Skip to main content

Main navigation

  • Documents
  • Search

User account menu

  • Log in
Home
Nashua City Data

Breadcrumb

  1. Home
  2. Search

Search

Displaying 18131 - 18140 of 38765

Finance Committee - Agenda - 2/15/2017 - P3

By dnadmin on Mon, 11/07/2022 - 10:28
Document Date
Wed, 02/15/2017 - 00:00
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Wed, 02/15/2017 - 00:00
Page Number
3
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__021520…

° Community Development
City of Nashua Planning and Zoning
. nose Building Safety
Community Development Division Code Enforcement
City Hall, 229 Main Street, PO Box 2019 Cee ee grains mission
Nashua, New Hampshire 03061-2019 Transportation
www.nashuanh.gov FAX

589-3095
589-3090
589-3080
589-3100
589-3085
589-3105
880-0100
589-3119

Date: February 1°, 2017

To: John Griffin, CFO; Daniel Kooken, Purchasing Manager

From: Madeleine Mineau, Waterways Manager

Re: Contract for Downtown Waterfront Plan: Design, Planning, and Public Outreach Services

The Nashua River flows through the heart of downtown Nashua and the City wants to create a
waterfront plan to design and recommend improvements, amenities, and green space to fully
capitalize on this important resource. The plan will aim to enhance the quality of life for the
community and maximize economic and environmental value of the downtown riverfront area.

The downtown waterfront plan will articulate and illustrate the community’s vision of the
riverfront for the next 10 to 20 years. The plan will identify and prioritize a list improvement
projects for the downtown waterfront and develop cost estimates to implement these projects. It
is anticipated that this project will take 4 months including an extensive public participation
component and producing the plan.

On November 23” 2016, we issued RFP0265-011317 for Design, Planning, and Public Outreach
Services for the development of a Downtown Waterfront Plan. We received 15 proposals, of
those 5 were considered not acceptable because they did not include the acknowledgment of RFP
addendum. The 10 complete proposals that we received were the following:

Name of Firm Location of Firm__| Proposed cost
Harriman Portsmouth, NH $49,635
CEC Inc. Pittsburgh, PA $50,000
Pathways Consulting, LLC Lebanon, NH $49,780
Klopfer Martin Design Group Boston, MA $42,500
Halvorson Design Partnership Boston, MA $49,000
Utile Design Inc Boston, MA $50,000
TF Moran Bedford, NH $42,500
WRT Philadelphia, PA $50,000
Ironwood Design Group Newmarket, NH $49,750
Beta Group Inc. Manchester, NH $44,900

These proposals were evaluated and ranked by a team consisting of: Sarah Marchant, CDD
Director; Tim Cummings, Economic Development Director; James Vayo, Downtown Specialist;
and Madeleine Mineau, Waterways Manager. The criteria for evaluation of each proposal were:
1. Qualifications and experience of the project team, 2. Past performance and service on similar
projects, 3. Proposed approach to the scope of work, and 4. Cost Proposal.

Based on their experience and expertise, past performance on similar projects, as well as
competitive cost proposal, the team unanimously selected Halvorson Design Partnership. The

Page Image
Finance Committee - Agenda - 2/15/2017 - P3

Finance Committee - Agenda - 2/15/2017 - P4

By dnadmin on Mon, 11/07/2022 - 10:28
Document Date
Wed, 02/15/2017 - 00:00
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Wed, 02/15/2017 - 00:00
Page Number
4
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__021520…

evaluation team was particularly pleased with the examples of past similar projects completed by
this firm as well as the detailed approach and scope of work presented in their proposal.

The Waterways Department recommends Halvorson Design Partnership as the vendor to
provide design, planning, and public outreach consulting services with a fee of $49,000 for a

downtown waterfront plan.

Ce J Graziano

Page Image
Finance Committee - Agenda - 2/15/2017 - P4

Finance Committee - Agenda - 2/15/2017 - P5

By dnadmin on Mon, 11/07/2022 - 10:28
Document Date
Wed, 02/15/2017 - 00:00
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Wed, 02/15/2017 - 00:00
Page Number
5
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__021520…

CONTRACT FOR INDEPENDENT CONTRACTOR

NASHUA DOWNTOWN WATERFRONT CONCEPTUAL PLAN: DESIGN, PLANNING, AND PUBLIC
OUTREACH SERVICES

A CONTRACT BETWEEN

THE CITY OF NASHUA, 229 MAIN STREET, NASHUA, NH 03061-2019
AND

HALVORSON DESIGN PARTNERSHIP, INC., 25 KINGSTON STREET, 5™ FLOOR, BOSTON MA 02111
and its successors, transferees and assignees (together “Independent Contractor”)

WHEREAS, the City of Nashua, a political subdivision of the State of New Hampshire, from time
to time requires the services of a Independent Contractor ; and

WHEREAS, it is deemed that the services of a Independent Contractor herein specified are both
necessary and desirable and in the best interests of the City of Nashua; and

WHEREAS, Independent Contractor represents they are duly qualified, equipped, staffed, ready,
willing and able to perform and render the services hereinafter described:

Now, THEREFORE, in consideration of the agreements herein made, the parties mutually agree as
follows:

1, DOCUMENTS INCORPORATED. The following exhibits are by this reference incorporated herein and
are made part of this contract:

Exhibit A--Genera] Conditions for Contracts
Exhibit B--Scope of Services, Contract Time, Fee Schedule

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.

