Skip to main content

Main navigation

  • Documents
  • Search

User account menu

  • Log in
Home
Nashua City Data

Breadcrumb

  1. Home
  2. Search

Search

Displaying 15621 - 15630 of 38765

Board Of Aldermen - Agenda - 8/10/2021 - P38

By dnadmin on Mon, 11/07/2022 - 07:10
Document Date
Fri, 08/06/2021 - 14:05
Meeting Description
Board Of Aldermen
Document Type
Agenda
Meeting Date
Tue, 08/10/2021 - 00:00
Page Number
38
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/boa_a__081020…

for rainfall related inflow during wet weather periods. Continuous metering will be
conducted for the designated time period as directed by the Client.

The flow monitoring will be accomplished by one of the following methods:

1. The use of continuous monitoring devices incorporating a velocity sensor combined with
a depth sensor, or

2, Palmer Bowlus flumes, in conjunction with continuous depth recording.

D. Flow monitoring data reduction and review will be performed on all data obtained each flow
monitoring location. The data obtained will be reduced, evaluated, and presented in report
form. One (1) copy of the completed report will be submitted to the Client. This will
include, for each location, tabular reports based on 15-minute time increments,

The tabular report will be provided and will include:

A summary of daily flow information for a selected time period. The summary presents, for
each day, the minimum flow rate, peak flow rate, total daily flow, total rain, peak hourly rain,
and peak 15-minute rainfall, if applicable. The summary also includes the total flow volume,
average daily flow, and total rainfall quantity, if applicable, for the selected time period,

Detailed flow reports of the flow rate data in 15-minute time increments will also be
prepared and submitted. The detailed report will include depth of flow, velocity of flow,
incremental flow rate, cumulative flow rate and recorded rainfall. The report will also
include the total daily flow volume and total daily rainfall quantity, if applicable.

In addition, flow hydro graphs will be prepared for each flow monitoring location, which
present a plot of the recorded flow rates for a selected time period. A bar graph of rainfall
recorded during the selected time period is also plotted on the hydrograph.

Further, periodically data will be posted to a secure password protected web site that will
allow project personnel access to flow, rainfall and groundwater recorded data. Users then
can prepare and review detailed flow reports, graphs and tables. Comparison between wet
and dry periods as well as net flows per sub system calculations may also be performed.
Online data export format capabilities included Excel, Access, and ASCII.

HIEQUALITY CONTROL PROCEDURES
.FIELD OPERATIONS-SITE SELECTION

Since the flow monitoring site can play a significant role in obtaining accurate flow monitoring
data, site selection in the field will be given a high priority. The proposed monitoring site will be
visited for the specific purpose of observing flow characteristics. Every effort will be made to
identify a monitoring site that will provide accurate data while attempting to comply with the
original location plan.

Observations such as surcharging or backing up of flows are less than ideal for monitoring and if
possible will be avoided. Manholes having more than one line entering and irregular
flow/velocity patterns will also be looked on as less than favorable.

Page Image
Board Of Aldermen - Agenda - 8/10/2021 - P38

Board Of Aldermen - Agenda - 8/10/2021 - P39

By dnadmin on Mon, 11/07/2022 - 07:10
Document Date
Fri, 08/06/2021 - 14:05
Meeting Description
Board Of Aldermen
Document Type
Agenda
Meeting Date
Tue, 08/10/2021 - 00:00
Page Number
39
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/boa_a__081020…

FLOW METER SELECTION/ANSTALLATION

Once a site has been identified the appropriate meter with any specific sensors will be installed.
The installation will consist of installing tight fitting aluminum bands with both flow depth and
velocity sensors mounted in such a way as not to obstruct flow or snag paper or other disposed
items in the flow stream.

