Skip to main content

Main navigation

  • Documents
  • Search

User account menu

  • Log in
Home
Nashua City Data

Breadcrumb

  1. Home
  2. Search

Search

Displaying 421 - 430 of 38765

Finance Committee - Agenda - 2/2/2022 - P24

By dnadmin on Sun, 11/06/2022 - 21:40
Document Date
Fri, 01/28/2022 - 14:16
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Wed, 02/02/2022 - 00:00
Page Number
24
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__020220…

2 oe nah mit

Sal bi foe Pinar hat t-pain! oo Aa ores
Satauecen Mednaba me teximiarodhonecie ieecaar tes
Fe rae Ree acne obese cea Uv ep cured er Hie abe Dit,
$20,__,6‘chite PRIOR ts the Effective Dat below, ana the ganas apes ht pa weured pr
es ehngreetat gs se sya ee es

i = :
pe ta =e pas

(Updene won2g) Page'tof 1

Se mes tee

Page Image
Finance Committee - Agenda - 2/2/2022 - P24

Finance Committee - Agenda - 2/2/2022 - P25

By dnadmin on Sun, 11/06/2022 - 21:40
Document Date
Fri, 01/28/2022 - 14:16
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Wed, 02/02/2022 - 00:00
Page Number
25
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__020220…

HARLEY —- DAVIDSON

ELECTRA GLIDE

« Mechanical Adjustable Actuation Clutch

« Limited 3 year, 60,000 mile factory warranty
-Police Duty Use only
-Fully Transferable

-Expires at 3 years or 60,000 miles,
whichever comes first

MODEL UNIQUE FEATURES
« RDRS Rider Safety Enhancements
- Cornering Enhanced ABS (C-ABS)

- Cornering Enhanced Electronic Linked
Braking (C-EL8)

- Cornering Enhanced Traction Control System
(C-TCS)

- Drag-Torque Slip Control System (DSCS)

- Vehicle Hold Control (VHC)

- Tire Pressure Monitoring System (TPMS)

» Handlebar with bar ends turned higher to provide
more clearance to the operator's iegs

« Fareassisted oil cooler

« Batwing fairing

« Floating, dual-front open brake rotors

« Heated hand grips with adjustable six-setting
heat control

« 2-1-2 exhaust with dual tapered mufflers

« Dual law enforcement blue license plate marker
lamps (OEM standard)

» Pivoting footboards with heel/toe shift lever
e Daymaker® LED headlight

Reflex” Linked Brembo® Brakes with ABS

* 4-piston front and rear caliper

* Trigger switch activation allows approx, 15 minutes
of power to police emergency equipment with
ignition off

« Independent hazard warning switch

« Emergency light switch with 4 functions and
individual indicator lights for: OH, Both Front and
Rear On, Front On only, Rear On only

« Saddlebags with One-Touch latch, standard
saddlebag guard and luggage locks, common
with ignition key

Model shawn with optional emergency equipment.

DIMENSIONS
Length 94.7 in. (2405 mm)
Overall Width 37.8%. (960 mm)
Overall Height S7.11In, (1450 mim)
Seat Height Laden? 27.3 In. (695 mm)
Uniladen 31.7 In. (205 mm)
Ground Clearance 5.3 in. 135mm)
Rake (Steering Head) 26¢
Fork Angle 29.25°
jal 6.7 in. {170 mm)
Wheelbase 64 in. (1625 mm)
Fuel Capacity 6 gal, (22.7 L)
{warning light at approximately 1 gal}
Weight
* As Shipped 809 Ib. (367 kg)
«in Running Order 844 ib. (383 kg)

« Gross Vehicle Weight Rating $1360 Ib. (617 kg)

« Gross Axle Weight Rating
+ Front $00 tb. (227 ke)
- Rear 927 th. (420 kg)
ENGINE
Engine Mitwaukee-Eight* 114 Engine
Valves Pushrod-operated, overhead

valves with hydraulic, self-adjusting
lifters; four valves per cylinder

Bore x Stroke 4.016 in. x 4.5 it.
(102 mn x 114 mrn}

Displacement $44 cu. In. (1868 cc)

Compression Ratia 10.531

PERFORMANCE

Engine Torque® per s1249):

*NorthAmerica 123 ft. tb. @ 3000 RPM
(167 Nm @ 3060 RPM)

Lean Angle gper W168 :

Right 32°

«Left 32°

Fuel Economy* — 43

{EPA estimate = combined MPG} (5.5 L100 km)

CHASSIS

Frame Mild steel; tubular frame; two-piece
stamped and welded backbone; cast

and forged junctions; twin downtubes;

bolt-on rear frame with forged fender

supports; MIG welded.

