Skip to main content

Main navigation

  • Documents
  • Search

User account menu

  • Log in
Home
Nashua City Data

Breadcrumb

  1. Home
  2. Search

Search

Displaying 17781 - 17790 of 38765

Finance Committee - Agenda - 6/7/2017 - P669

By dnadmin on Mon, 11/07/2022 - 10:24
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
669
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__060720…

T. Buck Construction, Inc.

249 Merrow Rd Auburn, ME 04210
207-783-6223 * FAX 207-783-3970

PROPOSAL 24

{Proposal Submitted to:
Wright-Pierce

Street:

230 Commerce Way, Suite 302

Phone:

Fax:
Job Name

(802) 431-1422 Date 4/3/2017
(866) 783-7101

Nashua Wastewater Treatment Facility Headworks Upgrade

City, State & Zip Code:
Portsmouth, NH 03801

Job Location:

Nashua NH

Engineer:
Andy Morrill

Job Phone:

ie hereby submit specifications and estimate for:
P

rovide labor, material and equipment to perform work to relocate 4” vent in existing wall that interferes with new wall.

Material
Labor

15% O&P

GC O&P 10%
TOTAL

$ 2,039.77
$_2,400.00,
$ 4,439.77
$ 665.97
$ 5,105.74

$ 443.98
$ 5,549.71

1) T Buck will request a 2 day extension to the contract completion time if this proposal is excepted

e Propose hereby to furnish material and labor complete in accordance with above specifications, for the sum of:

FIVE THOUSAND FIVE HUNDRED & FORTY NINE DOLLARS

All material is guaranteed to be as specified. All work to be completed in a
workmanlike manner according to standard practices. Any alteration or
deviation from above specifications involving extra costs will be executed only
Upon written orders, and will become an extra charge over and above the

estimate. All agreements contigent upon strikes, accidents or delays beyond

Authorized
Signature

Mark McPheters

Note: This proposal may be withdrawn

our control, Owner to carry fire, tornado and other necessary insurance. Our by us if not accepted within 5 days.
workers are fully covered by Workman's Compensation Insurance.

Acceptance of Proposal- The above prices, specifications and

he work as specified. Payment will be made as outlined above.

Date of acceptance Signature

Page Image
Finance Committee - Agenda - 6/7/2017 - P669

Finance Committee - Agenda - 6/7/2017 - P670

By dnadmin on Mon, 11/07/2022 - 10:24
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
670
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__060720…

ARMAND E. LEMIRE CO. INC.
7 DARTMOUTH STREET
P.O. BOX 16454, HOOKSETT, NH 03106
PHONE (603) 625-5233 FAX (603) 625-5679

CHANGE ORDER #$

COMPANY T Buck Construction
ATTENTION Bruce Kenney
DATE 3/31/17

PROJECT Nashua Headworks
LOCATION Nashua NH

Hi Bruce, this change order is for repiping the Mens Rm toilet carriers,
pricing is as follows.

20’) 4” No Hub cast iron pipe @$20’
12) 4” NH couplings @$24.60 ea

1) 4” NH TY @$53

1) 4” x 2” NH TY @$35.60

2) 4” NH % bends @$34 ea

20’) 2” Copper DWV tubing @$14.21’
6) 2” Cop DWV 90’s @$49.13 ea

1) 2” Cop DWV TY @$69.21

2) 2” Cop DWV coup @$19.39 ea

3) 2” hanger assy’s @$15 ea

2) 4” hanger assy'’s @$15 ea

1) 2” Cop X 2”NH adapter w/clamps @$26

1) 3” x 12” core @$400
32) Additional labor hrs @$75 hr

Subtotal

AELCO 15% MU

Total amount of this change order is $5,105.74

$400.00
$295.20
$53.00
$35.60
$68.00
$284.20
$294.78
$69.21
$38.78
$45.00
$30.00
$26.00
$400.00

$2,400.00
$4,439.77

$665.97

MECHANICAL CONTRACTORS — COMMERCIAL, INDUSTRIAL & RESIDENTIAL

“" WBE/DBE CERTIFIED ~~

Page Image
Finance Committee - Agenda - 6/7/2017 - P670

Finance Committee - Agenda - 6/7/2017 - P671

By dnadmin on Mon, 11/07/2022 - 10:24
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
671
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__060720…

