Skip to main content

Main navigation

  • Documents
  • Search

User account menu

  • Log in
Home
Nashua City Data

Breadcrumb

  1. Home
  2. Search

Search

Displaying 17121 - 17130 of 38765

Finance Committee - Agenda - 6/7/2017 - P255

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
255
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__060720…

>

>

must be completed again. Any movement, repositioning, loosening and/or retightening
must be retested before the pipe is tapped.

Only a qualified contractor (or subcontractor) with previous experience in the installation
of an insertion valve will be allowed to perform this work. A resume of the contractor to
perform this installation must be submitted and sent to the City for approval prior to start
of work.

All valve should open left and close night.

Valve Boxes

Valve boxes shall be cast iron, two piece, sliding type with a top flange and minimum
inside diameter of 5-inches.

The bottom section shall be 36-inches long a bellied (buffalo) base and the top section
shall be 26” long designed to slide over the base. The overlap should be a minimum of
12-inches. The cover shall be a heavy 2-inch drop type cast/ductile iron unit that is
recessed inside the valve box. The cover shall have 2 pick holes with the word

“WATER” on the top of it.
Valve boxes should be installed with the bellied base resting on concrete blocks with no
load transferred to the gate or shut off valve.

Yard Hydrants, Gate Valves and Associated Fittings
The yard hydrants shall be #2 Post, 5’-6” bury, 3” MJ inlet, duel outlet nozzles1-1/2”,

NTS, ductile iron riser with cast iron top, galvanized steel operating rod, self-draining,
nonfreezing.

The gate valves shall be 3” RW gate valve MJ, open left, C509 Mueller or equal.
Fitting are to be 3” EBBA DI Megalug and 3” MJ Gasket & Bolt Pack.

Pressure and Leak Testing

Additional pressure testing methods is not required for this project. The existing plant
water pressure (125 PSI) is sufficient to test the pressure in the new installations.

Leak testing shall be done by visual observation methods. No installation shall be
backfilled without prior observation from a City representative to verify that there is no
leaking occurring after completion of the installation.

Sidewalk and Pavement Repairs

The contractor shall follow the City specs on sidewalk replacement. These specs can be
found on the City web site: http://nh-nashua.civicplus.com/387/Enginecring-Department.
At the bottom of this page is a PDF of the spec.

The contractor shall follow the City specs on pavement repair in the web site shown
under item A. In general, the pavement should match the thickness of the existing
pavement.

Page Image
Finance Committee - Agenda - 6/7/2017 - P255

Finance Committee - Agenda - 4/6/2022 - P345

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
345
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__040620…

for Professional Consultant's question or position. The City of Nashua representative shall render a
decision within 15 calendar days. The City of Nashua's decision on the matter is final. Any work
affected by a conflict, error, omission, or discrepancy which has been performed by Professional
Consultant prior to having received the City of Nashua's resolution shall be at Professional
Consultant's risk and expense. At all times, Professional Consultant shall carry on the work under
this contract and maintain and complete work in accordance with the requirements of the contract
or determination of the City of Nashua. Professional Consultant is responsible for requesting
clarification or interpretation and is solely liable for any cost or expense arising from its failure to
do so.

TERMINATION OF CONTRACT

A. TERMINATION, ABANDONMENT, OR SUSPENSION AT WILL. The City of Nashua, in its sole
discretion, shall have the right to terminate, abandon, or suspend all or part of the project and
contract at will. If the City of Nashua chooses to terminate, abandon, or suspend all or part of the
project, it shall provide Professional Consultant 10 day’s written notice of its intent to do so.

If all or part of the project is suspended for more than 90 days, the suspension shall be treated as a
termination at will of all or part of the project and contract.

Upon receipt of notice of termination, abandonment, or suspension at will, Professional Consultant
shall:

1. Immediately discontinue work on the date and to the extent specified in the notice.

2. Place no further orders or subcontracts for materials, services, or facilities, other than as
may be necessary or required for completion of such portion of work under the contract
that is not terminated.

3. Immediately make every reasonable effort to obtain cancellation upon terms satisfactory
to the City of Nashua of all orders or subcontracts to the extent they relate to the
performance of work terminated, abandoned, or suspended under the notice, assign to
the City of Nashua any orders or subcontracts specified in the notice, and revoke
agreements specified in the notice.

4. Not resume work after the effective date of a notice of suspension until receipt of a
written notice from the City of Nashua to resume performance.

In the event of a termination, abandonment, or suspension at will, Professional Consultant shall
receive all amounts due and not previously paid to Professional Consultant for work satisfactorily
completed in accordance with the contract prior to the date of the notice and compensation for work
thereafter completed as specified in the notice. No amount shall be allowed or paid for anticipated
profit on unperformed services or other unperformed work.