Swingarm Mild steel, two-piece drawn and

welded section, forged junctions,

MIG welded

Front Fork 49 mm Dual Bending Valve

Rear Shocks Premium standard height

hand-adjustable rear suspension

Wheels Impeller Cast Aluminum

® Front 17 in. x3 ln. (432 mm x 76 mm)

« Rear 16 In. x Sin. (406 mm x 127 mm)
Brakes

*Caliper Type 32 mm, 4-piston front and rear

« Rotor Type (qiameter x width):
- Front (dual floating rotors} 1.8 in. x O2iIn.
(300 mm x 5.1 mm)

+ Rear (fixed rotor} 11,8 in. x 0.28 in.

(300 mm x 7.1 mm}

* Anti-lock Braking System Standard
Suspension Travel

« Front Wheel 4.6 In. (117 mm)

» Rear Wheel 3 in. (76 mm)

1 North America security system includes immobilizer;
outside North America, the security system includes
immobihzer and siren.

2 Measurement reflects 180 Ib. (81.7 kg) operator
weight.

3 Values shown are nominal.

4 The combined fuel economy numbers were derived
using a combination of estimated city and highway
values. Fuel economy estimates are derived fram US
EPA exhaust emission certification data on a sample
motorcycle from the corresponding family under

ideal laboratory conditions. Your actual fuel economy
will vary depending on your personal riding habits,
road and driving conditions, vehicle condition and
maintenance, tire pressure, vehicle configuration (parts
and ace ies), and vehicle loading {cargo, rider and
passenger weight). Break-in mileage may vary.

Viet H:D.cam/Police for additional specifications and
available calor options.

Page Image
Finance Committee - Agenda - 2/2/2022 - P25

Finance Committee - Agenda - 2/2/2022 - P26

By dnadmin on Sun, 11/06/2022 - 21:40
Document Date
Fri, 01/28/2022 - 14:16
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Wed, 02/02/2022 - 00:00
Page Number
26
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__020220…

City of Nashua

Purchasing Department

Administrative Services Division (603) 589-3330
229 Main Street - Nashua, NH 03060 Fax (603) 594-3233
January 26, 2022
Memo #22-230
TO: Mayor Donchess
Finance Committee
SUBJECT: Water Quality Testing Change Order in the amount not to exceed $40,795 funded from

53107 Architect & Engineering Services/Solid Waste Fund

Please see attached communications from Jeff Lafleur, Superintendent of Solid Waste, dated January 20,
2022 for project specific details related to this purchase. Below please find a summary of the purchase
approval request:

Item: Change Order #1 to cover extended groundwater, soil & sediment sampling at the
Four Hills Landfill as requested by the NHDES.
Originally aoproved under Finance Memo 21-132 for $129,797; New contract total
would be $170,592

Value: $40,795

Vendor: Chemserv Environmental Analysts

Department: 168 Solid Waste

Source Fund: 53107 Architect & Engineering Services/ Solid Waste Fund

Bidding Info: | Acompetitive bidding RFP for this project was issued on 3/24/21 with 5 bids
received

Ordinance: Pursuant to § 5-78 Major purchases (greater than $25,000) A. All supplies and
contractual services, except as otherwise provided herein, when the estimated
cost thereof shall exceed $25,000 shall be purchased by formal, written contract
from the lowest responsible bidder, after due notice inviting bids.

The Board of Public Works (1/20/22 BPW meeting), Division of Public Works: Solid Waste, and the
Purchasing Department respectfully request your approval of this contract.

Regards,
Kelly Parkinson

Purchasing Manager

Cc: J Lafleur
C O'Connor

Page Image
Finance Committee - Agenda - 2/2/2022 - P26

Finance Committee - Agenda - 2/2/2022 - P27

By dnadmin on Sun, 11/06/2022 - 21:40
Document Date
Fri, 01/28/2022 - 14:16
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Wed, 02/02/2022 - 00:00
Page Number
27
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__020220…

To:

From:

RE:

Attachments:

Motion A:

Discussion:

City of Nashua, Public Works Division

Board of Public Works Meeting Date: January 20, 2022

Jeff Lafleur, Superintendent
Solid Waste Department

Approval of Change Order #1 a contract with Chemserve Environmental Analysts
to provide water quality testing services at Nashua landfill sites.

