Skip to main content

Main navigation

  • Documents
  • Search

User account menu

  • Log in
Home
Nashua City Data

Breadcrumb

  1. Home
  2. Search

Search

Displaying 931 - 940 of 38765

Finance Committee - Agenda - 1/19/2022 - P86

By dnadmin on Sun, 11/06/2022 - 21:39
Document Date
Thu, 01/13/2022 - 13:22
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Wed, 01/19/2022 - 00:00
Page Number
86
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__011920…

Shipping Group Details

Shipping To Shipping Method Install At

ACCOUNTS PAYABLE Standard Delivery ACCOUNTS PAYABLE
CITY OF NASHUA CITY OF NASHUA

CITY HALL CITY HALL

229 MAIN ST/PO BOX 2019 229 MAIN ST/PO BOX 2019
NASHUA, NH 03061 NASHUA, NH 03060-2938
(603) 589-3330 (603) 589-3330

Solution Name:
Nashua, NH | R650XS 3x480GB

Quantity Subtotal
VMware Host Servers R650 3 x 480GB SSD MU, 1 x Quad Port $9,456.05 15 $141,840.75
10GbE base-T, 2 x Dual Port 10GbE SFP+
Estimated delivery if purchased today:
May. 05, 2022
Contract # C000000010848
Customer Agreement # MNWNC-108 / 8001863
Description SKU Unit Price Quantity Subtotal
8x2.5 Front Storage 379-BEIC - 15 -
SAS/SATA Backplane 379-BDSS - 15 -
No Rear Storage 379-BDTE - 15 -
PowerEdge R650xs 210-AZKL - 15 -
Trusted Platform Module 2.0 V3 461-AAIG - 15 -
2.5" Chassis with up to 8 Hard Drives (SAS/SATA), 2 CPU 321-BGQJ - 15 -
HT (130) DORA.2660 16C/32T, 10.4GT/s, 24M Cache, Turbo, 338-CBWK - 15 7
HT (130) DORA.2660 16C/32T, 10.4GT/s, 24M Cache, Turbo, 338-CBWK - 15 7
Additional Processor Selected 379-BDCO - 15 -
Heatsink for CPU less than 185W 412-AAVR - 15 -
Heatsink for CPU less than 185W 412-AAVR - 15 -
Performance Optimized 370-AAIP - 15 -
3200MT/s RDIMMs 370-AEVR - 15 -
Unconfigured RAID 780-BCDS - 15 -
PERC H755 SAS Front 405-AAZB - 15 -
Front PERC Mechanical Parts, front load 750-ACFR - 15 -
Power Saving Dell Active Power Controller 750-AABF - 15 -
UEFI BIOS Boot Mode with GPT Partition 800-BBDM - 15 -
Standard Fan x7 384-BCTN - 15 -
Dual, Hot-plug, Redundant Power Supply (1+1), 1400W, Mixed Mode 450-AlQZ - 15 -
Riser Config 3, 1XxXOCP 3.0(x16)+ 2x16LP 330-BBSZ - 15 -
PowerEdge R650xs Motherboard 329-BGEZ - 15 -
OpenManage Enterprise Advanced 528-BlIYY - 15 -
iDRAC9Y Datacenter 15G 528-CRVW - 15 -
Intel X710-T4L Quad Port 10GbE BASE-T, OCP NIC 3.0 540-BCRU - 15 -

Page 3

Page Image
Finance Committee - Agenda - 1/19/2022 - P86

Finance Committee - Agenda - 1/19/2022 - P87

By dnadmin on Sun, 11/06/2022 - 21:39
Document Date
Thu, 01/13/2022 - 13:22
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Wed, 01/19/2022 - 00:00
Page Number
87
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__011920…