T. Buck Construction, Inc.

249 Merrow Rd Auburn, ME 04210
207-783-6223 * FAX 207-783-3970

PROPOSAL

25

Proposal Submitted to: Phone: (802) 431-1422 Date 4/26/2017
Wright-Pierce Fax: (866) 783-7101
Street: Job Name
230 Commerce Way, Suite 302 Nashua Wastewater Treatment Facility Headworks Upgrade
City, State & Zip Code: Job Location:
Portsmouth, NH 03801 Nashua NH
Engineer: Job Phone:
lands Morrill
We hereby submit specifications and estimate for:
Provide labor, material and equipment to install hot water heater feed
Electrical Sub
Labor $ 2,335.00
Material $ 227.00
$ 2,562.00
15% O&P $ 384.30
$ 2,946.30
10% GC $ 256.20
SUB TOTAL $ 3,202.50 $ 3,202.50
Iceneral Contractor
Labor $ 5,808.00
Material $ 3,576.00
$ 9,384.00
15% O&P $ 1,407.60
$ 10,791.60 $10,791.60
TOTAL $ 13,994.10

2) FRP and steel studs specified are special order 5 weeks lead time on the FRP

1) If this proposal is accepted T Buck Construction requests and additional 5 days be added to the contract time

THIRTEEN THOUSAND NINE HUNDRED & NINETY FOUR DOLLARS

e Propose hereby to furnish material and labor complete in accordance with above specifications, for the sum of:

All material is guaranteed to be as specified. All work to be completed in a
workmanlike manner according to standard practices. Any alteration or
deviation from above specifications involving extra costs will be executed only
upon written orders, and will become an extra charge over and above the
estimate. All agreements contigent upon strikes, accidents or delays beyond
jour control. Owner to carry fire, tornado and other necessary insurance. Our

workers are fully covered by Workman's Compensation Insurance.

Authorized
Signature

Bruce Kenney

Note: This proposal may be withdrawn

by us if not accepted within

5 days.

Acceptance of Proposal- The above prices, specifications and
the work as specified. Payment will be made as outlined above.
I ate of acceptance

Signature

Page Image
Finance Committee - Agenda - 6/7/2017 - P671

Finance Committee - Agenda - 6/7/2017 - P672

By dnadmin on Mon, 11/07/2022 - 10:24
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
672
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__060720…

MAIN OFFICE BRANCH OFFICE
397 Whittier Highway $30B American Legion Hwy

plectecal as, Incl cos zs428 sesaeas00
“ $e e 4 fac 7 7
tend ] Installations, Inc. FAX 603-253-6284 FAX 508-636-8650
' Engineering Canstruction Contra! Syctams
satin oo Shiwtiowbery NB VT License EM-2667 ME License 7905 NHLicense 46C MA License 221MR

Potential Change Order Request

1613 — Nashua, NH for T Buck - WWTF Headworks PCO Subject: Relocate Conduit and wire for
Upgrade - Elect-Controls screen relocation
To Bruce Kenny PCO Number: 1613-007
T. Buck Construction, Inc. PCO Revision Number: 0
302B Auburn Road PCO Date: 4/17/2017
Turner, Maine 04282 Work Type: Price / Proceed
207-783-6223
207-783-3970 (FAX) Valid for 5 Days.
Return To Chuck Fritz

Electrical Installations, Inc.
245 Charlotte Street
Manchester, NH 03103
603-520-0513

935-7862 (FAX)

chuck. fritz@eii-hq.com

Comments / Time Extension Request
will require up to three holes cored by others

Details
Line Cost Qty
No Code Description Type / Rate /Hrs| Workers Ext
0—Electrical Field 12.00
001 eeincal ie — | Electrician Labor $95.00 2.00 | $2,280.00
Labor Onsite Hrs
2-| ti Engi 0.00
002 pence Labor $110.00 0.00} $0.00
Field Labor Onsite | Programmer Hrs
0.00
003 5—Panel Shop Panel Shop Labor $65.00 es 0.00 $0.00
4—Submittals/O&M's . 1.00
004 /Clerical/Office Clerical Labor $55.00 fie 1.00 $55.00
005 EMT Conduit 3/4" | Material $0.72 100.00 - $72.00

Page Image
Finance Committee - Agenda - 6/7/2017 - P672

Finance Committee - Agenda - 6/7/2017 - P673

By dnadmin on Mon, 11/07/2022 - 10:24
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
673
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__060720…

Reservation of Rights

Cost Qty

Line No; Code Description Type / Rate /Hrs| Workers Ext
EMT 3/4" Part:

006 a's | Material $75.00 1.00 -| $75.00
and Hardware

007 Wire Material $80.00 1.00 - $80.00

008 Subcontractor Subcontractor $0.00 0.00 - $0.00

Breakout

Labor : $2,335.00

Gross Margin Percent @ 15%: $350.25

Material : $227.00

Gross Margin Percent @ 15%: $34.05

Total: $2,946.30

This COR does not include any amount for impacts such as interference, disruptions, rescheduling, changes in the
sequence of work, delays and/or associated acceleration. We expressly reserve the right to submit our request for

any of these items.

