SLED Opportunity · MASSACHUSETTS · TOWN AND COUNTY OF NANTUCKET
AI Summary
The Town of Nantucket seeks proposals for construction and installation of modular housing units at 15 Waitt Drive. This RFP follows Massachusetts law for modular procurement and includes detailed evaluation and submission requirements, with a due date of April 23, 2026.
The Town of Nantucket, through its Town Administration, invites qualified responders to submit proposals for the construction services for construction/installation of new modular housing units at the location of 15 Waitt Drive, Nantucket, MA 02554. This Request for Proposals is made in accordance with the two-phase Modular Procurement process as set forth in Massachusetts General Laws, Chapter 149 Section 44E.
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.
Please acknowledge receipt of Addendum No. 1.
Please acknowledge receipt of Addendum No. 2.
Ability of the contractor to complete this project on time (personnel abilities, size, resources)
Plan to complete project on schedule (timeline, time on island, etc.)
Experience with municipalities comparable to Nantucket or larger.
Provide proof that the business or members of the business, as currently constituted, has been regularly and actively engaged on a full-time basis in the type of work described in the section of this RFP entitled “SCOPE OF WORK” for a minimum of the past three (3) years. Such proof must include contact information for all businesses or entities for whom the offeror has performed services over the past three (3) years.
Does the proposal meet the requirements for performance and materials set forth in the Technical Specifications?
o Highly Advantageous: Exceeds the requirements; indicates that performance and materials will be better than the minimum required by the RFP.
o Advantageous: Clearly and unambiguously meets the requirements.
o Not advantageous: Will meet the requirements with minor revisions.
o Unacceptable: Will require significant revisions to meet the requirements.
Does the proposal meet the layout requirements set forth in the Drawings?
o Highly Advantageous: Exceeds the requirements; improves on the layout depicted in the RFP Drawings.
o Advantageous: Clearly and unambiguously meets the requirements.
o Not advantageous: Will meet the requirements with minor revisions.
o Unacceptable: Will require significant revisions to meet the requirements.
Is the proposal clear? Is the intent of the Proposer clearly presented?
o Highly Advantageous: Proposal is of outstanding quality.
o Advantageous: Proposal is clear and unambiguous.
o Not advantageous: Proposal is somewhat unclear and ambiguous, but the items in question are not substantive.
o Unacceptable: Proposal is unclear on significant issues.
Similar projects are defined as construction projects delivered via modular construction.
o Highly Advantageous: Proposer has more than five (5) similar projects that have been satisfactorily completed within the last three (3) years.
o Advantageous: Proposer has three (3) to five (5) similar projects that have been satisfactorily completed within the last three (3) years.
o Not advantageous: Proposer has fewer than three (3) similar projects that have been satisfactorily completed within the last three (3) years.
o Unacceptable: No similar projects have been satisfactorily completed in the last three (3) years.
See the timeline for substantial completion and final completion.
o Highly Advantageous: The proposal provides that the guaranteed date by which a Certificate of Occupancy will be secured, will be 30-days prior to the required date of Certificate of Occupancy.
o Advantageous: The proposal provides that the guaranteed date by which a Certificate of Occupancy will be secured, will be the required date of Certificate of Occupancy.
o Not advantageous: The proposal that provides that the Certificate of Occupancy will not be secured by the required date of Certificate of Occupancy.
o Unacceptable: The Proposer did not address the criterion.
Based on reference checks and/or clearly accessible documentation of past performance.
o Highly Advantageous: Proposer has more than five (5) references from similar projects successfully completed in Massachusetts within the last five (5) years.
o Advantageous: Proposer has three (3) to five (5) references from similar projects successfully completed in Massachusetts within the last five (5) years.
o Not advantageous: Proposer has fewer than three (3) references from similar projects successfully completed in Massachusetts within the last five (5) years.
o Unacceptable: No references from similar projects that have been satisfactorily completed in the last three (3) years.
Provide proof that the business or members of the business, as currently constituted, has been regularly and actively engaged on a full-time basis in the type of work described in the section of this RFP entitled “Scope of Work” for a minimum of the past three (3) years. Such proof must include contact information for all owners for whom the offeror has performed services over the past three (3) years.