Standard Bezel 325-BCHH - 15 -
Dell EMC Luggage Tag (x8 or x10 chassis) 350-BCEN - 15 -
Quick Sync 2 (At-the-box mgmt) 350-BCEL - 15 -
iDRAC,Factory Generated Password 379-BCSF - 15 -
iDRAC Group Manager, Disabled 379-BCQY - 15 -
No Operating System 611-BBBF - 15 -
No Media Required 605-BBFN - 15 -
OpenManage Integration for VMware vCenter - 1 host increment, 3 634-BJBD - 15 7
year license - Digitally Fulfilled
ReadyRails Sliding Rails Without Cable Management Arm 770-BCJI - 15 -
Cable Management Arm 770-BDZL - 15 -
No Internal Optical Drive 429-AAIQ - 15 -
No Systems Documentation, No OpenManage DVD Kit 631-AACK - 15 -
PowerEdge R650xs Shipping 340-CUQU - 15 -
PowerEdge R650xs x8 Shipping Material 343-BBRH - 15 -
PowerEdge 1U CE Marking, No CCC Marking 389-DYLW . 15 .
Dell/EMC label (BIS) for Chassis 389-DYMB - 15 -
US Order 332-1286 - 15 -
Dell Hardware Limited Warranty Plus Onsite Service 859-8667 - 15 -
ProSupport Plus Mission Critical 4-Hour 7x24 Onsite Service with -
Emergency Dispatch 39 Months 859-8745 15 -
ProSupport Plus Mission Critical 7x24 Technical Support and 859-8751 - 15 7
Assistance 39 Months
Thank you for choosing Dell ProSupport Plus. For tech support, visit -
951-2015 15 -
/www.dell.com/contactdell
ProDeploy Dell Server R Series 1U/2U - Deployment 804-6748 - 15 -
ProDeploy Dell Server R Series 1U/2U - Deployment Verification 804-6749 - 15 -
32GB RDIMM, 3200MT/s, Dual Rank 16Gb BASE x8 370-AGDS - 240 -
480GB SSD SATA Mix Use 6Gbps 512 2.5in Hot-plug AG Drive, 3 400-AZUT - 45 7
DWPD,
C13 to C14, PDU Style, 12 AMP, 6.5 Feet (2m) Power Cord, North 492-BBDI - 30 7
America
Intel X710 Dual Port 1OGbE SFP+ Adapter, PCle Low Profile 555-BCKN - 30 -
Subtotal: $141,840.75
Shipping: $0.00
Environmental Fee: $0.00
Estimated Tax: $0.00
Total: $141,840.75

Page 4

Page Image
Finance Committee - Agenda - 1/19/2022 - P87

Finance Committee - Agenda - 1/19/2022 - P88

By dnadmin on Sun, 11/06/2022 - 21:39
Document Date
Thu, 01/13/2022 - 13:22
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Wed, 01/19/2022 - 00:00
Page Number
88
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__011920…

Important Notes

Terms of Sale

This Quote will, if Customer issues a purchase order for the quoted items that is accepted by Supplier, constitute a contract between the
entity issuing this Quote (“Supplier”) and the entity to whom this Quote was issued (“Customer”). Unless otherwise stated herein, pricing is
valid for thirty days from the date of this Quote. All product, pricing and other information is based on the latest information available and is
subject to change. Supplier reserves the right to cancel this Quote and Customer purchase orders arising from pricing errors. Taxes and/or
freight charges listed on this Quote are only estimates. The final amounts shall be stated on the relevant invoice. Additional freight charges
will be applied if Customer requests expedited shipping. Please indicate any tax exemption status on your purchase order and send your tax
exemption certificate to Tax_Department@dell.com or ARSalesTax@emc.com, as applicable.

Governing Terms: This Quote is subject to: (a) a separate written agreement between Customer or Customer's affiliate and Supplier or a
Supplier's affiliate to the extent that it expressly applies to the products and/or services in this Quote or, to the extent there is no such
agreement, to the applicable set of Dell’s Terms of Sale (available at www.dell.com/terms or www.dell.com/oemterms), or for cloud/as-a-
Service offerings, the applicable cloud terms of service (identified on the Offer Specific Terms referenced below); and (b) the terms
referenced herein (collectively, the “Governing Terms’). Different Governing Terms may apply to different products and services on this
Quote. The Governing Terms apply to the exclusion of all terms and conditions incorporated in or referred to in any documentation submitted
by Customer to Supplier.