Breakdown of the additional groundwater sampling and analysis costs and
Chemserve’s rates for these services.

To approve Change Order #1 to the contract with Chemserve Environmental
Analysts of Milford, NH for water quality testing services at Nashua landfill sites
for the Solid Waste Department in the amount of $40,795.00. Funding will be
through: Department: 168 Solid Waste; Fund: Solid Waste; Account
Classification: 53 Professional and Technical Services.

The Solid Waste Department entered into a three year contract with Chemserve
starting at the beginning of FY22 to conduct water quality testing services at the
City of Nashua’s landfill sites.

Following the execution of the contract the New Hampshire Department of
Environmental Services (NHDES) requested expanded groundwater sampling and
the initiation of soil and sediment sampling at the Four Hills Landfill in
September of 2021. This has included sampling at 3 additional monitoring wells
and has also included analysis for PFAS. NHDES has also required monthly
testing until further notice.

The additional NHDES requirments sampling and testing has gone well beyond
the original scope of the contract with Chemserve and has cost far more than
originally expected.

The Solid Waste Superintendent and the Environmental Engineer recommend
approving Change Order #1 in the amount of $40,795.00 to the contract for these
additional required water quality testing services.

Page Image
Finance Committee - Agenda - 2/2/2022 - P27

Finance Committee - Agenda - 2/2/2022 - P28

By dnadmin on Sun, 11/06/2022 - 21:40
Document Date
Fri, 01/28/2022 - 14:16
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Wed, 02/02/2022 - 00:00
Page Number
28
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__020220…

CHANGE ORDER

No.1

PROJECT: RFP0953-041321 — Landfill Water Quality Testing

EXECUTED CONTRACT DATE: May 27, 2021

DATE OF ISSUANCE: January 20, 2022 | EFFECTIVE DATE: Upon City Approval

OWNER: City of Nashua, NH
OWNER’ s Purchase Order NO.: 165137
VENDOR: Melport Enterprises, LLC dba Chemserve

The Contract is modified as follows upon execution of this Change Order:

Description:

The Change Order includes sampling at three (3) additional monitoring wells and analysis for Per- and
Polyfluoroalkyl Substances (PFAS).

Justification:

In September of 2021, New Hampshire Department of Environmental Services (NHDES) requested

expanded groundwater sampling and the initiation of soil and sediment sampling at the Four Hills
Landfill. NHDES has also required monthly testing until further notice.

Attachments:

>» Change Order #1 Cost Breakdown

Change Order #1 1 of 2
RFP0953-041321
Landfill Water Quality Testing

Page Image
Finance Committee - Agenda - 2/2/2022 - P28

Finance Committee - Agenda - 2/2/2022 - P29

By dnadmin on Sun, 11/06/2022 - 21:40
Document Date
Fri, 01/28/2022 - 14:16
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Wed, 02/02/2022 - 00:00
Page Number
29
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__020220…

CHANGE ORDER

SUMMARY

CHANGE IN CONTRACT PRICE

Original Contract Price:

CHANGE IN CONTRACT TIMES

Original Contract Times:

$42,339.00 For the period: July 1, 2021 through June 30, 2022
Net Changes from previously approved Change Net Changes from previously approved Change Orders
Orders
$0.00 None

Contract Price prior to this Change Order:

$42,339.00

Contract Times prior to this Change Order:

For the period: July 1, 2021 through June 30, 2022

Increase Peerease) of this Change Order:

$40,795.00

Increase (Decrease) of this Change Order:

None

Contract Price with all approved Change Orders:

Contract Times with all approved Change Orders:

$83,134.00 For the period: July 1, 2021 through June 30, 2022
RECOMMENDED BY: ACCEPTED BY: ACCEPTED BY:

By: By: By:

(Authorized Signature) Contractor (Authorized Signature) Owner (Authorized Signature)

Jeff Lafleur James W. Donchess
Title: Solid Waste Superintendent _ Title: Title: Mayor, City of Nashua
Date: Date: Date:
Change Order #1 2 of 2

RFP0953-041321
Landfill Water Quality Testing

Page Image
Finance Committee - Agenda - 2/2/2022 - P29

Finance Committee - Agenda - 2/2/2022 - P30

By dnadmin on Sun, 11/06/2022 - 21:40
Document Date
Fri, 01/28/2022 - 14:16
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Wed, 02/02/2022 - 00:00
Page Number
30
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__020220…

Cost Overage / Change Order FY 2022
ChemServe Environmental Analysts
RFPO931-041321
PO #165137

PO #165137 was issued to ChemServe for groundwater sampling and laboratory analytical costs
at the City’s Four Hills Landfill, Old Nashua Landfill, Shady Lane Landfill, and Rousell Park Landfill
in FY 2022 through FY 2024. PO #165137 approved $42,339 for FY 2022, based upon known
monitoring requirements as of April 2021.