INITIAL & SUBSEQUENT FLOW VERIFICATION

During the installation process, the meter will be operated in such a way as to instantaneously
obtain and display both depth and velocity readings. Manual depth measurements will be
obtained and compared to meter readings, any diffierences will be corrected to within 0.10
inches, Using a hand held velocity meter, readings will be obtained and compared to the metered
velocity readings and adjustments to the installed equipment will be made until a reasonable
match is obtained. During each maintenance visit, the following will be performed and noted on
site log sheets:

Actual depth of flow

Metered depth of flow

Actual flow velocity

Metered flow velocity

Flow pattern will be graphed for the previous period

Scatter plots of both depth & velocity will be reviewed

Any adjustments ( if necessary) will be noted

Battery voltage logged and if necessary, batteries will be replaced

DATA QUALITY REVIEW

Staff operating at our headquarters will review the flow data as it is received for completeness
(missing data). A more detailed review will take place at a later date when the actual Geld logs
atrive, Flow data files will then be combined with rainfall data and graphs will be prepared to
begin a more detailed review of all depth, velocity and flow data. Abnormalities such as
unexplainable depth spikes or drop outs as well as inconsistent velocity trends will be noted.
Additional comparison graphs will be prepared that will use both actual depth and velocity data
as well as predicted data. Scatter plots will also be produced to better understand specific
characteristics of the site as well as help identify isolated incorrect measurements. Adjustments
or corrections, if any, will be performed and documented.

IV. CLIENT RESPONSIBILITIES
The Client shall provide the following at no additional cost to the Subconsultant:

A. Furnish copies of the necessary plot maps of all sewers to be studied. The sewer lines and
manholes should be clearly marked and labeled with a numbered reference system.

B. Make any revisions to the sewer maps in the study area based on correction data collected
during the fieldwork.

C. Make arrangements to provide traffic control as required by local public safety authorities.

Page Image
Board Of Aldermen - Agenda - 8/10/2021 - P39

Board Of Aldermen - Agenda - 8/10/2021 - P40

By dnadmin on Mon, 11/07/2022 - 07:10
Document Date
Fri, 08/06/2021 - 14:05
Meeting Description
Board Of Aldermen
Document Type
Agenda
Meeting Date
Tue, 08/10/2021 - 00:00
Page Number
40
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/boa_a__081020…

H

Make arrangements to provide access to and exposure for entry those manholes within the
study area which are buried, covered or otherwise not readily accessible.

Provide free and legal access to all sites of work.

Assure the prompt clearance of major blockages or obstructions in the sewer system, if any,
should such clearance be required for performance of the work.

Provide the shutdown of certain pump stations, upon prior request, should it become
necessary for the satisfactory performance of the work

In the absence of any of the assurances indicated above, give Subconsultant release from.
responsibility for the performance of the affiected portions of the work under this Agreement.

Vv. MUTUAL AGREEMENTS

A.

Subconsultant shall not be held liable to the Client if delayed or prevented from performing
the work as specified herein through any cause beyond the control of Subconsultant and not
caused by his own fault or negligence, including acts of God, or the public enemy, weather
conditions; acts of government, including changes in state and/or federal requirements
governing sewer system evaluation surveys after the effictive date of this contract; fires,
floods, epidemics, strikes, jurisdictional disputes, lockouts, and. freight embargoes.
Subconsultant shall advise the Client, in writing, of any such delays,

Subconsultant is an equal opportunity employer.

Subconsultant agrees to carry (1) Comprehensive Public Liability, Property Damage,
Personal Injury and Independent Contractors ~ not less than $1,000,000 per accident. (2)
Automobile Liability, Bodily Injury, Property Damage —not less than $500,000 per person
51,000,000 per occurrence, (3) Workman’s Compensation Insurance covering any liability of
the Consultant during the course of the services performed and as described herein,

The provisions of the Agreement may be revised upon written notice by either party, and the
written acceptance of the revisions by both parties to this Agreement.

Subconsultant shall not assign, sublet, or transfer his interest in this Agreement without the
written consent of the Client.

VI. TIME OF PERFORMANCE

Subconsultant anticipates initiating fieldwork no later than SEPTEMBER 1, 2021 with all such
fieldwork to be completed JUNE 30, 2023 (to coincide with expiration of amendment#3 of
the CSO Flow monitoring contract with Nashua which is extended year to year thru
6/30/23 subject to annual budget appropriations). All data will be provided to the Client
within 30 days of completion of each field task.

This proposal is valid until December 31, 2021.