Supplier Software Licenses and Services Descriptions: Customer's use of any Supplier software is subject to the license terms
accompanying the software, or in the absence of accompanying terms, the applicable terms posted on www.Dell.com/eula. Descriptions and
terms for Supplier-branded standard services are stated at www.dell.com/servicecontracts/global or for certain infrastructure products at
www.dellemc.com/en-us/customer-services/product-warranty-and-service-de….

Offer-Specific, Third Party and Program Specific Terms: Customer's use of third-party software is subject to the license terms that
accompany the software. Certain Supplier-branded and third-party products and services listed on this Quote are subject to additional,
specific terms stated on www.dell.com/offeringspecificterms (“Offer Specific Terms”).

In case of Resale only: Should Customer procure any products or services for resale, whether on standalone basis or as part of a solution,
Customer shall include the applicable software license terms, services terms, and/or offer-specific terms in a written agreement with the end-
user and provide written evidence of doing so upon receipt of request from Supplier.

In case of Financing only: If Customer intends to enter into a financing arrangement (“Financing Agreement’) for the products and/or
services on this Quote with Dell Financial Services LLC or other funding source pre-approved by Supplier (“FS”), Customer may issue its
purchase order to Supplier or to FS. If issued to FS, Supplier will fulfill and invoice FS upon confirmation that: (a) FS intends to enter into a
Financing Agreement with Customer for this order; and (b) FS agrees to procure these items from Supplier. Notwithstanding the Financing
Agreement, Customer’s use (and Customer's resale of and the end-user’s use) of these items in the order is subject to the applicable
governing agreement between Customer and Supplier, except that title shall transfer from Supplier to FS instead of to Customer. If FS
notifies Supplier after shipment that Customer is no longer pursuing a Financing Agreement for these items, or if Customer fails to enter into
such Financing Agreement within 120 days after shipment by Supplier, Customer shall promptly pay the Supplier invoice amounts directly to
Supplier.

Customer represents that this transaction does not involve: (a) use of U.S. Government funds; (b) use by or resale to the U.S. Government;
or (c) maintenance and support of the product(s) listed in this document within classified spaces. Customer further represents that this
transaction does not require Supplier's compliance with any statute, regulation or information technology standard applicable to a U.S.
Government procurement.

For certain products shipped to end users in California, a State Environmental Fee will be applied to Customer's invoice. Supplier
encourages customers to dispose of electronic equipment properly.

Electronically linked terms and descriptions are available in hard copy upon request.

Page 5

Page Image
Finance Committee - Agenda - 1/19/2022 - P88

Finance Committee - Agenda - 1/5/2022 - P1

By dnadmin on Sun, 11/06/2022 - 21:39
Document Date
Thu, 12/30/2021 - 13:43
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Wed, 01/05/2022 - 00:00
Page Number
1
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__010520…

FINANCE COMMITTEE

JANUARY 5, 2022

7:00 Aldermanic Chamber and Zoom
Join Zoom Meeting: https://usO2web.zoom.us/j/89487968 133? pwd=azZIWUSicUVzYnN lcnZod3NTMW0wdz09
Meeting ID: 894 8796 8133 Passcode: 195938

By telephone: 1-929-205-6099 Meeting ID: 894 8796 8133 Passcode: 195938

If there is a problem with the audio, please dial 603-589-3329 to advise.

ROLL CALL

PUBLIC COMMENT

COMMUNICATIONS

From:
Re:

From:

Re:

From:

Re:

From:

Re:

From:

Re:

Kelly Parkinson, Purchasing Manager
Design Phase Services in the amount not to exceed $105,800 funded from 81300 Machinery &
Equipment/Wastewater Fund (Solid Waste)

Kelly Parkinson, Purchasing Manager
Digester Heat Exchanger in the amount not to exceed $57,000 funded from 81300 Machinery &
Equipment/WERF (Wastewater)

Kelly Parkinson, Purchasing Manager
Design & Permitting Services for Phase IV Landfill Change Order #1 in the amount not to exceed
$210,000 funded from 54210 Construction Services/Bond (Solid Waste)

