Skip to main content

Main navigation

  • Documents
  • Search

User account menu

  • Log in
Home
Nashua City Data

Breadcrumb

  1. Home
  2. Search

Search

Displaying 17091 - 17100 of 38765

Finance Committee - Agenda - 6/7/2017 - P227

By dnadmin on Mon, 11/07/2022 - 10:23
Document Date
Wed, 06/07/2017 - 00:00
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Wed, 06/07/2017 - 00:00
Page Number
227
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__060720…

ITEM 632.9 - OBLITERATE PAVEMENT MARKINGS
A. SCOPE

This work shall consist of removal of pavement lines and symbols at locations shown on the
plans or as ordered by the Engineer.

B. MATERIALS AND CONSTRUCTION

The Contractor shall furnish all labor, materials, equipment and transportation necessary for the
removal of retroreflective paint lines, retroreflective thermoplastic lines, and retroreflective
thermoplastic symbols in accordance with the latest approved NHDOT Standard Specifications
for Road and Bridge Construction.

Pavement marking shall be removed by grinding, sand or water blasting, or other methods
approved by the Engineer that result in minimum pavement scaring and damage to pavement
surface.

Disposal of all pavement markings shall be the responsibility of the Contractor in accordance
with all applicable federal, state, and local regulations.

C. MEASUREMENT AND PAYMENT

632.911 Obliterate Retroreflective Pavement Marking, Linear Foot
(Thermoplastic or Paint) 12” Wide & Under

632.912 Obliterate Retroreflective Pavement Marking Linear Foot
(Thermoplastic or Paint), Over 12” Wide

632.913 Obliterate Retroreflective Thermoplastic Symbol Square Foot

Payment shall be per the unit listed above. Symbols will be paid for at the square footage listed
below. No additional adjustments will be made for width:

Turn Arrow = 17SF

Straight and Turn Arrow = 28.8 SF
Straight Arrow = 12.5 SF

Only = 22.3 SF

Bike Lane Symbol = 8.1 SF

Bike Lane Strait Arrow = 6.0 SF

Contractor shall record the liner feet and square feet of retroreflective pavement markings

removed. Quantities shall be recorded on a per street basis. Payment is contingent upon submittal
of quantities in a per street format.

27

Page Image
Finance Committee - Agenda - 6/7/2017 - P227

Finance Committee - Agenda - 6/7/2017 - P228

By dnadmin on Mon, 11/07/2022 - 10:23
Document Date
Wed, 06/07/2017 - 00:00
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Wed, 06/07/2017 - 00:00
Page Number
228
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__060720…

*, THE CITY OF NASHUA “The Gate City’

Financial Services.

Purchasing Department

June 1, 2017
Memo #17-125

TO: MAYOR DONCHESS
FINANCE COMMITTEE

SUBJECT: POLYMER CHANGE ORDER #1 (VALUE: $40,370)
DEPARTMENT: 169 WASTEWATER; FUND: WASTEWATER

Please see the attached communication from Noelle Osborne, Wastewater Department Operations
Supervisor, dated June 19, 2017 for the information related to this purchase.

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 Wastewater Department Operations Supervisor, contingent upon approval at the Board of Public
Works 6/19/2017 meeting and the Purchasing Department recommend approval of this purchase in the
amount of $40,370 to Polydyne Inc. of Riceboro, GA.

Respectfully,

i BKne
_- Wan Kooken

Purchasing Manager

Cc: N Osborne L Fauteux

229 Main Street ¢ Nashua, New Hampshire 03061 © Phone (603) 589-3330 e Fax (603) 589-3233

Page Image
Finance Committee - Agenda - 6/7/2017 - P228

Finance Committee - Agenda - 6/7/2017 - P229

By dnadmin on Mon, 11/07/2022 - 10:23
Document Date
Wed, 06/07/2017 - 00:00
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Wed, 06/07/2017 - 00:00
Page Number
229
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__060720…

To:

From:

Re:

B. Motion:

Attachments:

Discussion:

City of Nashua, Public Works Division

Board of Public Works Meeting Date: June 19, 2017
Noelle Osborne, Plant Operations Supervisor

Wastewater Department

Polymer Change order #1

To approve the Change Order #1 in the amount of $40,369.87 to the purchase
order for the purchase of polymer from Polydyne of Riceboro, GA. Funding will
be through Department: 169 - Wastewater; Fund: Wastewater; Account
Classification: 61 Supplies & Materials.

