge Contracting Demo
Dennison Cabinets Casework

Marvell Glass Openings/Bulletproofing

Capital Tile Flooring

EJC Mech/Plumbing & HVAC
DCI Traffic Control

Gate City Electric Electric

Bid Form —4 of 14

Page Image
Board Of Aldermen - Agenda - 5/25/2021 - P80

Board Of Aldermen - Agenda - 5/25/2021 - P81

By dnadmin on Mon, 11/07/2022 - 07:01
Document Date
Fri, 05/21/2021 - 17:45
Meeting Description
Board Of Aldermen
Document Type
Agenda
Meeting Date
Tue, 05/25/2021 - 00:00
Page Number
81
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/boa_a__052520…

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 supmit 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 Dollar Value and
description of work

Bid Form —5 of 14

Page Image
Board Of Aldermen - Agenda - 5/25/2021 - P81

Board Of Aldermen - Agenda - 5/25/2021 - P82

By dnadmin on Mon, 11/07/2022 - 07:01
Document Date
Fri, 05/21/2021 - 17:45
Meeting Description
Board Of Aldermen
Document Type
Agenda
Meeting Date
Tue, 05/25/2021 - 00:00
Page Number
82
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/boa_a__052520…

In compliance with your RFP, we hereby submit our proposal for the above project. Having examined
the plans and specifications and being familiar with all of the conditions surrounding the construction
of the proposed project, including the availability of materials and labor, we hereby propose to
furnish all supervision, labor, materials and supplies, and to construct the project in accordance with
the contract documents, including Addenda noted below.

Proposal Submittal:

Part A: Scope of Work Narrative

Transit Building Renovations:

DL KING will upon award issue a SOV, Schedule and Submittal Register. We will prioritize long lead time items such

as Bullet proof glass, HVAC Equipment and casework. We will start DEMO and under slab work immediately as well

las security and provide temporary facilities. Please note our experience with bullet proof glass procurement is

Typically taking >3 Months from shop DWGS to finish installation and we red Flag this activity as restraining 90 Day

Completion Date.
Site Work: See Attached

Preconstruction Work:

DL King will perform preconstruction Audio-Visual Survey and provide to Engineer & Owner for approval prior to

Work and will establish survey controls, UG inspections, permit applications, temporary barriers, temporary services

and facilities and review for approval Preconstruction deliverables.

Page Image
Board Of Aldermen - Agenda - 5/25/2021 - P82

Board Of Aldermen - Agenda - 5/25/2021 - P83

By dnadmin on Mon, 11/07/2022 - 07:01
Document Date
Fri, 05/21/2021 - 17:45
Meeting Description
Board Of Aldermen
Document Type
Agenda
Meeting Date
Tue, 05/25/2021 - 00:00
Page Number
83
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/boa_a__052520…

Part B: Product ( ee
DL King will upon Award Value Engineering Review Product

Specifications as to substitution and/or mitigate delivery
Schedules that restrain completion. We involve our Vendors
subcontractors in this review. Request for changes will

transmitted for approval via RFI’s

Part C: Unit Price Bid Proposal

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.

(Amounts where indicated shall be shown in both words and figures. In case of discrepancy, the amount shown
in words will govern.)

Bid Form —7 of 14

Page Image
Board Of Aldermen - Agenda - 5/25/2021 - P83

Finance Committee - Agenda - 2/16/2022 - P4

By dnadmin on Sun, 11/06/2022 - 21:40
Document Date
Thu, 02/10/2022 - 15:14
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Wed, 02/16/2022 - 00:00
Page Number
4
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__021620…

3) New ceiling tiles and grid to replace original ceiling that is old, damaged, discolored and in
some locations missing.

4) Update the lighting in the firing range in accordance with the updates to the HVAC system.
This change order will cover 1 row of lights only (The remaining rows of lights will be
installed at a later date and will require an additional change order at that time).

5) Roll call room HVAC expansion. The roll call room HVAC will be adjusted to accommodate
the size of the roll call room.

Summary
No. 1
CHANGE IN CONTRACT PRICE: CHANGE IN CONTRACT TIMES:
Original Contract Price Original Contract Times
3,601,767.00 Substantia! completion:
Ready for final payment:
Net changes from previous Change Orders Net change from previous Change Orders
$0.00
Contract Price prior to this Change Order Contract Times prior to this Change Order
$3,601,767.00 Substantial completion:
Ready for final payment:
Net Increase édecreasejof this Change Order Net Increase (decrease) of this Change Order
25,840.39
Contract Price with all approved Change Orders Contract Times with all approved Change Orders
3,627,607.39 Substantial completion:
Ready for final payment:
RECOMMENDED: ACCEPTED: APPROVED:
By: By: By:
, Director Mayor Jim Donchess
(Authorized Signature) (Authorized Signature) Owner
{Authorized Signature)
Date: / Ly [ti Date:
Date:

Page Image
Finance Committee - Agenda - 2/16/2022 - P4

Pagination

  • First page « First
  • Previous page ‹‹
  • …
  • Page 880
  • Page 881
  • Page 882
  • Page 883
  • Current page 884
  • Page 885
  • Page 886
  • Page 887
  • Page 888
  • …
  • Next page ››
  • Last page Last »

Search

Meeting Date
Document Date

Footer menu

  • Contact