Kelly Parkinson, Purchasing Manager
Solid Waste Equipment Storage Structure in the amount not to exceed $352,375 funded from 54210
Construction Services/Bond (Solid Waste)

Kelly Parkinson, Purchasing Manager

Design & Permitting Services for Phase Ill, Stage 2 Landfill Change Order #1 in the amount not to
exceed $91,000 funded from 81650 Land Improvements/ 81100 Capital Improvements /Bond (Solid
Waste)

UNFINISHED BUSINESS

NEW BUSINESS —- RESOLUTIONS

NEW BUSINESS - ORDINANCES

RECORD OF EXPENDITURES

GENERAL DISCUSSION

PUBLIC COMMENT

REMARKS BY THE ALDERMEN

NON-PUBLIC SESSION

ADJOURNMENT

Page Image
Finance Committee - Agenda - 1/5/2022 - P1

Finance Committee - Agenda - 1/5/2022 - P2

By dnadmin on Sun, 11/06/2022 - 21:39
Document Date
Thu, 12/30/2021 - 13:43
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Wed, 01/05/2022 - 00:00
Page Number
2
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__010520…

City of Nashua

Purchasing Department
Administrative Services Division (603) 589-3330
229 Main Street - Nashua, NH 03060 Fax (603) 594-3233

December 30, 2021
Memo #22-219

TO: Mayor Donchess
Finance Committee

SUBJECT: Design Phase Services in the amount not to exceed $105,800 funded from 81300
Machinery & Equipment/Wastewater Fund

Please see attached communications from David Boucher, Superintendent of the Wastewater Department,
dated December 16, 2021 for project specific details related to this purchase. Below please find a summary
of the purchase approval request:

Item: Preliminary Design Plans for Dry Well Valve & Pipe Replacement Project
Value: not to exceed $105,800
Vendor: Wright Pierce

Department: 169 Wastewater
Source Fund: 81300 Machinery & Equioment/ Wastewater Fund

Ordinance: Pursuant to NRO § 5-83 Professional Services (A) In the purchase of accounting,
architectural, auditing, engineering, legal, medical and ambulance services and
purchases of independent professional consultant services for personnel, data
processing, actuarial, planning, management and other comparable purchases
competitive bidding shall not be required.

The Board of Public Works (12/16/21 BPW meeting), Division of Public Works: Wastewater, and the
Purchasing Department respectfully request your approval of this contract.

Regards,
Kelly Parkinson

Purchasing Manager

Page Image
Finance Committee - Agenda - 1/5/2022 - P2

Finance Committee - Agenda - 1/5/2022 - P3

By dnadmin on Sun, 11/06/2022 - 21:39
Document Date
Thu, 12/30/2021 - 13:43
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Wed, 01/05/2022 - 00:00
Page Number
3
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__010520…

To:

From:

Re:

B. Motion:

Attachments:

Discussion:

City of Nashua, Public Works Division

Board of Public Works Meeting Date: December 16, 2021

Jeff Lafleur, Superintendent
Solid Waste Department

Change Order #1 - Design and Permitting Services for Phase IIH, Stage 2 Landfill

To approve a change order to the contract with Sanborn Head and Associates Inc.
to prepare and submit a NHDES Type II Permit Modification, prepare plans,
specifications and bid documents, and perform bid-phase services for the
construction of the Phase III, Stage 2 lined landfill expansion in the amount not to
exceed $91,000. Funding through Department 168 Solid Waste; Fund: Bond;
Activity: Landfill Expansion Phase III & IV.

Sanborn Head and Associates scope of work

The Superintendent of the Solid Waste Department and the Director of Public
Works recommend that the City begin the process of designing and constructing
the Phase III, Stage 2 lined landfill expansion. This is the final phase of the lined
landfill expansion permitted by the New Hampshire Department of
Environmental Services (NHDES) in standard permit #DES-SW-SP-95-002
issued on June 26, 1995. The Phase III, Stage 2 landfill will be a vertical
expansion of the existing Phase III, Stage 1 landfill. It will provide an additional
270,000 cubic yards of waste capacity and an additional two years of landfill life
expectancy. Work to be performed under this change order includes preparation
of a NHDES Type II Permit Modification application, construction plans,
specifications and bid documents, and performing bid-phase services.

