Active SLED Opportunity · MASSACHUSETTS · TOWN AND COUNTY OF NANTUCKET

    Repair & Replace Roof at Affordable Housing Trust owned Residential Property

    Issued by Town and County of Nantucket
    countyIFBTown and County of NantucketSol. 253223
    Open · 18d remaining
    DAYS TO CLOSE
    18
    due May 11, 2026
    PUBLISHED
    Apr 14, 2026
    Posting date
    JURISDICTION
    Town and
    county
    NAICS CODE
    238160
    AI-classified industry

    AI Summary

    The Town and County of Nantucket seeks bids for roof repair, replacement, and mold remediation at a Trust-owned residential property. The project includes removal of existing roofing, structural inspection, installation of new asphalt shingles, and mold remediation with required permits and warranties.

    Opportunity details

    Solicitation No.
    253223
    Type / RFx
    IFB
    Status
    open
    Level
    county
    Published Date
    April 14, 2026
    Due Date
    May 11, 2026
    NAICS Code
    238160AI guide
    Agency
    Town and County of Nantucket

    Description

    The Nantucket Affordable Housing Trust invites qualified responders to submit bids for the repair and replacement of the roof and mold remediation of a one-story residential structure. This Invitation for Bids ("IFB") is made in accordance with Massachusetts General Laws, Ch. 149.

    Background

    The Town of Nantucket is located within the County of Nantucket. The Town functions under a Town Manager/Select Board form of government. The Select Board operates under a Charter and enacts policies intended to promote and enhance the general welfare of the Town. In addition to customary municipal operations, the Town operates a skilled nursing facility, a public school system, two wastewater treatment facilities, a housing department, and a solid waste facility.

    The Town of Nantucket is located 30 miles off the south coast of Cape Cod. It was settled in 1659 and incorporated in 1671. The Town has an annual year-round population of approximately 18,000 and up to 65,000 seasonal residents. The island is 14 miles in length and 3 1/2 miles wide. Nantucket is comprised of residential, commercial, and large tracts of undeveloped land, including a state forest. Transportation routes include a busy airport, a thriving seaport, and a locally maintained road system which includes urban, suburban and rural road systems.

    Project Details

    • Reference ID: 2025-AHT-0323
    • Department: Housing
    • Department Head: Kristie Ferrantella (Director of Housing)

    Important Dates

    • Questions Due: 2026-04-28T18:00:00.000Z
    • Answers Posted By: 2026-05-04T20:00:00.000Z
    • Pre-Proposal Meeting: 2026-04-23T15:30:00.000Z — On-site at 14 Somerset Road, Nantucket, MA 02554. Interested bidders who plan to attend are asked to notify chsu@nantucket-ma.gov no later than 4PM on April 22, 2026.

    Evaluation Criteria

    • General Roof Repair Requirements

      Contractor shall obtain all permits (including Historic District Commission approval), meet or exceed local building codes and inspections, and furnish labor, material and equipment necessary to perform services in a workmanlike manner in accordance with all standard industry practices and properly dispose of all accumulated debris.  Pipe staging with trash chutes, stairways and material lifts will be supplied by the Contractor.  Contractor shall maintain a clean and safe site throughout the duration of the project. All materials shall be stored as per manufacturers recommendations.   Site must be left in a clean and safe condition.

      Demolition – Contractor shall remove existing shingles, flashing, underlayment, decking and any other failed materials from existing roof structure.  Contractor shall inspect roof framing members for rot, and/or any other damaged or failing structural members.  Identify any weakened areas and report it to a Facilities Representative, or their designee, accompanied with a cost estimate for repair/replacement.  The Facilities Representative, or their designee, will review and respond to repair recommendations.  Once framing is determined to be stable and ready to receive new decking, Contractor shall install new 1/2” CDX plywood decking over the existing roof framing members. New plywood decking shall be attached to framing members with corrosion resistant screw fasteners spaced as per local codes for high velocity wind zones.

      Regulatory Requirements – Contractor shall:

      a. Provide a roofing system achieving an Underwriters Laboratories (UL) Class A fire classification.
      b. Install all roofing products in accordance with all federal, state and local building codes.
      c. Perform all work in a manner consistent with current OSHA guidelines.

      Delivery, Storage and Handling – Contractor shall:

      a. Provide a roofing system achieving an Underwriters Laboratories (UL) Class A fire classification.
      b. Install all roofing products in accordance with all federal, state and local building codes.
      c. Perform all work in a manner consistent with current OSHA guidelines.

      Weather Conditions – Contractor shall proceed with work only when existing and forecasted weather conditions will permit work to be performed in accordance with manufacturer’s recommendations.

      Underlayment – The Contractor shall install non-perforated 30-pound bituminous felt underlayment. Underlayment materials that function as vapor retarders shall not be used, as they may promote the accumulation of moisture or frost between the roof covering and the roof deck.