Vendor quote

Polymer is used at the Wastewater Treatment Facility to coagulate the sludge used
in the presses. Periodically, the Facility has different companies come in and do
bench testing to ensure we are using the best polymer for the best price to meet
our needs. Recently we selected a new product for our gravity belt thickeners, at a
lower price point, which results in savings for the City. This product is Polydyne
C-6266.

In FY17, we set up Polydyne’s PO to provide us polymer for our Huber brand
screw presses. At this time, wed like to increase the amount of the PO to now
include the additional cost of the product for our gravity belt thickeners. With the
approval of this, we will release the same amount encumbered for the gravity belt
thickeners from the old vendor to make the funds available in the chemical

budget.

Page Image
Finance Committee - Agenda - 6/7/2017 - P229

Finance Committee - Agenda - 6/7/2017 - P230

By dnadmin on Mon, 11/07/2022 - 10:23
Document Date
Wed, 06/07/2017 - 00:00
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Wed, 06/07/2017 - 00:00
Page Number
230
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__060720…

IEiNla POLYDYNEG

www.polydyneinc.com

Emailed to: osbornen@nashuanh.gov

June 3, 2016

Ms. Noelle Osborne

City of Nashua

Sawmill Road

Nashua, NH 03060

Subject: Polymer Price Quotation

Dear Ms. Osborne:

Polydyne Inc. is pleased to offer the City of Nashua the following price quotation:

PRODUCT PRICE PACKAGE

LTL BULK — 2,000 GAL MIN.
2300 LB. TOTES

CLARIFLOC® NE-2067

CLARIFLOC® C-6266 $1.03/LB. DELIVERED

Quotation Period: Firm July 1, 2016 through June 30, 2017.
Delivery Terms: 5-10 Days A.R.O. - Bulk Deliveries
Payment Terms: Net 30 days — No Discounts

Thank you for your business.

If you have any questions, feel free to contact Alex Krantz, Technical Sales Representative, at
(856) 745-1936. To place an order, please call (800) 848-7659 or visit our website at
www.polydyneinc.com.

Sincerely,

a
ot tf ve

Cf TRAP LY
fis

Boyd Stanley
Business Director

1 Chemical Plant Road * P.O. Box 279 « Riceboro, GA 31323 USA ¢ Tel 800.848.7659 © Fax 912.880.2078

Page Image
Finance Committee - Agenda - 6/7/2017 - P230

Finance Committee - Agenda - 6/7/2017 - P231

By dnadmin on Mon, 11/07/2022 - 10:23
Document Date
Wed, 06/07/2017 - 00:00
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Wed, 06/07/2017 - 00:00
Page Number
231
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__060720…

(222, THE CITY OF NASHUA the Cate Cty

Financial Services

Purchasing Department

June 1, 2017
Memo #17-126

TO: MAYOR DONCHESS
FINANCE COMMITTEE

SUBJECT: CONTRACT FOR WASTE WATER FACILITY WATER VALVE AND YARD HYDRANT
INSTALLATIONS (VALUE: $179,925)
DEPARTMENT: 169 WASTEWATER; FUND: WASTEWATER

Please see the attached communication from Noelle Osborne, Wastewater Department Operations
Supervisor, dated May 18, 2017 for the information related to this purchase.

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 Wastewater Department Operations Supervisor, Board of Public Works (5/18/2017 meeting) and the
Purchasing Department recommend approval of this contract award in the amount of $179,925 to William
P Davis Excavation of Hampton, NH.

Respectfully
af 7 f Ve a
(Got JC
YDan Kooken
Purchasing Manager

Ce: N Osborne L Fauteux

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

Page Image
Finance Committee - Agenda - 6/7/2017 - P231

Finance Committee - Agenda - 6/7/2017 - P232

By dnadmin on Mon, 11/07/2022 - 10:23
Document Date
Wed, 06/07/2017 - 00:00
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Wed, 06/07/2017 - 00:00
Page Number
232
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__060720…

To:

From:

Re:

H. Motion:

Attachments:

Biscussion:

City of Nashua, Public Works Division

Board of Public Works Meeting Date: May 18, 2017

Noelle Osborne, Plant Operations Supervisor
Wastewater Department

Waste Water Facility Water Valve and Yard Hydrant Installations

To award the Water Valve and Yard Hydrant Installations contract in the amount of
$179,925 to William P. Davis Excavation of Hampton, NH. Funding will be through:
Department: 169 - Wastewater; Fund: Wastewater; Account Classification: 81 Capital
Improvements.