The additional airspace is needed given the constraints and concerns regarding the
permit approval process with NHDES. This process is a lengthy one that we
anticipate will take a long period of time to complete which is why we wish to be
proactive by moving forward now. It is recommended that this Phase be
constructed within the next two years to ensure the landfill has adequate disposal
capacity available.

Page Image
Finance Committee - Agenda - 1/5/2022 - P3

Finance Committee - Agenda - 1/5/2022 - P4

By dnadmin on Sun, 11/06/2022 - 21:39
Document Date
Thu, 12/30/2021 - 13:43
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Wed, 01/05/2022 - 00:00
Page Number
4
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__010520…

Exhibit A. - Scope of Services

Nashua, WWIF - Dry Well Piping and Valve Replacement

Phase I. Preliminary Design
Task A. Initial Planning and Evaluation
1) Hold a project kickoff and brainstorming meeting with the City to review and confirm the overall scope,
approach, and project schedule.
2} Site survey:
a. Perform interior 3-dimensional scanning of the Raw Sewage Pump Station Dry Well and Wet Well
(to the extent possible with the station in operation). This is assumed to be two days’ effort and
will be subcontracted to Matterscan. Deliverables to include access to an electronic 3D virtual site
walk of the photographed facilities as well as a point cloud for CAD drawing development of
existing facilities.
b. Prepare 3-D Revit model of existing dry well and piping system using combination of record
drawings and point cloud from Matterscan.
3) Conduct site visit with the applicable Building Services and other support disciplines {assume
instrumentation and electrical} to support design developmeni efforts.

Task B. Preliminary Design Development
1) Evaluate the design requirements; develop planning level cost estimates; and summarize findings in
technical memoranda (TM) for the following project elements/alternatives:
a. Replacement of interior piping and vaives in kind with separate costs for each of the following
elements:

i. Replace all pump piping: suction (30-inch spool at wet well wall to 20-inch reducing elbow},
discharge (20-inch increaser to 24-inch bend connecting to header}.

ii. Replace all valves (plug valve on suction piping; check valve and plug valve on discharge
piping) in kind.

iii, Replace the 42-inch 90-degree bend with nozzles at Lhe western wall where the header
exits the building.

iv. Replace all remaining piping including the 42-inch header to the 90-degree bend at
western wall where the header exits the building, and including all remaining 90-degree
bends, reducers, and fittings (30-inch magnetic flow meter to remain).

vy. Determine the requirements for installing electrical actuators on the plug valves including
structural, instrumentation and electrical provisions.

vi. Develop a plan for constructing a platform to access plug valves on the discharge.

vii. Develop preliminary design drawings of the proposed replacement header system
identifying any changes from the existing system and illustrating the potential access
platform and electrical actuators.

b, Assess the feasibility and costs of constructing a second redundant discharge header system with
the following elements:

i. Replace all pump piping: suction (30-inch spool at wet well wall to 20-inch reducing elbow),
discharge (20-inch reducer to 24-inch piping splitting to connect to both existing header
and new header system).

ii, Replace all existing valves (plug valve on suction piping; check valve and piug valve on
discharge piping) in kind. Provide additional isolation valves as needed for second
redundant header system.

WRiIGHT-PIERCE ==

Engineering a Better Enviranment i

Page Image
Finance Committee - Agenda - 1/5/2022 - P4

Finance Committee - Agenda - 1/5/2022 - P5

By dnadmin on Sun, 11/06/2022 - 21:39
Document Date
Thu, 12/30/2021 - 13:43
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Wed, 01/05/2022 - 00:00
Page Number
5
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__010520…

Exhibit A -

scope of Services

WRIGHT. PIERCE = =

iii. Replace the existing 42-inch 90-bend with nozzles at the western wall where the existing
header exits the building.

iv. Develop a plan for redundant header while maintaining adequate access to existing
facilities including ability to utilize existing bridge crane for pump and piping removal.

v. Assess options for tying the redundant neader into the existing force main. Assess
provisions for future dual force mains either to the existing grit chambers or potential
future replacement grit removal facility.

vi. Determine the requirements for installing electrical actuators on the plug valves including
structural, instrumentation and electrical provisions.

vii. Develop a plan for constructing a platform to access plug valves on the discharge to both
the existing and redundant header systems.

viii. Develop preliminary design level drawings of the proposed redundant header system
identifying any changes from the existing system and illustrating the potential access
platform and electrical actuators.