Signed By:

Dated: 4/17/2017

Page Image
Finance Committee - Agenda - 6/7/2017 - P673

Finance Committee - Agenda - 6/7/2017 - P674

By dnadmin on Mon, 11/07/2022 - 10:24
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
674
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 #17-130

TO: MAYOR DONCHESS
FINANCE COMMITTEE

SUBJECT: CONTRACT EXTENSION FOR SINGLE STREAM RECYCLING (VALUE: $249,925)
DEPARTMENT: 168 SOLID WASTE; FUND: SOLID WASTE

Please see the attached communication from Jeff Lafleur, Solid Waste Department Superintendent, dated
April 20, 2017 for the information related to this contract extension.

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 Solid Waste Department Superintendent, Board of Public Works (4/20/2017 meeting) and the
Purchasing Department recommend approval of this contract extension in the amount of $249,925 to
Casella Recycling LLC of Charlestown, MA.

Respectfully
Yi ZB
(LY .
(A u fc.
Dan Kooken
Purchasing Manager

Ce: J Lafleur L Fauteux

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

Page Image
Finance Committee - Agenda - 6/7/2017 - P674

Finance Committee - Agenda - 6/7/2017 - P675

By dnadmin on Mon, 11/07/2022 - 10:24
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
675
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__060720…

To:
From:
Re:

A. Motion:

Attachments:

Discussion:

City of Nashua, Public Works Division
Board of Public Works Meeting Date: April 20, 2017
Jeff Lafleur, Superintendent of Solid Waste
Contract Extension for Single Stream Recycling Contract

To approve a one year extension, July 1, 2017 through June 30, 2018, of the
current contract for the transportation and processing of the City’s with single
stream recyclables with to Casella Recycling LLC of Charlestown, MA in the
amount of $249,925.00. This extension will be pending approval of the FY18
operating budget. Funding through Department 168 Solid Waste; Fund: Solid
Waste; Account Classification: 55 Other Contracted Services.

Casella LLC cost proposal for July 1, 2017 through June 30, 2018

This contract extension will continue to provide transportation and processing of
single stream recyclables. The vendor has agreed to hold the current contracted
rate through June 30, 2018.

Casella’s processing cost of $35/ton is a ceiling price which will be reduced if the
recycling markets improve. Casella had submitted a formula, for the FY2017
contract, that would reduce the processing cost through a revenue share. Casella
has agreed to continue with the same processing cost reduction formula for
revenue sharing for FY2018.

Page Image
Finance Committee - Agenda - 6/7/2017 - P675

Finance Committee - Agenda - 12/26/2017 - P100

By dnadmin on Mon, 11/07/2022 - 10:17
Document Date
Tue, 12/26/2017 - 00:00
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Tue, 12/26/2017 - 00:00
Page Number
100
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__122620…

ATTACHMENT A- EMPLOYMENT AND MATERIALS
PREFERENCE FOR APPALACHIAN DEVELOPMENT
HIGHWAY SYSTEM OR APPALACHIAN LOCAL ACCESS
ROAD CONTRACTS

This provision is applicable to all Federal-aid projects funded
under the Appalachian Regional Development Act of 1965.

1, During the performance of this contract, the contractor
undertaking to do work which is, or reasonably may be, done
as on-sile work, shall give preference to qualified persons who
regularly reside in the labor area as designated by the DOL
wherein the contract work is situated, or the subregion, or the
Appalachian counties of the State wherein the contrac! work Is
situated, except:

a. To the extent that qualified persons regulary residing in
{he area are not available.

b. For the reasonable needs of the contractor to employ
supervisory or specially experienced personne! necessary to
assure an efficient execution of the contract work.

c. For the obligation of the contractor to offer employment to
present or former employees as the result of a lawful collective
bargaining contract, provided that the number of nonresident
persons employed under this subparagraph (1c) shalt not
exceed 20 percent of the total number of employees employed
by the contractor on the contract work, except as provided in
subparagraph (4) below

2. The contractor shail place a job order with the State
Employment Service indicating (a) the classifications of the
laborers, mechanics and other employees required to perform
the contract work, (b) the number of employees required in
each classification, (c) the date on which the participant
estimates such employees will be required, and (d) any other
pertinent information required by the State Employment
Service to complete the job order form. The job order may be
placed with the State Employment Service in writing or by
telephone. if during the course of the contract work, the
information submitted by the contractor in the original job order
ts substantially modified, the participant shall promptly notify
the State Employment Service.