Davis Excavation Bid

There are twenty-one yard hydrants at the Nashua Wastewater Treatment Facility
(NWFT) that were installed between 1972 and 2000, with the majority of the hydrants
being at least thirty years old. Due to the age, seventeen of the hydrants are inoperable.

Yard hydrants use chlorinated effluent, referred to as “plant water,” for cleaning
equipment and tanks. This results in considerable savings for the City by not having to
use potable water from Pennichuck.

In addition to the replacement of the yard hydrants, valves need to be installed on the
plant water system so sections can be shut off while the remainder of the plant water
system remains active. Over the years, while the plant water system was being installed,
no isolation valves were included.

Bids were received from TDD Earthworks, Crisp Contracting, RWC Enterprises and
William P. Davis Excavation. Upon review of the bids, the first three bidders were
disqualified by the Purchasing Manager due to not signing the addendum and/or failure to
provide a bid bond. Davis Excavation was the only complete bid. Their initial bid was
high at $218,975 and was not deemed acceptable. Negotiations with Davis brought the
bid down to $179,925, which was more in line with the other bids received and with the
cost estimate for the project of $175,000.

Davis Excavation has recently completed the siphon cover upgrades for the City. They
performed this work satisfactorily according the plans and specs, and were within the
budget and the work schedule. They recently completed a yard hydrant upgrades project
for the Dover Wastewater Treatment plant, and the Engineer for that project confirmed
they completed the work satisfactorily, on budget and within the time allotted.

Page Image
Finance Committee - Agenda - 6/7/2017 - P232

Finance Committee - Agenda - 6/7/2017 - P233

By dnadmin on Mon, 11/07/2022 - 10:23
Document Date
Wed, 06/07/2017 - 00:00
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Wed, 06/07/2017 - 00:00
Page Number
233
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__060720…

STANDARD FORM OF AGREEMENT
BETWEEN OWNER AND CONTRACTOR

This agreement is made:

BETWEEN the OWNER: City of Nashua, New Hampshire

229 Main Street
Nashua, NH 03060-2019

And the CONTRACTOR: William Davis Excavation, LLC

and its successors, transferees and assignees
(together “CONTRACTOR?” )

PO Box 758

Hampton, NH 03843

For the following Project: IFB1094-050817

WWYTE - Water Valve and Yard Hydrant Installations

ARTICLE 1 —- THE CONTRACT DOCUMENTS

The CONTRACTOR shall complete the work described in the Contract Documents for this
project. The documents consist of:

1.

2.

ONAA RW

9.

This Agreement signed by the OWNER and CONTRACTOR, including the General
Terms and Conditions;

Exhibit B - IFB1094-050817, WWTF - Water Valve and Yard Hydrant Installations
including Addendum! issued April 28, 2017;

Exhibit C - Scope of Work;

Exhibit D - Drawings and Specifications provided in the bid documents;

Exhibit E — Bid Schedule dtd May 12, 2017;

Payment and Performance Bonds;

Certificate of Insurance;

Written change orders for minor changes in the Work issued after execution of this
Agreement; and

Fully Executed OWNER Purchase Order

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.

Page 1 of 12

Page Image
Finance Committee - Agenda - 6/7/2017 - P233

Finance Committee - Agenda - 6/7/2017 - P234

By dnadmin on Mon, 11/07/2022 - 10:23
Document Date
Wed, 06/07/2017 - 00:00
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Wed, 06/07/2017 - 00:00
Page Number
234
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__060720…

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

ARTICLE 2 — DATE OF COMMENCEMENT AND SUBSTANTIAL COMPLETION
DATE

The date of commencement shall be the date of the Notice to Proceed. Substantial Completion
shall be 145 calendar days from Notice to Proceed. Final Completion shall be 175 calendar days
from Notice to Proceed.