FEES
Ttem Description of Tasks Estimazed Unit Total
# Quantity Cost Cost

Page Image
Board Of Aldermen - Agenda - 8/10/2021 - P40

Board Of Aldermen - Agenda - 8/10/2021 - P41

By dnadmin on Mon, 11/07/2022 - 07:10
Document Date
Fri, 08/06/2021 - 14:05
Meeting Description
Board Of Aldermen
Document Type
Agenda
Meeting Date
Tue, 08/10/2021 - 00:00
Page Number
41
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/boa_a__081020…

1 Flow Meter Installation 4 Meters $1,000.00. $4,000.00
2 Flow Meter Operation, Maintenance, & Rental | 88 Meter $450.00 $39,600.00
(4 Meters x 22 Months= 88 Meter Months) Months
3 Flow Data Reduction & Presentation 88 Data $200.00 $17,600.00
(4 Meters x 22 Months= 88 Data Months} Months
. Total: $61,200.00

VIL. METHOD OF PAYMENT

The Method of Payment for Professional Services outlined above shall be in the form of progress
invoices to be submitted to the Client for the items above as the fieldwork is actually completed.
Such invoices are due and payable within THIRTY (30) days.

Regards,
Flow Assessment Services, LLC

(ai

Dennis Vigliotte
Managing Partner

Page Image
Board Of Aldermen - Agenda - 8/10/2021 - P41

Board Of Aldermen - Agenda - 8/10/2021 - P42

By dnadmin on Mon, 11/07/2022 - 07:10
Document Date
Fri, 08/06/2021 - 14:05
Meeting Description
Board Of Aldermen
Document Type
Agenda
Meeting Date
Tue, 08/10/2021 - 00:00
Page Number
42
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/boa_a__081020…

ACOR D DATE (MMIDDIYYYY)
CERTIFICATE OF LIABILITY INSURANCE

05/03/2021

THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS
CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES
BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED
REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER.

IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed.
If SUBROGATION iS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on
this certificate does not confer rights to the certificate holder in lieu of such endorsement(s).

PRODUCER NAME. Patricia LeBlanc
Brown & Brown of New Hampshire PHONE yy, (803) 424-9901 (Ave, No}: (886) 848-1223
309 Daniel Webster Highway EMAIL 5; pleblanc@bbnhins.com
INSURER(S) AFFOROING COVERAGE NAIC #
Merrimack NH 03054 INSURERA: The Travelers Indemnity Company of Connecticut 25682
INSURED INSURER B: [he Phoenix Insurance Company 25623
Flow Assessment Services LLC INsURERC; [tavelers Property Casualty Company of America 25674
72 Priscilla Ln. INSURER D: Admiral Insurance Company 24856
INSURER E :
Auburn NH 03032 INSURER FE:
COVERAGES CERTIFICATE NUMBER: — 2021 REVISION NUMBER:

THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM CR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS,

ADDLSUER POLICY EFF | POLICY EXP
fy TYPE OF INSURANCE INSD | W¥D POLICY NUMBER (MADDIYYYY) | (MMIDDIYYYY} LIMITS
><¢| COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE 5 1,000,060
| DAMAGE TO RENTED
| CLAIMS-MADE OCCUR PREMISES (Ea occurrence) 5 300,000
MED EXP {Any one person} § 5,000
A ¥ P.660-7R164868-TCT-21 01/01/2021 | 01/01/2022 | personaLeapvinsury | s 1,000,000
GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE s_2,000,000
<I poucy [88 [| tcc PRODUCTS -COMPIOP AGG | 2,000,000
OTHER: $
AUTOMOBILE LIABILITY FOMBINED SINGLE LIMIT $ 1,000,000
><| ANY AUTO BODILY INJURY (Per person} | $
OWNED SCHEDULED - 24-43- ;
B BUTOS ONLY AUTOS ¥ BA-7R164217-21-43-G 01/01/2021 | 04/01/2022 | BODILY INJURY (Per accident) | 5
HIRED NON-OWNED PROPERTY DAMAGE 3
Li) AUTOS ONLY AUTOS ONLY | (Per accident}
$
26] UMBRELLALIAB | ><] occur EACH OCCURRENCE 3_5.000,000
c EXCESS LIAB CLAIMS-MADE CUP-7R165472-21-43 01/01/2021 | 01/01/2022 | anorecaTe s 5,000,000
cep | ><| rerention 5 10,000 §
WORKERS COMPENSATION PER OTH.
AND EMPLOYERS’ LIABILITY YIN >< Stiure [>< Ee 7000000
Cee OIRO ONC URES TC UTIVE NIA UB-18084133 09/48/2021 | 03/48/2022 [EL EACHACCIDENT s_
(Mandatory In NF) E.L DISEASE -EA EMPLOYEE | s 1,000,000
If yes, describe under 4.000.000
DESCRIPTION OF OPERATIONS below EL. pséase-poticyuimit | ¢ 1000,
Contractors Pollut 4 Aggregate $5,000,000
onltactors FOWGON an .
BD Professianal Liability FEI-ECC-28148-00 04/01/2027 | 01/01/2022 | Each Claim $5,000,000