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

the Proposal.

2. WORK TO BE PERFORMED Except as otherwise provided in this contract, Independent Contractor
shall furnish all services, equipment, and materials and shall perform all operations necessary and
required to carry out and perform in accordance with the terms and conditions of the contract the work

described.

Page Image
Finance Committee - Agenda - 2/15/2017 - P5

Finance Committee - Agenda - 2/15/2017 - P6

By dnadmin on Mon, 11/07/2022 - 10:28
Document Date
Wed, 02/15/2017 - 00:00
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Wed, 02/15/2017 - 00:00
Page Number
6
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__021520…

3. PERIOD OF PERFORMANCE. Independent Contractor shall perform and complete all work within the
time periods set forth and may only be altered by the parties by a written agreement to extend the period
of performance or by termination in accordance with the terms of the contract. Independent Contractor
shall begin performance upon receipt of an Executed Contract and a valid Purchase Order issued from the

City of Nashua.

4. COMPENSATION. Independent Contractor agrees to perform the work for a total cost not to exceed
Forty-nine thousand Dollars ($ 49,000.00)

which, unless otherwise provided in this contract, shall be paid in accordance with the provisions of
Exhibit B or unless Independent Contractor has received a written exemption from the City of Nashua.
Independent Contractor shall submit monthly requests for payment for services performed under this
agreement directly to

City of Nashua

Attn: Accounts Payable
PO Box 2019

Nashua, NH 03061-2019

To facilitate the proper and timely payment of applications, the City of Nashua requires that all
invoices contain a valid PURCHASE ORDER NUMBER.

Requests for payment shall be submitted no later than fifleen (15) days afier the end of each month and
must include a detailed summary of the expenditures reported in a form that supports the approved
budget. Specifically, Independent Contractor agrees to provide the following with each request for
payment:

1. Appropriate invoice forms. The forms shall include the project purchase order number, a
listing of personnel hours and billing rates, and other expenditures for which payment is sought.

2. A progress report. The report shall include, for each monthly reporting period, a description
of the work accomplished, problems experienced, upcoming work, any extra work carried out,
and a schedule showing actual expenditures billed for the period, cumulative total expenditures
billed and paid to date under the contract, and a comparison of cumulative total expenditures
billed and paid to the approved budget.

The City of Nashua will pay for work satisfactorily completed by Independent Contractor. The City of
Nashua will pay Independent Contractor within 30 days of approval by the City of Nashua of the
submitted invoice forms and progress reports. The City of Nashua will make no payments until the
invoice forms and progress reports have been submitted and approved.

5. EFFECTIVE DATE OF CONTRACT. This contract shall not become effective until and unless approved
by the City of Nashua.

6. NOTICES. All notices, requests, or approvals required or permitted to be given under this contract
shall be in writing, shall be sent by hand delivery, overnight carrier, or by United States mail, postage
prepaid, and registered or certified, and shall be addressed to:

Page Image
Finance Committee - Agenda - 2/15/2017 - P6

Finance Committee - Agenda - 2/15/2017 - P7

By dnadmin on Mon, 11/07/2022 - 10:28
Document Date
Wed, 02/15/2017 - 00:00
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Wed, 02/15/2017 - 00:00
Page Number
7
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__021520…

CITY OF NASHUA REPRESENTATIVE:

Mayor Jim Donchess
229 Main Street, PO Box 2019
Nashua, NH 03060

With Copy to

Madeleine Mineau

Waterways Manager

229 Main Street, PO Box 2019
Nashua, NH 03060

REPRESENTATIVE:

Robert R. Uhlig

Halvorson design partnership, Inc.
25 Kingston Street, 5", floor
Boston, MA 02111

Any notice required or permitted under this contract, if sent by United States mail, shall be deemed to be
given to and received by the addressee thereof on the third business day after being deposited in the mail.
The City of Nashua or Independent Contractor may change the address or representative by giving written

notice to the other party.

IN WITNESS WHEREOF, the parties hereto have caused this contract to be signed and intend to be legally

bound thereby.