ARTICLE 3 — CONTRACT SUM

Subject to additions and deductions by Change Order, the OWNER shall pay CONTRACTOR,
in accordance with the Contract Documents, the Contract Sum of:

One Hundred Seventy-Nine Thousand Nine Hundred Twenty-Five Dollars
($179,925.00 )

The Contract Sum shall include all items and services necessary for the proper execution and
completion of the Work.

ARTICLE 4 —- INSURANCE AND INDEMNIFICATION

CONTRACTOR shall carry and maintain in effect during the performance of services under this
contract:
> General liability insurance in the amount of $1,000,000 per occurrence; $2,000,000

aggregate;
> Motor Vehicle Liability: $1,000,000 Combined Single Limit;

*Coverage must include all owned, non-owned and hired vehicles.

>» Workers’ Compensation Coverage in compliance with the State of NH Statutes,
$100,000/$500,000/$ 100,000.

CONTRACTOR and subcontractors at every tier will fully comply with NH RSA Chapter
281-A, “Workers’ Compensation”.

The parties agree that CONTRACTOR shall have the status of and shall perform all work under
this contract as an independent CONTRACTOR, maintaining control over all its consultants, sub
consultants, or subcontractor’s. The only contractual relationship created by this contract is
between the OWNER and CONTRACTOR, and nothing in this contract shall create any
contractual relationship between the OWNER and CONTRACTOR’s consultants, sub
consultants, or subcontractor’s. The parties also agree that CONTRACTOR is not an OWNER
employee and that there shall be no:

1. Withholding of income taxes by the OWNER:

2. Industrial insurance coverage provided by the OWNER;

3. Participation in group insurance plans which may be available to employees of the
OWNER;

Page 2 of 12

Page Image
Finance Committee - Agenda - 6/7/2017 - P234

Finance Committee - Agenda - 6/7/2017 - P235

By dnadmin on Mon, 11/07/2022 - 10:23
Document Date
Wed, 06/07/2017 - 00:00
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Wed, 06/07/2017 - 00:00
Page Number
235
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__060720…

4. Participation or contributions by either the independent CONTRACTOR or the OWNER
to the public employee’s retirement system;

5. Accumulation of vacation leave or sick leave provided by the OWNER;

6. Unemployment compensation coverage provided by the OWNER.

CONTRACTOR will provide the OWNER with certificates of insurance for coverage as listed
below and endorsements affecting coverage required by the contract within ten calendar days after
the OWNER issues the notice of award. The OWNER requires thirty days written notice of
cancellation or material change in coverage. The certificates and endorsements for each insurance
policy must be signed by a person authorized by the insurer and who is licensed by the State of
New Hampshire. General Liability and Auto Liability policies must name the OWNER as an
additional insured and reflect on the certificate of insurance. CONTRACTOR is responsible for
filing updated certificates of insurance with the OWNER's Risk Management Department during
the life of the contract.

>» All deductibles and self-insured retentions shall be fully disclosed in the certificate(s) of
insurance.

> If aggregate limits of less than $2,000,000 are imposed on bodily injury and property
damage, CONTRACTOR must maintain umbrella liability insurance of at least
$1,000,000. All aggregates must be fully disclosed on the required certificate of insurance.

> The specified insurance requirements do not relieve CONTRACTOR of its
responsibilities or limit the amount of its liability to the OWNER or other persons, and
CONTRACTOR is encouraged to purchase such additional insurance, as it deems
necessary.

> The insurance provided herein is primary, and no insurance held or owned by the OWNER
shall be called upon to contribute to a loss.

> CONTRACTOR is responsible for and required to remedy all damage or loss to any
property, including property of the OWNER, caused in whole or part by CONTRACTOR
or anyone employed, directed, or supervised by CONTRACTOR.

Regardless of any coverage provided by any insurance, CONTRACTOR agrees to indemnify
and shall defend and hold harmless the OWNER, its agents, officials, employees and
authorized representatives and their employees from and against any and all suits, causes of
action, legal or administrative proceedings, arbitrations, claims, demands, damages, liabilities,
interest, attorney’s fees, costs and expenses of any kind or nature in any manner caused,
occasioned, or contributed to in whole or in part by reason of any negligent act, omission, or
fault or willful misconduct, whether active or passive, of CONTRACTOR or of anyone acting
under its direction or control or on its behalf in connection with or incidental to the
performance of this contract. CONTRACTOR’s indemnity, defense and hold harmless
obligations, or portions thereof, shall not apply to liability caused by the sole negligence or
willful misconduct of the party indemnified or held harmless.