Please upload the complete Technical Proposal for this project as described in the Section "Proposal Submission" and "Proposal Evaluation Criteria - Minimum Quality Requirements"
DO NOT INCLUDE ANY PRICING INFORMATION.
Please upload the complete Price Proposal with a breakdown of services for this project as described in Section 3 of the RFP.
Please download the below documents, complete, and upload. FAILURE TO SIGN AND UPLOAD BOTH FORMS WILL DISQUALIFY THE SUBMISSION PER MASSACHUSETTS GENERAL LAWS.
Please download the below document, complete, and upload.
Proof of financial stability shall be in the form of a bank reference or audited financial statements of the business entity.
Insurance Required: Proposers 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.
Proposers 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 April 23, 2026 bid opening. Please include Bid No. 2026-AHT-0319 on the envelope.
In order to be eligible and responsible to bid on this project, Proposers shall have a current Certificate of Eligibility issued by the Division of Capital Asset Management, (DCAM), together with an Update Statement for Modular Construction/Prefabrication as required by M.G.L. Chapter 149, Section 44E. UPLOAD current DCAM Certificate of Eligibility.
The undersigned Proposer 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 Proposer.
Please download the below documents, complete, and upload.
Please upload OSHA Certification Form.
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 B.
The successful bidder must furnish a Payment Bond in the amount of one hundred percent (100%) of the Contract Price with a surety company acceptable to the Town of Nantucket.
The successful bidder must furnish a Performance Bond in the amount of one hundred percent (100%) of the Contract Price with a surety company acceptable to the Town of Nantucket.
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.
Contract Start Date
Contract End Date
Award will be made within
Number of Months
Years
Q (HVAC Plans ): As we’re reviewing the bid documents, we noticed an HVAC scope is listed, however, there are no HVAC plans. Will HVAC plans be provided in a forthcoming addendum?
A: Please see Addendum No. 1 for a full response.
Q (FSB ): As we're reviewing the bid documents, it does not appear there are any filed sub bid trade categories. Can this be clarified via addendum?
A: Please see Addendum No. 1 for a full response.
Q (Architect):
A: Will the vendor be expected to use the project's designer/architect, or will they use their own architect who will follow the design but execute the project with the modular company? Please see Addendum No. 1 for a full response.
Q (Funding):
A: Is this a developer funded project or a Town funded project? Who will manage the finished product - the developer or the Town? Please see Addendum No. 1 for a full response.
Q (No subject): • Is there a topographical survey of the site available? • Are the Specifications and Drawings available in CAD format? • Are there civil site plans that detail the location of major utilities to the site, i.e., water / sewer / electric / telecom?
A: Please see Addendum No. 1 for a full response.
Q (Site Scope ): Please clarify the site scope in the base contract and addenda. Is the complete site work part of the base and just the foundation excavation part of each addenda ? What is the scope of the utilities in each addenda?
A: Please see Addendum No. 2 for a full response.
Q (ADA Accessible Units): Are any of the units required to be ADA accessible ? If so please indicate which ones and how the layout may change in order to accomplish the accessibility.
A: Please see Addendum No. 2 for a full response.
Q (ADA Requirements): Page 2 of the RFP states accessible ADA units will be required. Only Building AA has a bedroom on the first floor. Can you provide additional information regarding ADA requirements?
A: Please see Addendum No. 2 for a full response.
Q (Impact Rated Glass and Entry doors): Please clarify if impact rated windows and doors are to be included in base bid. While its clear that ultimate responsibility will land on the architect of record it should be clear from a bidding perspective what the base line scope should be included or not.
A: Please see Addendum No. 2 for a full response.
Q (Impact rated glass): Page 10 and 11 of the RFP discusses impact rated glass. Will the exterior doors and frames need to be impact rated? Will the windows need to be impact rated?
A: Please see Addendum No. 2 for a full response.
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
AI-powered intelligence for the right opportunities, the right leads, and the right time.