DESCRIPTION OF OPERATIONS | LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached If more space fs required)
The City of Nashua is listed as additional insured for ongoing and completed operations when required by written contract or agreement.

Workers Compensation 3A States: CT, DE, MA, MD, ME, NH, NJ, NY, PA, RI, VA, VT

CERTIFICATE HOLDER CANCELLATION

SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN

The City of Nashua AGGORDANCE WITH THE POLICY PROVISIONS.
229 Main Street
AUTHORIZED REPRESENTATIVE
City Hall
Nashua NH 03060 “Patucer Li Aten

© 1988-2015 ACORD CORPORATION, All rights reserved.
ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD

Page Image
Board Of Aldermen - Agenda - 8/10/2021 - P42

Board Of Aldermen - Agenda - 8/10/2021 - P43

By dnadmin on Mon, 11/07/2022 - 07:10
Document Date
Fri, 08/06/2021 - 14:05
Meeting Description
Board Of Aldermen
Document Type
Agenda
Meeting Date
Tue, 08/10/2021 - 00:00
Page Number
43
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/boa_a__081020…

City of Nashua

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

July 28, 2021
Memo #22-155

TO: Mayor Donchess
Finance Committee

SUBJECT: Construction for Phase 2 of the Pump Station Upgrade Project in the amount not to exceed
$5,335,200 funded from accounts SRF Loan/81700 Infrastructure Improvements

Please see attached communications from David Boucher, Superintendent of the Wastewater Department, dated

July 22, 2021 for project specific details related to this purchase. Below please find a summary of the purchase
approval request:

Iter: Construction to upgrade 8 of the city’s pump stations to include: new buildings at 2
locations, new packaged pump stations at 3 locations and various upgrades at 3 pump
stations and new fiber cable communications running between the pump stations and the
Wastewater Plant.

Value: $5,335,200

Vendor: DeFelice Corporation of Methuen MA

Department: 169 Wastewater

Source Fund: SRF Loan/81700 Infrastructure Improvements

Ordinance: 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.

A competitive bidding RFP for this project was issued on May 27, 2021 and the following bids were received:

Vendor Location Amount Note
DeFelice Corporation Methuen, MA | $5,335,200
Albanese D&S Inc Methuen, MA | $6,728,200

We recommend this bid to be awarded to the lowest total cost vendor who met the RFP specified requirements.

The Board of Public Works (7/22/21 BPW meeting), Division of Public Works: Wastewater, and the Purchasing
Department respectfully request your approval of this contract.

Regards,

Kelly Parkinson
Purchasing Manager

Cc: D Boucher
Cc O'Connor

Page Image
Board Of Aldermen - Agenda - 8/10/2021 - P43

Board Of Aldermen - Agenda - 8/10/2021 - P44

By dnadmin on Mon, 11/07/2022 - 07:10
Document Date
Fri, 08/06/2021 - 14:05
Meeting Description
Board Of Aldermen
Document Type
Agenda
Meeting Date
Tue, 08/10/2021 - 00:00
Page Number
44
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/boa_a__081020…

Jim Donchess

Mayor e City of Nashua
To: Board of Aldermen
From: Mayor Jim Donchess
Date: July 28, 2021
Re: Over $1M Contract Award — Construction for Phase 2 of the Pump Station Upgrade Project

Pursuant to NRO: § 5-74/B: E. Approval by the Finance Committee of a contract award in excess of
$1,000,000 shall be submitted to the full’ Board of Aldermen‘at its next regularly scheduled meeting
for final approval prior to awardof-the contract i

The Finance Committee
referenced contract a
Alderman approve ;

Item:

Thank you.