City of Nashua, NH (signature)

James Denchess, Mayor
(Printed Name and Title)

Date

Be ;

ee mm

~

Foo boron re Partnership (signature)

Robert R. Uhlig, President & CEO

(Printed Name and Title)

eof / (Ee Lo
/

Page Image
Finance Committee - Agenda - 2/15/2017 - P7

Finance Committee - Agenda - 2/15/2017 - P8

By dnadmin on Mon, 11/07/2022 - 10:28
Document Date
Wed, 02/15/2017 - 00:00
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Wed, 02/15/2017 - 00:00
Page Number
8
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__021520…

1.

he

Lad

NOD wo

EXHIBITA
TABLE OF CONTENTS
GENERAL CONDITIONS

DEFINITIONS
INDEPENDENT CONTRACTOR STATUS
STANDARD OF CARE

CITY OF NASHUA REPRESENTATIVE
CHANGES TO SCOPE OF Work

CITY OF NASHUA COOPERATION

DISCOVERY OF CONFLICTS, ERRORS, OMISSIONS, AMBIGUITIES, OR
DISCREPANCIES

TERMINATION OF CONTRACT
DISPUTE RESOLUTION

NO DAMAGES FOR DELAY

INSURANCE

INDEMNIFICATION

FISCAL CONTINGENCY

COMPENSATION

COMPLIANCE WITH APPLICABLE LAWS
NONDISCRIMINATION

ENDORSEMENT

ASSIGNMENTS, TRANSFER, DELEGATION, OR SUBCONTRACTING
CITY INSPECTION OF CONTRACT MATERIALS
DISPOSITION OF CONTRACT MATERIALS

PUBLIC RECORDS LAW, COPYRIGHTS, AND PATENTS
FINAL ACCEPTANCE

TAXES

NON-WAIVER OF TERMS AND CONDITIONS

RIGHTS AND REMEDIES

PROHIBITED INTERESTS

THIRD PARTY INTERESTS AND LIABILITIES
SURVIVAL OF RIGHTS AND OBLIGATIONS
SEVERABILITY

MODIFICATION OF CONTRACT AND ENTIRE AGREEMENT

CHOICE OF LAW AND VENUE

GC-1

GC--2
GC--2
GC--2
GC--3
GC--3
GC--3

GC--3
GC--4
GC--5
GC--6
GC--6
GC--7?
GC--7
GC--7
GC--7
GC--8
GC--8
GC--8
GC--9
GC--9
GC--9
GC--10
GC--10
GC--10
GC--10
GC--10
GC--}1
GC--1]
GC--1]
GC--1]
GC—i]

Page Image
Finance Committee - Agenda - 2/15/2017 - P8

Finance Committee - Agenda - 9/7/2022 - P49

By dnadmin on Sun, 11/06/2022 - 21:45
Document Date
Thu, 09/01/2022 - 11:46
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Wed, 09/07/2022 - 00:00
Page Number
49
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__090720…

Change Order Summary

CHANGE IN CONTRACT PRICE:
Original Contract Price

$4,562,802.50

CHANGE IN CONTRACT TIMES:
Original Contract Times

Final completion: November 15, 2022
Ready for final payment: November 15, 2022

Net changes from previous Change Orders

$0.00

Net change from previous Change Orders

0 Days

Contract Price prior to this Change Order

$4,562,802.50

Contract Times prior to this Change Order

Final completion: November 15, 2022
Ready for final payment: November 15, 2022

Net Increase (decrease) of this Change Order

$125,000.00

Net Increase (decrease) of this Change Order

O Days

Contract Price with all approved Change Orders

Contract Times with all approved Change Orders

$4,687,802.50 Final completion: November 15, 2022
Ready for final payment: November 15, 2022
RECOMMENDED: ACCEPTED: APPROVED:
By: By: By:
Mark Saunders, P.E Sunshine Paving Corporation Mayor Jim Donchess
Senior Staff Engineer (Authorized Signature) Owner
(Authorized Signature) (Authorized Signature)
Date: Date: Date:

IFBO660-020922 2022 PAVING PROGRAM
Change Order #1

Pagel2of 2

Page Image
Finance Committee - Agenda - 9/7/2022 - P49

Finance Committee - Agenda - 3/15/2017 - P79

By dnadmin on Mon, 11/07/2022 - 10:27
Document Date
Wed, 03/15/2017 - 00:00
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Wed, 03/15/2017 - 00:00
Page Number
79
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__031520…

weww.uniledsifeservices com

PORTABLE RESTROOMS, SINKS, FENCING and MORE

CESS NSS s

January 5, 2017

City of Nashua

City Hall Purchasing Dept
229 Main St

PO Box 2019

Nashua, NH 03061

Dear Sir or Madam,

United Site Services currently provides portable restroom services throughout the city’s .
parks. Current rates for regular restroom is $54.97 per unit, per month. The ADA units
are $110.00 per unit, per month. These rates include up to three services per week. Rates

will be held firm through the year 2019.