Wet well modifications, including:
i. Replacing slide gate SLG-O2 to allow for wet well isolation.

ii, Assess the need for miscellaneous concrete repairs in the wet wells (seal cracks,
cementitious overlay, etc.).

iii, Assess replacement requirements for wet well level-monitoring system including
identifying options for redundancy.

Existing force main: Assess options for inspecting and lining (if warranted) the buried 42-inch force
main between the Influent Pump Station and the Grit Tanks.
i. Assess options for inspection as part of subsequent investigations prior to proceeding with
final design or to be conducted during construction when force main is bypassed.

ii. Assess options for lining (if warranted) using cured-in-place piping (CIPP} or spray-on

interior coatings.
Replacement valve options, including:
i. Assess advantages and disadvantages of replacing existing check valves with electrically
actuated motorized valves (plug or cane type}.

ii. Evafuate cost versus benefits of specifying higher quality plug valves with a higher k-factor,

fii, Evaluate using knife valves versus plug valves for replacement of existing plug valves,

Bypass pumping alternatives, including:
i. Assess capacity requirements, duration, and seasonality factors.

ii. Utilizing conventional bypass pumping pit for main pump station to main WWTF.

iii. Utilizing the existing WWFTF pump station with bypass pumping from the feed-well of the
WWETF to the grit chambers.

iv. Utitizing the existing WWFTF pump station with bypass pumping from an isolated chlorine
contact tank to the aeration basin inlet channel.

Conduct a pump system head analysis to assess the impact on pumping capacity of the above-
identified proposed changes to the piping system, including:
i. Redundant header system impacts.

ii. Any valving system changes anticipated to change the k-factor that characterizes head loss
across a particular valve.

iii. Differences in force main diameter if various lining technologies are utilized.

The scope of anticipated improvements for building design disciplines is assumed to be jimited to:
changes in pipe support needs (structural); the potential new valve access platform(s}

ing a Better Envi

Page Image
Finance Committee - Agenda - 1/5/2022 - P5

Finance Committee - Agenda - 1/5/2022 - P6

By dnadmin on Sun, 11/06/2022 - 21:39
Document Date
Thu, 12/30/2021 - 13:43
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Wed, 01/05/2022 - 00:00
Page Number
6
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__010520…

Exhibit A - Scope of Services

(architectural and structural); electric actuators for valves (structural, instrumentation and
electrical) and wet well level controls (Instrumentation and electrical). The input of these discipline
will be incorporated into the above noted technical memoranda including planning-level cost
estimates.
2) Hold two progress meetings to discuss draft TMs and conduct site visits. Input from meetings shall be
incorporated into updated TMs. Budgeted effort is based upon two progress meetings. Finalize TMs based
upon input from the City and include in the Preliminary Design Report.

Task C. Prepare Draft Preliminary Design Report and Drawings
i} Prepare a draft Preliminary Design Report (PDR) package that includes all technical memorandums, final
design criteria, preliminary drawings and an outline of technical specifications.
a. No environmental permits are anticipated at this time as there is no exterior improvements
proposed. A permitting plan is therefore not included in this scope of work.
b. Prepare a construction sequencing plan and provide an estimate of construction duration.
c. Submit a full construction cost estimate for the recommended plan.
2} Advise City if additional reports, data or other information or services are necessary and assist City in
obtaining such reports, data or other information and services.
3) Submit a draft of the PDR documents to the City for review and comment. Meet with the City to review City
comments. The draft preliminary design report shall be completed within 120 days of receiving
authorization to proceed.