B. TERMINATION FOR CAUSE This agreement may be terminated by the City of Nashua on 10
calendar day’s written notice to Professional Consultant in the event of a failure by Professional
Consultant to adhere to any or all the terms and conditions of the contract or for failure to
satisfactorily, in the sole opinion of the City of Nashua, to complete or make sufficient progress on
the work in a timely and professional manner. Professional Consultant shall be given an opportunity
for consultation with the City of Nashua prior to the effective date of the termination. Professional
Consultant may terminate the contract on 10 calendar days written notice if, through no fault of
Professional Consultant, the City of Nashua fails to pay Professional Consultant for 45 days after
the date of approval by the City of Nashua of any Application for Payment.

Upon receipt of notice of termination for cause, Professional Consultant shall:

1. Immediately discontinue work on the date and to the extent specified in the notice.
2. Provide the City of Nashua with a list of all unperformedservices.

GC 4 of 11

Page Image
Finance Committee - Agenda - 4/6/2022 - P345

Finance Committee - Agenda - 6/7/2017 - P256

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
256
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__060720…

D> x

Construction Sequencing and Methods

The contractor shall follow standard water main installation procedures and methods.
The contractor shall not shut down the plant water system at any time. The plant water is
used for process control, seal water and cooling of a gas generator. Only the City may
shut down the plant water provided adequate means are in place for continuing the
processes that need plant water.

The majority of the work specified can be accomplished without shutting down the plant
water system after the isolation valves are installed. It may be necessary to use pipe
freezing methods for some valves should the City determine that the isolation valve
cannot be shut off for reasons stated above.

The contractors should schedule pipe freezing techniques, if required,

Warranty

A standard one-year warranty shall be in effect. Should any leak occur during the one-
year period it shall be fixed immediately since plant water is being used. Immediately
means with 4-6 hours of when the leak occurs.

The one-year warranty period shall begin upon substantial completion. Substantial
completion means all valves, yard hydrants and gate valves have been installed and
pressurized to verify there are no leaks.

Should the contractor be unable to make the repair in a timely manner, the City reserves
the right to hire a contractor or Pennichuck Water Works emergency repair crew to
complete the repair. The contractor will pay for the costs of such a repair should it
happen within the one-year warranty period.

Should any trench settling occur the contractor will come back near the end of the one-
year warranty period and fill/recompact the trench unless specified otherwise by the City.
If the settling occurs in paved areas the contractor shall refill/recompact in a timely
manner depending on the severity of the settling.

Page Image
Finance Committee - Agenda - 6/7/2017 - P256

Finance Committee - Agenda - 6/7/2017 - P257

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
257
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__060720…
Page Image
Finance Committee - Agenda - 6/7/2017 - P257

Finance Committee - Agenda - 6/7/2017 - P258

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
258
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__060720…

CITY OF NASHUA NEW HAMPSHIRE
CITY ENGINEER'S OFFICE

9 RIVERSIDE STREET
NASHUA, NEW HAMPSHIRE 03062

(

} aera =,
q -
i Po ~
! f \
i SECONDARY CONDARY
| i CLARIFIER | SCUMIPER
[ '
i | ECHL OR - NO. 2 NO. 3
i mall pata :
| |HYPOCHLOR:T po + HYDRANTS & VALVES TO BE
pe contag 9 ; REPLACE ARE NUMBERED 1-21
FL | e
i
i j i | 7 EW 5 VALVE at 7
it
i VERY POE
do 4 i Cee ee a I coral van - Tank DRAM
: HE, 7 Je ~ Sy Owe aarti
| \ | \ FS

Wie
, a
1 + 8
4 8
4 é
\4 i?
\ Bo
\
\ :
\ ee
\ a :
~ t c P tl GASH | i LI EXISTING WATER LINE
RS am i zy sue i i | i a
\ y 7 oR Wie _ DEWATERING fronncd | i iE { i ~— Oo 3 wasnne HyoRANT
7 ! 108% CONTROL, + TANKS | i dd j i } ft | i By EXISTING VALVE
i i eae na \ A i i i i ; | ER swe PROPOSED WATER LINE
| sr MAINT, | ; ‘ + | gens WZ PROPOSED HYDRANT
g| t » BOG | \ ‘ | ; | %
2 i L A evenen : } | | PROPOSED VALVE
= r 7“ t 7 t a
I
f f
f é
i
i
a
NASHUA, NEW HAMPSHKRE =

PLAN OF
WASTEWATER TREATMENT FACILITY
PLANT WATER SYSTEM
PROPOSED WORK

Page Image
Finance Committee - Agenda - 6/7/2017 - P258

Finance Committee - Agenda - 6/7/2017 - P259

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
259
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__060720…

City of Nashua, New Hampshire
Division of Public Works

1FB1094-050817

Water Valve and Yard Hydrant

WATER VALVE and YARD HYDRANT INSTALLA THON

BID SCHEDULE

liem

Installation

EXHIBIT E

No. Quantity Units ltem Description Unit Price Total Price

| 21 nA Instull Yard Ulydrains and Apputenances $2,855.00 $59,955.00
™4 EA Install Yard Hydranis Valves Boxes and Misc
Fittings’Piping $1,280.00 $26,880.00