Following issuance of the PO, in August 2021 NHDES requested expanded groundwater
sampling, and the initiation of soil and sediment sampling in the southern area of the Four Hills
Landfill, with time-critical deadlines. The City used ChemServe for the time-critical sampling
and analytical services using unit rates approved in PO #165137. The expanded sampling
continued per NHDES request in September, October, November, and December 2021 and
included monitoring of three additional monitoring wells (including analysis for PFAS), sampling
of surface water in stormwater retention ponds, and collection and analysis of 20 plus soil and
sediment samples to comply with the NHDES requests.

Per current NHDES requests, monthly assessment monitering is required to continue, so a
January 2022 sampling event will be needed, and an already planned for February 2022
sampling event will need to be expanded. The City’s consultant, Sanborn Head & Associates,
believes following the February 2022 sampling event, that the monthly sampling requirement
can be revised to quarterly. However, should the NHDES not approve the recommendation to
reduce the monitoring from monthly to quarterly, it would be prudent to plan for completion of
assessment monitoring in March, May, and June 2022 (and costs to expand the already
required/budgeted April 2022 GMP event should also be included).

2022 Cost Overage Summary and Change Order Projection

$42,339 FY 2022 approved (PO #165137).
($54,268) Costs invoiced for planned and unforeseen groundwater sampling through Nov

2021

= $11,929 Additional costs invoiced to date for soil and sediment sampling, and expanded
groundwater monitoring through November 2022 (not included in PO}.

+ §2,585* December 2021 Assessment Monitoring {invoice pending*)

+ $4,528* January 2022 Assessment Monitoring

+$3,641* February 2022 Assessment Monitoring ($4,528 less $887 already in PO)

+$4,528* March 2022 Assessment Monitoring

+ $4,528* Expand April 2022 GMP Monitoring Event

+$4,528* May 2022 Assessment Monitoring

+ $4,528* June 2022 Assessment Monitoring

$40,795 = Change Order Amount for PO# 165137, ChemServe FY 2022

*see attached draft invoice for December 2021 sampling and email from ChemServe with cost
summary for February through June 2022 monthly assessment monitoring events.

January 11, 2022 Page lofi

Page Image
Finance Committee - Agenda - 2/2/2022 - P30

Finance Committee - Agenda - 2/2/2022 - P31

By dnadmin on Sun, 11/06/2022 - 21:40
Document Date
Fri, 01/28/2022 - 14:16
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Wed, 02/02/2022 - 00:00
Page Number
31
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__020220…

City of Nashua

Purchasing Department

Administrative Services Division (603) 589-3330
229 Main Street - Nashua, NH 03060 Fax (603) 594-3233
January 26, 2022
Memo #22-231
TO: Mayor Donchess
Finance Committee
SUBJECT: Interpretive Historic Signage in the amount not to exceed $35,731 funded from 81700

Infrastructure Improvements/Bond

Please see attached communications from Daniel Hudson, City Engineer, dated January 20, 2022 for project
specific details related to this purchase. Below please find a summary of the purchase approval request:

Item:

Value:
Vendor:

Department:
Source Fund:
Bidding Info:

Ordinance:

Historic Interpretive Signs for the Veterans Memorial Parkway (formerly the Broad
Street Parkway)

$35,731

Preservation Company

160 Admin/Engineering

81700 Infrastructure Improvements/ Bond

A competitive bidding RFQ for this project was issued with RFQ1056J-100312

Pursuant to § 5-78 Major purchases (greater than $25,000) A. All supplies and
contractual services, except as otherwise provided herein, when the estimated
cost thereof shall exceed $25,000 shall be purchased by formal, written contract
from the lowest responsible bidder, after due notice inviting bids.

The Board of Public Works (1/20/22 BPW meeting), Division of Public Works: Administration/Engineering,
and the Purchasing Department respectfully request your approval of this contract.