      Install the underlayment over the 15-pound felt and extend it over the metal drip edge. Provide Ice and Water Shield, or an approved equal, as accepted by the Facilities Representative or their designee, at all roof perimeter edges, peaks, and valleys. Ice and Water Shield shall be applied to a minimum width of 36 inches at all such locations.

      The Contractor shall install the underlayment to provide a watertight seal at all intersections of differing roof planes, at all roof-to-wall abutments, and at all roof penetrations, including but not limited to chimneys, vent pipes, and mechanical equipment.

      Re-shingle Roof – The Contractor shall install new 235 lb. asphalt architectural shingles, with style and color to match the existing roof, as verified by the Facilities Representative or their designee.

      Shingles shall meet or exceed a 110 mph wind rating and include algae resistance, along with a minimum five (5) year manufacturer’s warranty covering 100 percent of replacement materials and labor for defects.

      Shingles shall be “hurricane nailed” using six (6) galvanized nails per shingle. Nails shall be installed just below the self-sealing adhesive strip and within the manufacturer’s designated nailing zone for dimensional shingles.

      Install metal drip edge along all fascia and rake trim boards.

      Stater Shingles – Contractor shall:

      a. Install a starter course consisting of red cedar wood shingle butts at all eaves for the first course of roofing. Extend the starter course 1-1/2 inches beyond the roof edge to ensure proper drainage into gutters. Cover with a self-adhering starter shingle strip, measuring approximately 7 to 8 inches in height and 33 to 36 inches in width.

      b. Secure the starter course to the roof deck with nails in accordance with manufacturer recommendations.

      Permits, Labor, Material and Equipment – Contractor shall supply all permits, labor, material, and equipment necessary to perform services and properly dispose of all accumulated debris. Contractor is responsible for obtaining all Historic District Commission (HDC) approvals and Town permits. The Town will provide a fee waiver for all permits.

      Trim – Contractor shall replace all fascia, rake and miscellaneous trim associated with the roof. Existing painted trim shall be replaced with wood of the white cedar species which will be left with a natural wood finish.

      Gutters and down spouts – The Contractor shall install new aluminum gutters at all fascia locations to replace existing gutters, where present. Provide new downspouts and splash pans to ensure proper drainage and to direct water away from the building.

      Gutters, downspouts, and accessories shall match the existing in color and style, as approved by the Facilities Representative or their designee.

      Flashing – Contractor shall install copper material for all step flashing, counter flashing, and roof penetration boots.

      Fasteners – The Contractor shall use Type 316 stainless steel fasteners for all wood roofing shingles, flashing, and trim. Fasteners used for shingles shall have a minimum 3/8-inch diameter head and shall be driven flush with the surface of the shingle. Fasteners shall be of sufficient length to penetrate the roof sheathing a minimum of 3/4 inch or extend fully through the sheathing.

      Install copper drip edge along all eaves, rake edges, and trim boards.

      Roofing nails shall be galvanized where applicable.

      Disposal and Site conditions - Pipe staging with trash shoots, stairways and material lifts, tools, materials and safety equipment will be supplied by the Contractor. All tools, materials and equipment shall be properly stored or disposed of, and site must be left in a clean and safe condition daily.

      Contractor must also work with a certified agent to provide professional mold inspection, removal, and prevention services.

    • Residential Roof Repair Description

      Project Location: Nantucket MA 02554

      Provide all labor, materials, and debris removal necessary for a Trust-owned residential property and attached garage (approximately 2,943 sq. ft.), including removal of existing roofing materials, inspection and evaluation of the roof decking’s structural integrity, repair or replacement as required, and installation of 235 lb asphalt shingle roofing.

      • To ensure sound decking before new installation, replace any and all deck boards as necessary. All repaired or replaced decking must be inspected and approved by a Facilities Representative before installation of new roofing materials proceeds. 
      • Underlayment - use ice & water barrier on roofs and monitor side wall.
      • The ice & water barrier on the roofs shall overhang on the fascia board by 1” and be covered by a 1 ½” cedar strip.  The barrier must be inspected by a Facilities Representative before the cedar drip edge is installed.
      • Install new 30 year (Slate) Architectural 235 lb asphalt roof shingles. 
      • Shingles to be installed are to be hurricane nailed, i.e. six (6) nails to a single shingle.
      • Courses are not to be more than 5” exposed.
      • Drip edge to be red cedar roofing shingles.
      • Any fascia boards should be replaced that are rotted (with Cedar).
      • All flashing should be a minimum of 6”- copper.
      • Install drip edge along the eaves and the rakes.
      • Work with an authorized, certified agent to remediate mold. 
    • Mold Remediation

      The scope of work includes but is not limited to the following:

