Skip to main content

Main navigation

  • Documents
  • Search

User account menu

  • Log in
Home
Nashua City Data

Breadcrumb

  1. Home
  2. Search

Search

Displaying 30481 - 30490 of 38765

Finance Committee - Agenda - 11/6/2019 - P111

By dnadmin on Mon, 11/07/2022 - 13:02
Document Date
Fri, 11/01/2019 - 15:04
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Wed, 11/06/2019 - 00:00
Page Number
111
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__110620…

E - Bumper.

The bumper is designed to allow sufficient room for pump
mounting. The bumper plate shail be full width of the chassis
frarne and full depth of cheek plate assembly.

F. L set of heated LED plow lights with integral turn/park lights
shall be standard.

IFBLOGS-092719 6 Wheel Dume Truck Up-Fits

Page | 8

Page Image
Finance Committee - Agenda - 11/6/2019 - P111

Finance Committee - Agenda - 11/6/2019 - P112

By dnadmin on Mon, 11/07/2022 - 13:02
Document Date
Fri, 11/01/2019 - 15:04
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Wed, 11/06/2019 - 00:00
Page Number
112
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__110620…

[ Wing Plow Hitch Mount

4. The wing control cylinder shall be a 3” diameter bore x 24”
stroke double acting with 2” diameter nitrided piston rod. This
cylinder is mounted to operate in conjunction with the wing
arms forming a two-point pivot through which the wing is
operated.

B. The push arm bracket shall be fabricated from a base tube
of HSS 6” x 6” « 4” x 3/8” vertical height. The wing arms attach
to %” thick double arm maunting ears carrying 1-%" diameter
grade 8 plated bolts with nylok nuts.

C. The rear saddie shall be a faterally mounted HSS section of
6" x 4” x %” wall thickness forms the basis of the structure. “L”
shape cheek plates with tower end gusseted to farm a box
with the tower attach bracket. 2-4" Sch. 80 pipe struts
supplied to stabilize the tower base. The mounting framework
for the rear tower is set at 25 degrees off the chassis
centerline to position the tower slider assembly parallet to

| wing plow during operation.

D. The front tower shall be box section design. The tower shail
have an overall height of 64-1/8”. The front slide tray shall be
an 8” @18.4 Ibs. structural l-beam. It shall have a single wire
rope sheave on the cylinder rod end single sheave on the
tower top. The slide travel shall be twice the cylinder stroke.
There shall be “”” square bar extending the full Jength of the
slide tray. No part of the tower structure shall extend above
the tower at any point of the slider travel. The tower shall have

E. The upper wing arm shall incorporate a 5/8” diameter wire

tension trip spring. The outer member is a 3” diameter sch. 80

tubular section with a wall thickness of .300”. The inner i

section is a 2-44" diameter solid bar. The upper wing arm has a '

sliding cylinder connecting lug that functions to lift the wing
and provides for vertical wing float

Ff. The lower wing arm shall incorporate a 5/8” diameter wire
compression spring to create a shock absorber effect for the
wing plow. The outer member is a 2-%”" diameter sch. 80
tubular section with a wal] thickness of .276”. The inner
section is a 2-4" diameter solid bar. The universal joint

connectors are located at each end of both wing arms.

1F81005-092719 6 Wheel Dump Truck Up-Fits

Page 19

Page Image
Finance Committee - Agenda - 11/6/2019 - P112

Finance Committee - Agenda - 11/6/2019 - P113

By dnadmin on Mon, 11/07/2022 - 13:02
Document Date
Fri, 11/01/2019 - 15:04
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Wed, 11/06/2019 - 00:00
Page Number
113
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__110620…

"G. The sheaves shall be a6” nominat size with extra deep rope
groove 1-%” axle with a greaseable brass bushing. The sheaves
shall be of a machined steel construction.

H. The wire rope shall be %” diameter x 8 x 25 construction
improved plow steel with double clamps, loop thimbles, and
| anchor shackles at each end.

t. The slide control cylinder shall be a 3” diameter bore x 18”
stroke double acting with 2” diameter nitrided pistan rod.