229 Main Street + PO Box 2019 * Nashua, New Hampshire 03061-2019
603.589.3260 + fax 603.594.3450 + NashuaMayor@NashuaNH.gov
www.NashuaNH.gov

Page Image
Board Of Aldermen - Agenda - 8/10/2021 - P44

Finance Committee - Agenda - 5/18/2022 - P26

By dnadmin on Sun, 11/06/2022 - 21:41
Document Date
Wed, 05/18/2022 - 00:00
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Wed, 05/18/2022 - 00:00
Page Number
26
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__051820…

SCCS

Confidential Proposal

Advanced Presentation Systems, Inc.
dba CCS Presentation Systems

132 Northeastern Blvd.

Nashua, NH 03062

8(m) EDWOSB/WOSB - Cage Code 1G7P0
Certified Small, Minority, Woman-Owned Business
(MA. NH, RI, NY)

QTY DESCRIPTION NOTES PRICE PRICE EXT
1 Extron Electronics 60-1911-01 Extron IPCP Pro 250 xi $912.50 $912.50
1 Extron Electronics 60-1324-01 SMP 351 Standard Version - 80 GB SSD $3,143.75 $3,143.75
1 Extron Electronics 60-1493-21 Extron DXP 44 HD 4K PLUS, 4x4 4K/60 HDMI wi.. $2,693.75 $2,693.75
1 Extron Electronics 60-1869-52 DTP3T 202 $650.00 $650.00
1 Extron Electronics IPL Pro $3 Extron Three Serial Port IP Link® Pro Control Pr.. $562.50 $562.50
1 Netgear GS308PP-100NAS 8PT GE UNMANAGED SWCH W/POE/POE+ $147.36 $147.36
1 Magewell 32060 USB Capture HDMI Gen 2 $373.75 $373.75
3. Middle Atlantic UTR1 Middle Atlantic 1SP Universal Mounting Rack Shelf $29.81 $89.43
2 Blackmagic Design BMD-CONVCMIC/SH03G/WPSU_ Micro Converter SDI to H... $71.96 $143.92
1 COVID Q-0101565 Aux Plate $43.05 $43.05
10 COVID MC-HD2-06 Slim Line HDMI 2.0 Cable, 6ft $19.14 $191.40
1 COVID USB3-AB-06 Covid USB 3.0 Cable, A Male to B Male, 6ft $9.58 $9.58
1 CCS Materials Installation Materials $200.00 $200.00
EQUIPMENT TOTAL $19,464.81
SHIPPING

QTY DESCRIPTION NOTES PRICE PRICE EXT
1 CCS Shipping Shipping $535.00 $535.00
SHIPPING TOTAL $535.00

LABOR & INTEGRATION
Engineering $2,112.00
Install $2,640.00
Field Engineering $480.00
Quality Assurance $480.00
Project Management $480.00
Programming $2,800.00
Training $120.00
EQUIPMENT TOTAL $19,999.81
LABOR TOTAL $9,112.00
TRAINING ROOM TOTAL $29,111.81

MA State Contract OFF50/ MHEC Contract B11 5 of 12 Version Version 3 February 28, 2022

Page Image
Finance Committee - Agenda - 5/18/2022 - P26

Board Of Aldermen - Agenda - 8/10/2021 - P45

By dnadmin on Mon, 11/07/2022 - 07:10
Document Date
Fri, 08/06/2021 - 14:05
Meeting Description
Board Of Aldermen
Document Type
Agenda
Meeting Date
Tue, 08/10/2021 - 00:00
Page Number
45
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/boa_a__081020…

To:

From:

Re:

C. Motion:

City of Nashua, Public Works Division
Board of Public Works Meeting Date: July 22, 2021

David L. Boucher, Superintendent
Wastewater Department

Pump Station Upgrades Project ~ Phase II

To approve the contract with DeFelice Corporation of Dracut, Massachusetts in an
amount not to exceed $5,335,200, for construction of the Pump Station Upgrades Phase II
Project. Funding will be through: Department: 169- Wastewater; Fund: SRF Loan;
Activity: Pump Station Upgrades Phase IZ.