Regards,

Kelly Parkinson

Purchasing Manager

Ce: D Hudson
C O'Connor

Page Image
Finance Committee - Agenda - 2/2/2022 - P31

Finance Committee - Agenda - 2/2/2022 - P32

By dnadmin on Sun, 11/06/2022 - 21:40
Document Date
Fri, 01/28/2022 - 14:16
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Wed, 02/02/2022 - 00:00
Page Number
32
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__020220…

$a) THE CITY OF NASHUA “The Gate City”

Division of Public Works

Administration Department

From:

B. Motion:

Discussion:

Board of Public Works Date: January 20, 2022

Daniel Hudson, P.E., City Engineer
Engineering Department

Contract — Veterans’ Memorial Parkway (Formerly Broad Street Parkway)
Interpretive Historic Sign Contract

To approve the award of a contract for Interpretive Historic Signs to Preservation
Company of Kensington, NH in an amount not to exceed $35,731. Funding will be
through Department: 160 Admin/Engineering; Fund: Bond: Activity: Broad Street
Parkway.

In order to gain approval to use federal funds for the Broad Street Parkway project,
the City committed to installing two interpretive signs. With installation of these
signs, the program for mitigating project impacts to historic resources will be
complete. One sign will be installed adjacent the canal and the other will be
installed within Park Social at Labine.

During the project, the City contracted with Richard Casella of the Historic
Documentation Company to perform most of the other historic resource mitigation
tasks. Mr. Casella’s firm has downsized and no longer provides services related to
similar interpretive signs. Mr. Casella strongly recommended that the City contract
with The Preservation Company for this specialty task.

Lynne Monroe of the Preservation Company has a strong reputation within the
industry for similar work and is well known to the New Hampshire Department of
Historic Resources (NHDHR) as well as the New Hampshire Department of
Transportation (NHDOT). Her expertise and strong working relationships will be
important in successfully completing this work.

Ms. Monroe and her staff will work with the City, NHDHR and NHDOT to develop
the design of the signs and gain concurrence with reviewing authorities. She will
work with an experienced vender to have the sign fabricated and installed.

9 Riverside Street » Nashua, New Hampshire 03062 » Phone (603) 589-3120 « Fax (603) 589-3169

Page Image
Finance Committee - Agenda - 2/2/2022 - P32

Finance Committee - Agenda - 2/2/2022 - P33

By dnadmin on Sun, 11/06/2022 - 21:40
Document Date
Fri, 01/28/2022 - 14:16
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Wed, 02/02/2022 - 00:00
Page Number
33
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__020220…

CONTRACT FOR INDEPENDENT CONTRACTOR

Interpretive Historic Signs
for
Veterans Memorial Parkway
(Formerly Board Street Parkway)

A CONTRACT BETWEEN

THE CITY OF NASHUA, 229 MAIN STREET, CITY HALL, NASHUA, NH 03060
AND

Preservation Company
and its successors, transferees and assignees (together “Independent Contractor”)

NAME AND TITLE OF INDEPENDENT CONTRACTOR

5 Hobbs Road, Kensington, NH 03833

ADDRESS OF INDEPENDENT CONTRACTOR

WHEREAS, the City of Nashua, a political subdivision of the State of New Hampshire, from time
to time requires the services of an Independent Contractor; and

WHEREAS, it is deemed that the services of an Independent Contractor herein specified are both
necessary and desirable and in the best interests of the City of Nashua; and

WHEREAS, Independent Contractor represents they are duly qualified, equipped, staffed, ready,
willing and able to perform and render the services hereinafter described;

Now, THEREFORE, in consideration of the agreements herein made, the parties mutually agree as
follows:

1. Documents Incorporated. The following exhibits are by this reference incorporated herein and are
made part of this contract:

Exhibit A--General Conditions for Contracts
Exhibit B-- Preservation Company Proposal dated November 9, 2021

The Contract represents the entire and integrated agreement between the parties and supersedes prior
negotiations, proposals, representations or agreements, either written or oral. Any other documents
which are not listed in this Article are not part of the Contract.

In the event of a conflict between the terms of the Proposal and the terms of this Agreement, a written
change order and/or fully executed City of Nashua Purchase Order, the terms of this Agreement, the
written change order or the fully executed City of Nashua Purchase Order shall control over the terms
of the Proposal.

AG 1 of 3

Page Image
Finance Committee - Agenda - 2/2/2022 - P33

Pagination

  • First page « First
  • Previous page ‹‹
  • …
  • Page 39
  • Page 40
  • Page 41
  • Page 42
  • Current page 43
  • Page 44
  • Page 45
  • Page 46
  • Page 47
  • …
  • Next page ››
  • Last page Last »

Search

Meeting Date
Document Date

Footer menu

  • Contact