Task D. Finalize Preliminary Design Report
1} Review City comments and provide a memorandum with written response to all comments to satisfaction
of City, including updating of drawings, cost estimates and report sections as necessary. The response to
comments will be submitted within 2 weeks of receiving the complete comments from the City.
2) Submit the final PDR package to NHDES for review and comment.

Phase 2. Final Design
Note the level of effort for the final design and subsequent phases will be determined based on the recommended
plan from the Preliminary Design Report.

Task A. Additional Site Investigations

Based on the recommendations in the Preliminary Design Report, conduct investigations to determine the
condition of the underground force main and/or any other additional site investigations recommended. This will
include a hazardous materials survey for spaces impacted by construction.

Task B. 60% Contract Documenis

Based on agreed upon preliminary design documents, Wright-Pierce shall proceed to develap 60% design plans,
specifications, and an updated cost estimate. Provide a progress printing with five (5) copies of the preliminary
plans {11x17} and specifications submitted to the City for review and comment. Hold a review meeting to discuss
issues requiring City input. Submit the 60% design package to NHDES for review and comment.

Task C. 95% Contract Documents
Following the 60% review meeting, Wright-Pierce shall proceed with the 95% design plans, specifications, and
prepare an updated estimate of construction cost. Submit five (5) copies of these plans (11x17) and documents to

WRIGHT-PIERCE == 3

Engineering a Beller Eevironimyal

Page Image
Finance Committee - Agenda - 1/5/2022 - P6

Finance Committee - Agenda - 1/5/2022 - P7

By dnadmin on Sun, 11/06/2022 - 21:39
Document Date
Thu, 12/30/2021 - 13:43
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Wed, 01/05/2022 - 00:00
Page Number
7
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__010520…

Exhibit A - Scope of Services

the City for review and comment. Advise the City of any adjustments to the Construction Cost Estimate as a result
of changes in scope of the Project. Submit the 95% design package to NHDES for review and comment.

4)

2)

Meet with the City to discuss comments on $5% documents and provide written response to all comments
received to the satisfaction of the City.

The 95% documents shall be submitted to the City within 120 days of the City’s approval of the Preliminary
Design Report.

Task D. Final Plans, Contract Documents and Cost Estimates

Upon the City’s acceptance of the 95% plans and contract documents as adequately completed, Wright-Pierce shall
proceed with the final, bid-ready design plans, specifications and estimates for construction costs, revised to
address the comments from the draft reviews. The submittal shall be ready to be advertised for construction
bidding and shall include a schedule for the bidding and construction process.

Phase 3. Bidding Services
Assistance in securing construction bids, conducting bid opening, tabulation and analysis of bids, and
recommendation regarding award of contract. A copy of the bid analysis will be furnished to the City.

4)
2)

3)

Issue bid sets, receive questions, prepare up to two Addenda.

Make such revisions to the construction Contract Documents as may be necessary to comply with Federal,
State or City requirements.

Assume City to be responsible for advertising for bids for the construction contract in appropriate
newspapers and with the usual construction industry bidding information services.

Provide an on-line plan room for access to contract documents. Provide (5) copies of the Contract
Documents and the plans (printed at 11x17) to City. An electronic version of all text, figures and drawings
shall also be submitted to the City.

Respond to bidders’ questions.

Prepare for and attend one pre bid conference. Notify bidders of the conference.

Attendance at bid opening shall not be included.

Review ail bids and prepare bid tabulation.

Review the qualifications of the apparent low bidder{s) and compliance with other contract requirements.
Report on the results of the reviews and issue a Recommendation for Award,

10) The length of the Bidding Phase is assumed to be 30 days.

WRIGHT-PIERCE ==

Enginecring & Belter Envicunment

Page Image
Finance Committee - Agenda - 1/5/2022 - P7

Pagination

  • First page « First
  • Previous page ‹‹
  • …
  • Page 90
  • Page 91
  • Page 92
  • Page 93
  • Current page 94
  • Page 95
  • Page 96
  • Page 97
  • Page 98
  • …
  • Next page ››
  • Last page Last »

Search

Meeting Date
Document Date

Footer menu

  • Contact