Attachments: DeFelice Bid

Discussion:

The City of Nashua owns 13 pump station stations and one CSO pump station in need of
upgrades. Phase I of the this project was completed in May 2021 which included 6 of the
most critical pump stations in need of renovation. Phase II will be to upgrade the
remaining 8 pump stations. Upgrades include completely new pump station buildings at 2
locations, new packaged pump stations at 3 locations, and various upgrades at the
remaining 3 locations. The project includes new fiber cable communication from the
pump station back to the wastewater plant.

The following three bid alternates are not included in the contract: Alternate D for tying
fiber optics cable into traffic control cabinets, Alternate E for additional fiber instailation
on Amherst Street, and Alternate F for installation of fire alarm wire. All 3 bid alternates
come to $127,325, and are for work outside the scope of the pump station project.
Another funding source is needed before it can awarded.

Woodard and Curran is the design engineer on this project. The Request for Proposal
went out on May 27, 2021. The bid opening was held on June 28th and the following bids
were received:

DeFelice Corporation $5,335,200
Albanese D&S, Inc. $6,728,200

DeFelice’s base bid of $5,335,200 is nearly equal to that of the Engineer’s estimate of
$5,324,000, hence, costs are considered reasonable. They have done satisfactory work on
Phase I of the pump station project as well as numerous sewer construction projects in the
past for the City of Nashua. They are well qualified for this work. References checked
were satisfactory on comparable projects.

Page Image
Board Of Aldermen - Agenda - 8/10/2021 - P45

Board Of Aldermen - Agenda - 8/10/2021 - P46

By dnadmin on Mon, 11/07/2022 - 07:10
Document Date
Fri, 08/06/2021 - 14:05
Meeting Description
Board Of Aldermen
Document Type
Agenda
Meeting Date
Tue, 08/10/2021 - 00:00
Page Number
46
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/boa_a__081020…

BID

To the City of Nashua, New Hampshire herein called “OWNER”:

eréirafter called the “BIDDER”,
ae doing businéss as

{Co"poration, Partne'ship, Individual).

in compliance with your Advertisement fo! Bids, BIDDER hereby praposes to perform atl WORK for the construction of
Wastewater Pump Station Upgrades — Phase ll (IFB0265-062821) in strict accordance with the CONTRACT DOCUMENTS,
within the time set forth therein, and at the prices stated below.

By submission of this BID, each BIDDER certifies, and in the case of a joint BID each party thereto ce'tifies as to his own
organization, that this BID has been arrived at Independently, without consultation, communication, or ag’eement as to
any matter relating to the BID with any other BIDDER of with any competitol,

BIDDER hereby agrees to commence WORK under this cont'act on of before a date to be specified in the NOTICE TO
PROCEED and to complete the PROJECT within:

630 calendal days fo" Substantial Completion. ~
660 caiendar days for Final Completion

Liquidated damages will be in the amount of ONE THOUSAND DOLLARS {$ 1,000} for each calendar day of delay from the
date established fol Substantial Completion and ONE THOUSAND DOLLARS {$1,000} for each caledar day of delay from
the date established for Final Completion, as provided in Section 18 of the General Conditions.

BIDDER acknowledges receipt of the following ADDENDUM:

padendon L__G/N1f/Z|

no WON ot

The BIDDER shall state below what works of a similaf character to that of the proposed contract he has performed, and
provide such references as will enable the OWNER to judge his experience, skill, and business standing.

Page 5 of 17

Page Image
Board Of Aldermen - Agenda - 8/10/2021 - P46

Pagination

  • First page « First
  • Previous page ‹‹
  • …
  • Page 1559
  • Page 1560
  • Page 1561
  • Page 1562
  • Current page 1563
  • Page 1564
  • Page 1565
  • Page 1566
  • Page 1567
  • …
  • Next page ››
  • Last page Last »

Search

Meeting Date
Document Date

Footer menu

  • Contact