A 1 ALLOWANCE Pips Freezmy S200 0 $2, 000,00
4 z LA Install Sernch valve ane bow $2,705.00 $5,410.00
4 3 LA Tnstall G-ineh valve (live tup) and box $8,560.00 $25,680.00
ty 1 EA Install (O-inch valve Give tip) and box $14,455.00 $14,455.00
7 i BA Install 12-inch valve (live tap) and box $17,745.00 $17,745.00
8 2RO SP Canercty Sidewalk Replacement $12.50 $3,500.00
9 ROU SF Asphalt Replacement $7.25 $5,800.00
Ww 5 LA ‘Lest pit to verily existing pipe size $0.00 $0.00
VY ? BA Remove existing 2" Valves & Install 2" Ball Valve $250.00 $500.00

TOTAL BID PRICE FIGURES

BS -tof3

$179,925.00

emi romnexind

Page Image
Finance Committee - Agenda - 6/7/2017 - P259

Finance Committee - Agenda - 6/7/2017 - P260

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
260
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__060720…

TOTAL BID PRICE WORDS - BASE BID

One Hundred Seventy Nine

Thousand Nine Hundred

Twenty Five
¥ Dallars and

Zero A cnts

BS-2o0f3

IFB1094-050847
Water Valve and Yard Hydrant
installation

Page Image
Finance Committee - Agenda - 6/7/2017 - P260

Finance Committee - Agenda - 6/7/2017 - P261

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
261
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__060720…

William P Davis Excavation LLC

¢ aA | tee PAD ACs 1h

05/12/2017
_PO Box 758 - Hampton, NH 03843
603.944.5844

Will@WPDavisExcavation.com

IF B1G94-B50877

Water Valve and Yard Hydrant
installation

Page Image
Finance Committee - Agenda - 6/7/2017 - P261

Finance Committee - Agenda - 6/7/2017 - P262

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
262
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__060720…

=) THE CITY OF NASHUA “The Gate City’

Financtal Services

Purchasing Department

June 1, 2017
Memo #17-127

TO: MAYOR DONCHESS
FINANCE COMMITTEE

SUBJECT: CONTRACT FOR WASTE WATER FACILITY HVAC UPGRADES (VALUE: $566,717)
DEPARTMENT: 169 WASTEWATER; FUND: WASTEWATER
ACTIVITY: AC & AIR HANDLING

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 $566,717 to
Monadnock Building Company of Jaffrey, NH.

Respecttull

GME

“ f Dan Kooken
Purchasing Manager

Cc: N Osborne L Fauteux

1229 Main Street * Nashua, New Hampshire 03061 « Phone (603) 589-3330 e Fax (603) 589-3233 |

Page Image
Finance Committee - Agenda - 6/7/2017 - P262

Finance Committee - Agenda - 6/7/2017 - P263

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
263
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__060720…

To:

From:

Re:

F. Motion:

Attachments:

Discussion:

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 HVAC Upgrades

To award the HVAC Upgrades contract in the amount of $896,956 to Monadnock
Building Company of Jaffrey, NH. Funding will be through: Department: 169 -
Wastewater; Fund: Wastewater; Activity: AC & Air Handling.

Monadnock Building Company Cost Proposals

The HVAC system at the Nashua Wastewater Treatment Facility was installed between
1972 and 1988. These are the original units and are in need of replacement due to age
and functionality. Some of the units are not working causing the plant to supplement heat
in the winter with electric heaters. These systems have exceeded their useful life.

The project was originally sent out to bid; however, due to the large amount of work in
the state, combined with the low number of qualified vendors, only 2 bids were received.
The low (base) bid was for $1,055,000, which was much higher than the consultant,
Wright Pierce, had estimated. After careful consideration, it was the recommendation of
the consultant that we reject both bids and negotiate costs directly with a separate vendor,
Monadnock Builders. Monadnock had expressed a great deal of interest in the project,
but in the end found themselves unable to bid due to the bond requirements.

By negotiating directly with Monadnock Builders the City can structure a contract with
them that will allow them to meet their bonding requirements, while the City receives a
more affordable project.

At the City’s request, Monadnock broke their costs into 4 proposals to allow for easier
tracking and payment of completed work.

Proposal 1 - RTU 1 & 2 $566,717
Proposal 2 — Girt Building modifications $73,718
Proposal 3 -RTU 2, SAHUI, split system for electric room $100,725

Proposal 4 — Boiler room, Control Bldg Offices, ceiling modif’s $155,796
Total: $896,956

References of Monadnock Builders were checked and found to be favorable for this
project.

Page Image
Finance Committee - Agenda - 6/7/2017 - P263

Pagination

  • First page « First
  • Previous page ‹‹
  • …
  • Page 1709
  • Page 1710
  • Page 1711
  • Page 1712
  • Current page 1713
  • Page 1714
  • Page 1715
  • Page 1716
  • Page 1717
  • …
  • Next page ››
  • Last page Last »

Search

Meeting Date
Document Date

Footer menu

  • Contact