J. The slider shall consist of 2 base plate of 34” x 7” plate x the
height of the tower. The front wing pivot “Dee” attaches to the
Slider with a %” plate section the wing dee will be the “Safety
Trip” model having a 1-4” diameter grade 5 wing-mounting
_bolt with slotted hex nut and cotter pin,

K. The travel shall be 36” of vertical travel.

L. The crass tubes shall be two HSS sections which are
mounted horizontally to connect the front tower to the front
_hitch. The HSS section is 6” x 4” x 3/8” wall rectangular tubing.

{FB1005-092729 6 Wheel Dump Truck Up-fits

Page | 10

Page Image
Finance Committee - Agenda - 11/6/2019 - P113

Finance Committee - Agenda - 11/6/2019 - P114

By dnadmin on Mon, 11/07/2022 - 13:02
Document Date
Fri, 11/01/2019 - 15:04
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Wed, 11/06/2019 - 00:00
Page Number
114
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__110620…

HYDRAULICS AND CONTROLS

A. 4 P20 gear type crankshaft mounted front pump witha
Spicer driveline and end yokes shall be standard

1B. A 35 galion hydraulic oil tank with a sight gauge, filter - #304 SS Combination Hydraulic Tank
assembly, shut off valves and alt necessary control valves and Vaive Enclosure. ¥
required for operation as a plow/sander/pre-wet system shall
be included.
C. Spreaders shail be equipped with a Rexroth Basic CS550 - CERTIFIED POWER XDS

ground speed contro} or equivalent.

D. Light functions shall be operated by a CS105 PD controller or | _ Certified Power XDS
| equivalent.

E. Operator shalt have an arm rest electric control equipped
with joystick.

- Yes

IF. AN cylinders must have nitrated shafts. No chrome allowed.

G. All hoses must be secure and protected against chaffing.

i. 1 as-built sat of electrical schematics readable with the naked

- i sc Syst I
eye shall be provided for each truck/body type. For Certified XDS Contral System only

3. 8 hours training shall be supplied for operators and
mechanics. i

1FB1605-052715 6 Wheel Dump Truck Up-Fits Page | il

Page Image
Finance Committee - Agenda - 11/6/2019 - P114

Finance Committee - Agenda - 11/6/2019 - P115

By dnadmin on Mon, 11/07/2022 - 13:02
Document Date
Fri, 11/01/2019 - 15:04
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Wed, 11/06/2019 - 00:00
Page Number
115
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__110620…

8. Warranty

sremceane

A. Front plow and hitch assembly must carry a three (3} year
warranty from manufacturing defects.

- YES

8. Wing plow, hitch and tower must carry a three (3) year
warranty from manufacturing defects.

~ YES

C. Dump body, hydraulic pump and valves must carry a three
{3} year warranty from manufacturing defects.

- YES

#304SS BODY FOR STREET & PARKS DEPARTMENT BID

9. Bid Pricing:

ACKAGE

tem Description

Unit Price

Install Cost Total Price

10° | 10’ Conventional body

Tenco #304 SSMDS

10-36-42 or SSMIDS 10-

27-27 for the Street & ParksDepartnent

Nose plows -_Tenco TGP-11-S-E4-HA2 Trip Edge Plow with 1/4" Moldboard
Nose hitch - Tenco H345-FW-R Ontario - st
Wing plows - Tenco TCW-11H-39-0.25 Moldboard Trip Edge ;
Wing hitch - FFC52-R Cable Front Wing Post and a FAFX3-R Patrol Rear Wing Post

10’ Sander

- Tence TCD-10-63-/

AS-SS304L 7.8 cufyd Slide in Sander with SS screens, and

;
I

Leg System wih 160 USG
Liquid System

Liquid anti-ice system

- Varitech 1,035 USG

3 Lane Anti-icing System, hydraulic closed loop system,

To GPM @ 2,000

x7 leg kit

Totals

‘Bid totals:

_ $106,957.00 (One

{

Hundred Six Thousand: ahine t Hundred Fifty-Seven Dollars}

IFB1005-692719 6 Wheel Dump Truck Up-Fits

Page | 12

Page Image
Finance Committee - Agenda - 11/6/2019 - P115

Finance Committee - Agenda - 11/6/2019 - P116

By dnadmin on Mon, 11/07/2022 - 13:02
Document Date
Fri, 11/01/2019 - 15:04
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Wed, 11/06/2019 - 00:00
Page Number
116
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__110620…

October 15" 2019
City of Nashua, N.H.
Attn: John Stewart
Dear Mr. Stewart,
Tenco Industries is pleased to offer you the following equipment for your consideration;
1. John, the additional cost for the Stainless Steel frame and leg kit for the 925 gallon Anti-
Ice unit is $4,920.00. The updated cost for each truck would be $111,877.00.
All prices and Freight are F.O.B. Barre, VT.
This Quote is valid for 60 days.