      1. Mold Inspection and Assessment
        • Conduct a thorough inspection of all affected and potential areas where mold may be present.
        • Provide a written report detailing the findings, including photographs, areas affected, and an analysis of potential health risks.
        • Identify the cause(s) of mold growth (e.g., water damage, leaks, poor ventilation) and recommend necessary repairs or improvements.
      2. Mold Remediation Services
        • Implement containment procedures to isolate the affected areas and prevent cross-contamination.
        • Use industry-standard equipment and methods to safely remove visible mold and treat areas with microbial agents.
        • Properly dispose of contaminated materials in accordance with local regulations.
      3. Cleaning and Sanitization
        • Clean and sanitize all surfaces, including HVAC systems and ducts, if necessary, to prevent the spread of mold spores.
      4. Preventative Recommendations
        • Provide recommendations for moisture control and any necessary repairs to prevent future mold growth.
    • Warranty Requirements
      • 30-year limited transferable warranty, or better
      • 5-year warranty (100% replacement and labor costs due to manufacturing defects)
      • 10-year algae-resistance warranty
      • 5-year, 110 mph wind-resistance warranty
      • Fiberglass based asphalt architectural style shingles shall be at a minimum 300 lbs. per square
      • Shingles shall be of the highest quality and comply with the following industry standards:
        • Fire resistance: • UL Class A • UL certified to meet ASTM D3018 Type 1
        • Wind resistance: • UL certified to meet ASTM D3018 Type 1 • ASTM D3161 Class F
        • Tear resistance: • UL certified to meet ASTM D3462 • CSA standard A123.5
        • Wind driven rain resistance
        • Quality standards: • ICC-ES-ESR-1389 & ESR-353

    Submission Requirements

    • Form of General Bid (required)

      Please download the below document, complete, and upload.

    • Tax Compliance and Non-Collusion Form (required)

      Please download the below documents, complete, and upload.  FAILURE TO SIGN AND UPLOAD THESE TWO FORMS WILL DISQUALIFY THE SUBMISSION PER MASSACHUSETTS GENERAL LAWS.  

    • Proof of Insurance (required)

      Insurance Required: Bidder shall obtain and maintain at its expense and from insurance companies of a Best Rating of A or better, which are licensed to do business in the Commonwealth of Massachusetts, insurance as set forth below.

      Please upload your proof of insurance.

    • References (required)

      Bidders must provide a complete list of municipal customers who it provided services for in the past three (3) years.  Reference information must include Company/Government Name, Contact Person, Current Phone Number, Email Address, and Dates of Service. 

      Poor references may be a basis for determining that a bidder is not responsible. 

    • Bid Deposit Required (required)

      Bidders MUST submit proof of a bid deposit of five percent (5%) of the amount of the base bid.  Bid deposit may be in the form of a certified check; a bank, treasurers or cashier's check; or a bid bond from a surety company.  Original bid deposits MUST be received by the Town of Nantucket, Procurement Office, 37 Washington Street, Nantucket, MA 02554 within five (5) business days of the May 11, 2026 bid opening.  Please include Bid No. 2025-AHT-0323 on the envelope.   

    • Certificate by Corporation to Sign Contract (required)

      Please download the below documents, complete, and upload.

    • OSHA 10 Training Cards (required)

      Current copies of OSHA 10 training cards for all individuals who will be working on this project.

    • DCAM Certification

      Evidence of DCAM certification (for projects estimated to cost over $150,000).

    • Examined Conditions (required)

      The undersigned Bidder hereby declares that he or she has been offered an opportunity to visit the site and observe the conditions present and has carefully examined the Contract Documents, together with all Addenda issued, received and acknowledged below, and has familiarized himself or herself with the legal requirements (federal, state, and local laws, ordinances, rules and regulations) and other conditions which may affect the cost, progress or performance of Work, and has made independent investigations, deemed necessary by the Bidder.

    • Certificate of Corporate Authority (required)

      The signed Certificate of Corporate Authority

    • Prevailing Wage & Certified Payroll (required)

      Please download the below documents, complete, and upload.

    • Signature Page from the Town's Contract (required)

      Signature page from the Town's contract, signed by an authorized individual as a good faith statement that the Contractor is willing to enter into the Town's standard contract form.  Please see Sample Agreement in ATTACHMENT A.

    • Payment Bond

      The successful bidder must furnish a Payment Bond in the amount of fifty percent (50%) of the Contract Price with a surety company acceptable to the Town of Nantucket.

    • W9 Form Request

      Please upload a completed W-9 Form if you have not worked with the Town of Nantucket in the past. The W-9 will be used to set up the Contractor as a Vendor for the Town of Nantucket. 

    • Is DCAMM Certification required? (required)
    • Will there be a pre-bid meeting? (required)
    • Will your prebid meeting be mandatory or nonmandatory? (required)
    • Bidder must have been regularly and actively engaged in the  _________________, operating under the same business name and business organization structure; and performing the type of work described above under “SCOPE OF SERVICES” for a minimum of _____ (__) years (required)

      Example: five (5)

    Key dates

    1. April 14, 2026Published
    2. May 11, 2026Responses Due

    AI classification tags

    Frequently asked questions

    SLED stands for State, Local, and Education. These are solicitations issued by state governments, counties, cities, school districts, utilities, and higher education institutions — as opposed to federal agencies.

    SamSearch Platform

    Stop searching. Start winning.

    AI-powered intelligence for the right opportunities, the right leads, and the right time.