Once you have had an opportunity to review please sign, date, and return the signed copy
to our office either via e-mail melissa.quintin@unitedsiteservices.com or via U.S. Postal
Service to 239 Neck Rd Haverhill, MA 01835.

Thank you, we appreciate your business and look forward to continuing to service all of
your portable sanitation needs.

United Site Services Authorized Signature City of Nashua Authorized Signature

Date: Date:
Account Manager

239 Neck Rd Haverhill, MA 01835
Local: 508-594-2616 + Toll Free: 800- 442-1286 » Fax: 978-372-2190

Page Image
Finance Committee - Agenda - 3/15/2017 - P79

Finance Committee - Agenda - 3/15/2017 - P80

By dnadmin on Mon, 11/07/2022 - 10:27
Document Date
Wed, 03/15/2017 - 00:00
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Wed, 03/15/2017 - 00:00
Page Number
80
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__031520…

THE CITY OF NASHUA “the Gate City

Financtal Services

Purchasing Department

March 9, 2017
Memo #17-103

TO: MAYOR DONCHESS
FINANCE COMMITTEE

SUBJECT: FOUR HILLS LANDFILL RESIDENTIAL SETBACK BARRIER WALL CONSTRUCTION —
CHANGE ORDER #3 (VALUE: $291,932)
DEPARTMENT: 168 SOLID WASTE; FUND: BOND

Please see the attached communication from Jeff Lafleur, Solid Waste Department Superintendent, dated
February 23, 2017 for the information related to this change order.

The Solid Waste Department Superintendent, Board of Public Works (2/23/2017 meeting) and the
Purchasing Department recommend approval of this Change Order #3 in the amount of $291,932 to
Northeast Earth Mechanics, Inc. of Pittsfield, NH.

Respectfull ,

//Dan Kooken
Purchasing Manager

Cc: J Lafleur L Fauteux

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

Page Image
Finance Committee - Agenda - 3/15/2017 - P80

Finance Committee - Agenda - 3/15/2017 - P81

By dnadmin on Mon, 11/07/2022 - 10:27
Document Date
Wed, 03/15/2017 - 00:00
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Wed, 03/15/2017 - 00:00
Page Number
81
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__031520…

To:

From:

Re:

A. Motion:

Discussion:

City of Nashua, Public Works Division

Board of Public Works Meeting Date: February 23, 2017
Jeff Lafleur, Superintendent
Solid Waste Department

Change Order #3 to contract with Northeast Earth Mechanics, Inc.

To approve Change Order #3 to the contract with Northeast Earth Mechanics, Inc.
(NEM) in the amount of $291,932 to continue construction of the residential
setback barrier wall in the Phase II landfill. Funding will be through Department:
168 Solid Waste; Fund: Bond

NHDES Solid Waste Rules prohibit placement of municipal solid waste within
500 feet of a residential structure. The Four Hills lined expansion landfill (Phase
I & II) was designed and constructed with the footprint of the landfill encroaching
the 500-foot setback limit to residences on Farmwood Drive to the west and
Pioneer Drive to the east. In order to comply with the residential setback rule, a
barrier must be constructed within the footprint of the landfill to prevent waste
from being placed in the setback. The barrier wall must be expanded annually as
waste elevations in the landfill increase.

In May 2014 the City solicited bids for construction of Phase 1 of the soil wall
under IFB0593-050514. Six contractors submitted bids for the project with
Northeast Earth Mechanics (NEM) being the lowest bidder:

Vendor Bid results
Northeast Earth Mechanics $163,727.50
Morello Construction $167,337.50
Daniel T. Ladd Site Work $203,300.00
Project Resource Group LLC $234,054.00
Greene & Russell, Inc. $266,000.00
SCS Field Services $297,405.00

Under the original contract in the amount of $163,727.50 Northeast Earth
Mechanics (NEM) began initial construction in July 2014 of the western
residential setback barrier wall in the Phase II/Stage I landfill. Per the NHDES
approved scope of work and contract executed June 10, 2014, NEM established a
compacted soil foundation over the primary liner drainage sand and placed four
lifts of concrete waste blocks on the foundation.

Change Order #1 in the amount of $163,912 provided for the continued
construction of the western wall to an elevation of 260 feet in the Phase II/Stage I
landfill.

Page Image
Finance Committee - Agenda - 3/15/2017 - P81

Pagination

  • First page « First
  • Previous page ‹‹
  • …
  • Page 1810
  • Page 1811
  • Page 1812
  • Page 1813
  • Current page 1814
  • Page 1815
  • Page 1816
  • Page 1817
  • Page 1818
  • …
  • Next page ››
  • Last page Last »

Search

Meeting Date
Document Date

Footer menu

  • Contact