Page 3 of 12

Page Image
Finance Committee - Agenda - 6/7/2017 - P235

Finance Committee - Agenda - 4/6/2022 - P343

By dnadmin on Sun, 11/06/2022 - 21:44
Document Date
Fri, 04/01/2022 - 08:56
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Wed, 04/06/2022 - 00:00
Page Number
343
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__040620…

1.

2.

General Terms and Conditions

DEFINITIONS Unless otherwise required by the context, "Professional Consultant”, and its
successors, transferees and assignees (together “Professional Consultant”) includes any of the
Professional Consultant's consultants, sub consultants, contractors, and subcontractors

PROFESSIONAL CONSULTANT STATUS The parties agree that Professional Consultant shall have
the status of and shall perform all work under this contract as a Professional Consultant, maintaining
control over all its consultants, sub consultants, contractors, or subcontractors. The only contractual
relationship created by this contract is between the City of Nashua and Professional Consultant, and
nothing in this contract shall create any contractual relationship between the City of Nashua and
Professional Consultant's consultants, sub consultants, contractors, or subcontractors. The parties
also agree that Professional Consultant is not a City of Nashua employee and that there shall be no:

(1) Withholding of income taxes by the City of Nashua:

(2) Industrial insurance coverage provided by the City ofNashua;

(3) Participation in group insurance plans which may be available to employees of the
City of Nashua;

(4) Participation or contributions by cither the Professional Consultant or the City of
Nashua to the public employee’s retirementsystem;

(5) Accumulation of vacation leave or sick leave provided by the City of Nashua;

(6) Unemployment compensation coverage provided by the City of Nashua.

STANDARD OF CARE Professional Consultant shall be responsible for the professional quality,
technical accuracy, timely completion, and coordination of all work performed under this contract.
Professional Consultant warrants that all work shall be performed with the degree of professional
skill, care, diligence, and sound practices and judgment that are normally exercised by recognized
professional firms with respect to services of a similar nature. It shall be the duty of Professional
Consultant to assure at its own expense that all work is technically sound and in conformance with
all applicable federal, state, and local laws, statutes, regulations, ordinances, orders, or other
requirements. In addition to all other rights which the City of Nashua may have, Professional
Consultant shall, at its own expense and without additional compensation, re-perform work to
correct or revise any deficiencies, omissions, or errors in the work or the product of the work or
which result from Professional Consultant's failure to perform in accordance with this standard of
care. Any approval by the City of Nashua of any products or services furnished or used by
Professional Consultant shall not in any way relieve Professional Consultant of the responsibility for
professional and technical accuracy and adequacy of its work. City of Nashua review, approval, or
acceptance of, or payment for any of Professional Consultant's work under this contract shall not
operate as a waiver of any of the City of Nashua’s rights or causes of action under this contract, and
Professional Consultant shall be and remain liable in accordance with the terms of the contract and
applicable law.

Professional Consultant shall furnish competent and skilled personnel to perform the work under
this contract. The City of Nashua reserves the right to approve key personnel assigned by
Professional Consultant to perform work under this contract. Approved key personnel shall not be
taken off of the project by Professional Consultant without the prior written approval of the City of
Nashua, except in the event of termination of employment. Professional Consultant shall, if
requested to do so by the City of Nashua, provide a replacement on the job for any personnel whom
the City of Nashua determines to be incompetent, dishonest, or uncooperative.

GC 2 of 11

Page Image
Finance Committee - Agenda - 4/6/2022 - P343

Pagination

  • First page « First
  • Previous page ‹‹
  • …
  • Page 1706
  • Page 1707
  • Page 1708
  • Page 1709
  • Current page 1710
  • Page 1711
  • Page 1712
  • Page 1713
  • Page 1714
  • …
  • Next page ››
  • Last page Last »

Search

Meeting Date
Document Date

Footer menu

  • Contact