3. The contractor shall give full consideration to all qualified
jeb applicants referred to him by the State Employment
Service. The contractor is not required to grant employment to
any job applicants who, in his opinion, are not qualified to
perform the classification of work required.

4. If, within one week following the placing of a job order by
the contractor with the State Employment Service, the State
Empioyment Service is unable to refer any qualified job
applicants to the contractor, or less than the number
requested, the State Employment Service will forward a
certificate to the contractor Indicating the unavailability of
applicants. Such certificate shall be made a part of the
contractor's permanent project records. Upon receipt of this
certificate, the contractor may employ persons who do not
normally reside in the labor area to fill positions covered by the
certificate, notwithstanding the provisions of subparagraph (1c)
above

5 The provisions of 23 CFR 633.207(e) allow the
contracting agency to provide a contractual preference for the
use of mineral resource materials native to the Appalachian
region.

V2

6 The contractor shall include the provis-ons of Sections 1
through 4 of this Attachment A in every subcontract for work
which is, or reasonably may be, done as on-site work

Page Image
Finance Committee - Agenda - 12/26/2017 - P100

Finance Committee - Agenda - 12/26/2017 - P101

By dnadmin on Mon, 11/07/2022 - 10:17
Document Date
Tue, 12/26/2017 - 00:00
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Tue, 12/26/2017 - 00:00
Page Number
101
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__122620…

Approved by OMB No 0348-0046

DISCLOSURE OF LOBBYING ACTIVITIES

Complete this form to disclose lobbying activities pursuant to 31 U.S.C 1352
(See Reverse for public burden disciosure }

1. Type of Federal Action:

a contract [| a, bid/offer/application
b grant b. initial award

€ cooperative agreement c. post-award

qd loan

€ loan guarantee
f oan insurance

2. Status of Federal Action:

3. Report Type:
[| a. initial filing
b. material change
For Material Change Only:

year quarter
date of last report

4. Name and Address of Reporting Entity:

[| Prime

Subawardee

Tier , if knowa

Congressional District, /f known:

§. If Reporting Entity in No. 4 is a Subawardee, Enter Name
and Address of Prime:

Congressional District, if known:

6. Federal Department/Agency:

7. Federal Program Name/Description:

CFDA Number, if appticabie:

8. Federal Action Number, /f known:

9. Award Amount, /f known:

3

10. a. Name and Address of Lobbying Registrant
(# individual, last name, first name, Mi):

b. Individuals Performing Services (including address if
different from No, 10a)
(last name, first name, MI):

11, Information requested through this form is authorized by title 31 U.S.C.
section 1352 This disclosure of lobbying activities is a material
representation of fact upon which reliance was placed by the tier above
when this transaction was made or entered into. This disclosure is

required pursuant to 34 U.S.C. 1352. This information will be reported to

the Congress semi-annually and will be available for public inspection.
Any person who fails to file the required disclosure shail be subject to a
civil penaity of nol less (hai $10,000 and not more than $100,000 for
each such failure.

Signature:

Print Name

Title:

Telephone No.. Date.

Federal Use Only:

Authorized for Local Reproduction
Standard Form LLL (Rev 7-97)

Page Image
Finance Committee - Agenda - 12/26/2017 - P101

Finance Committee - Agenda - 4/6/2022 - P180

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
180
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__040620…

IN WITNESS WHEREOF, OWNER and CONTRACTOR have signed this Agreement in triplicate. One
counterpart each has been delivered to OWNER, CONTRACTOR and ENGINEER. All portions of the
Contract Documents have been signed, initialed or identified by OWNER and CONTRACTOR or identified
by ENGINEER on their behalf.

CITY OF NASHUA — OWNER

James W. Donchess, Mayor City of Nashua

Date:

CONTRACTOR:
By:

(Authorized Representative)

Print Name:

Date:

AG -7 of7

Page Image
Finance Committee - Agenda - 4/6/2022 - P180

Pagination

  • First page « First
  • Previous page ‹‹
  • …
  • Page 1775
  • Page 1776
  • Page 1777
  • Page 1778
  • Current page 1779
  • Page 1780
  • Page 1781
  • Page 1782
  • Page 1783
  • …
  • Next page ››
  • Last page Last »

Search

Meeting Date
Document Date

Footer menu

  • Contact