Thank you for the opportunity to quote,

Greg Utenay

Greg Murray
Sales Representative
Tenco New England Inc.

29 Pitman Road Suite A Barre, VT 05641 Phone 800-451-5014

Page Image
Finance Committee - Agenda - 11/6/2019 - P116

Finance Committee - Agenda - 11/6/2019 - P117

By dnadmin on Mon, 11/07/2022 - 13:02
Document Date
Fri, 11/01/2019 - 15:04
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Wed, 11/06/2019 - 00:00
Page Number
117
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__110620…

, THE CITY OF NASHUA “the Cate City’

Financial Services

Purchasing Department

October 31, 2019
Memo #20-047

TO: MAYOR DONCHESS
FINANCE COMMITTEE

SUBJECT: CONTRACT FOR PRIMARY TANK UPGRADE PROJECT ~ CONSTRUCTION
CHANGE ORDER 3 (VALUE: $3,484)
DEPARTMENT: 168 WASTEWATER; FUND: WERF AND SRF LOAN

Please see the attached communication from David L. Boucher, Superintendent Wastewater Department
dated October 31, 2019 for the information related io this coniract.

Pursuant to § 5-78 Major purchases (greater than $10,000) A. All supplies and contractual services,
except as otherwise provided herein, when the estimated cost thereof shall exceed $10,000 shall be
purchased by formal, written contract from the lowest responsible bidder, after due notice inviting bids.

The Superintendent Wastewater Department, the Board of Public Works (October 24, 2019 meeting) and
the Purchasing Department recommend the award of this contract change order 3 in an amount of $3,484
to Methuen Construction, inc. of Plaistow, NH.

. Purchasing Manager

Ce: D Boucher L Fautuex

229 Main Street » Nashua, New Hampshire 03061 « Phone (603) 589-3330 « Fax (603) 589-3233

Page Image
Finance Committee - Agenda - 11/6/2019 - P117

Finance Committee - Agenda - 11/6/2019 - P118

By dnadmin on Mon, 11/07/2022 - 13:02
Document Date
Fri, 11/01/2019 - 15:04
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Wed, 11/06/2019 - 00:00
Page Number
118
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__110620…

To:

From:

Re:

B. Motion:

Discussion:

City of Nashua, Public Works Division

Board of Public Works Meeting Date: October 24, 2019

David L. Boucher, Superintendent
Wastewater Department

Primary Tank Upgrade Project — CO3

To approve change order 3 to the contract with Methuen Construction in an amount of
$3,483.78 for the construction of upgrades to the primary tanks at the Wastewater
Treatment Facility. Funding will be through Department: 169 Wastewater; Fund: WERF
and SRF Loan; Activity: Primary Upgrade Project.

The Nashua Wastewater Treatment Facility is undergoing an upgrade of its primary
tanks. Methuen Construction was awarded the contract in the amount of $3,629,340.
Change order 1 was for using the preferred chain and flight manufacturer in the amount
of $20,000 to bring the contract amount to $3,649,340. Change order 2 was for an
increase in the Davis Bacon wage rates for electricians in the new year in the amount of
$4,978.31. The new contract amount is currently $3,654,318.31.

This change order is for a change to a 2 speed starter for the exhaust fan in the pipe
gallery area in the amount of $4,144.11. There is also a credit for reducing the amperage
on the plant water pumps in the amount of $660.33. The net change order amount comes
to $3,483.78. The new contract amount following this change order comes to
$3,657,802.09.

Page Image
Finance Committee - Agenda - 11/6/2019 - P118

Finance Committee - Agenda - 11/6/2019 - P119

By dnadmin on Mon, 11/07/2022 - 13:02
Document Date
Fri, 11/01/2019 - 15:04
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Wed, 11/06/2019 - 00:00
Page Number
119
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__110620…

CHANGE ORDER

No. 3
PROJECT: Primary Tank Upgrade Project DATE OF ISSUANCE: _ 10/18/19
OWNER: City of Nashua, New Hampshire
229 Main Street
(Address) } OWNER’S Purchase Order No.

CONTRACTOR: Methuen Construction OWNER’s Project No. _IFB 0285-112918
CONTRACT FOR: Primary Tank Upgrade Project ENGINEER —_Wright-Pierce
ENGINEER’ s Project No. 13774

You are directed to make the following changes in the Contract Documents.

Description: See attached backup from Methuen Construction for various PCOs

Purpose of Change Order: Change in contract price for additional work and deductions from credited
work

Justification: See attached backup from Methuen Construction

Attachments: Methuen PCO NO. 3 Credit Request for Reducing Plant Water Pump Panel Feeder,
Methuen PCO NO. 4 MCC-2-Speed Starter for EF-1

CHANGE IN CONTRACT PRICE

Original Contract Price
3.629,340.00

CHANGE IN CONTRACT TIME

Original Contract Time
Subs. Completion: 6/18/20 / Final: 8/17/20

(days ar date)

Previous Change Orders
24,978.31

Net change from previous Change Orders

Subs. Completion: 0 / Final: 0
(days)

Contract Price prior to this Change Order
3,654,318.3]

Contract Time prior to this Change Order

Subs. Completion: 6/18/20 / Final: 8/17/20
{days or date)

Net Increase (Decrease) of this Change Order

3,483.78

Net Increase (decrease) this Change Order

Subs. Completion: 0 / Final: 0
(days}

Contract Price with all approved Change Orders

3,657,802.09

Contract Time with all Change Orders
Subs. Caimpletion: 6/18/20 / Final: 8/17/20

(days or date}

This document will become a supplement to the CONTRACT and all provisions will apply hereto. The
attached Contractor’s Revised Project Schedule reflects increases or decreases in Contract Time as

authorized by this Change Order.

Stipulated price and time adjustment includes all costs and time associated with the above described change.
Contractor waives all rights for additional time extension for said change. Contractor and Owner agree that

the price(s) and time adjustment(s) stated above are equitable and acceptable to both parties.

RECOMMENDED: APPROVED: APPROVED: APPROVED:
By: JEL ll By: By: By:
Engineer Owner Contractor NHDES
TE -2S- 14

Date Date Date Date

Page Image
Finance Committee - Agenda - 11/6/2019 - P119

Finance Committee - Agenda - 11/6/2019 - P120

By dnadmin on Mon, 11/07/2022 - 13:02
Document Date
Fri, 11/01/2019 - 15:04
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Wed, 11/06/2019 - 00:00
Page Number
120
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__110620…

CITY OF NASHUA, NH

PRIMARY TANK UPGRADES

CIIANGE ORDER NO. 3
SUMMARY

ORIGINAL CONTRACT PRICE / DATE OF SUBSTANTIAL COMPLETION

CONTRACT PRICE / TIME PRIOR TO CHANGE ORDER

Licm Xo, = Description of lems
PCO-03 PCO No 3 - Credit Request for Reducing Plant Water Pump Panel Feeder

PCO-04 PCO Nod - MCC 2-Speed Starter

Net Contract Price Increase of thls Change Order (PCO-02):

CONTRACT PRICE / TIME WITH ALL APPROVED CHANGE ORDERS:

$

3,629,340.00

3,654,318,31

Aud / Deduct
(660.33)

444,17

3,483,78

3,687,802.09

Page Image
Finance Committee - Agenda - 11/6/2019 - P120

Pagination

  • First page « First
  • Previous page ‹‹
  • …
  • Page 3045
  • Page 3046
  • Page 3047
  • Page 3048
  • Current page 3049
  • Page 3050
  • Page 3051
  • Page 3052
  • Page 3053
  • …
  • Next page ››
  • Last page Last »

Search

Meeting Date
Document Date

Footer menu

  • Contact