Skip to main content

Main navigation

  • Documents
  • Search

User account menu

  • Log in
Home
Nashua City Data

Breadcrumb

  1. Home
  2. Search

Search

Displaying 19911 - 19920 of 38765

Finance Committee - Agenda - 11/6/2019 - P98

By dnadmin on Mon, 11/07/2022 - 13:02
Document Date
Fri, 11/01/2019 - 15:04
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Wed, 11/06/2019 - 00:00
Page Number
98
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__110620…

WAGE DETERMINATION APPEALS PROCESS

1.) Has there been an initial decision in the matter? This can
be:

* an existing published wage determination
* a survey underlying a wage determination
a Wage and Hour Division letter setting forth a position on
a wage determination matter
a

conformance (additional classification and rate) ruling

On survey related matters, initial contact, including requests
for summaries of surveys, should be with the Wage and Hour
Regional Office for the area in which the survey was conducted
because those Regional Offices have responsibility for the
Davis-Bacon survey program. If the response from this initial
contact is not satisfactory, then the process described in 2.)
and 3.) should be followed.

With regard to any other matter not yet ripe for the formal
process described here, initial contact should be with the
Branch of Construction Wage Determinations. Write to:

Branch of Construction Wage Determinations
Wage and Hour Division

U.S. Department of Labor

200 Constitution Avenue, N.W.

Washington, DC 20210

2.) If the answer to the question in 1.) is yes, then an
interested party (those affected by the action) can request
review and reconsideration from the Wage and Hour Administrator
(See 29 CFR Part 1.8 and 29 CFR Part 7). Write to:

Page Image
Finance Committee - Agenda - 11/6/2019 - P98

Finance Committee - Agenda - 11/6/2019 - P99

By dnadmin on Mon, 11/07/2022 - 13:02
Document Date
Fri, 11/01/2019 - 15:04
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Wed, 11/06/2019 - 00:00
Page Number
99
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__110620…

Wage and Hour Administrator
U.S. Department of Labor

200 Constitution Avenue, N.W.
Washington, DC 20210

The request should be accompanied by a full statement of the
interested party's position and by any information (wage
payment data, project description, area practice material,

etc.) that the requestor considers relevant to the issue.

3.) If the decision of the Administrator is not favorable, an
interested party may appeal directly to the Administrative

Review Board (formerly the Wage Appeals Board). Write to:

Administrative Review Board
U.S. Department of Labor
200 Constitution Avenue, N.W.

Washington, DC 20210

4.) All decisions by the Administrative Review Board are final.

END OF GENERAL DECISION"

Page Image
Finance Committee - Agenda - 11/6/2019 - P99

Finance Committee - Agenda - 8/3/2022 - P36

By dnadmin on Sun, 11/06/2022 - 21:46
Document Date
Thu, 07/28/2022 - 10:40
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Wed, 08/03/2022 - 00:00
Page Number
36
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__080320…

Due to the built-in custom light control per luminaire, pole locations need to be confirmed prior to production. Changes to
pole locations after the product is sent to production could result in additional charges.

Notes

Quote is based on:

e Shipment of entire project together to one location.

e Structural code and wind speed = 2015 IBC, 120 mi/h, Exposure C, Importance Factor 1.

e OQwner is responsible for getting electrical power to the site, coordination with the utility, and any power company
fees.

e Includes supply and installation of Musco system including underground wiring and conduit, service entrance panel
board, and controls by a licensed contractor.

e Standard soil conditions — rock, bottomless, wet or unsuitable soil may require additional engineering, special
installation methods and additional cost.

e Confirmation of pole locations prior to production.

Thank you for considering Musco for your lighting needs. Please contact me with any questions or if you need additional
details.

Alan Grady

Sales Representative

Musco Sports Lighting, LLC
Phone: 207-604-8748

E-mail: Alan.Grady@Musco.com

OOOO
MISCO Raa

2016, 2021 Musco Sports Lighting, LLC -4- M-2168-enUS-10

Page Image
Finance Committee - Agenda - 8/3/2022 - P36

Finance Committee - Agenda - 11/6/2019 - P100

By dnadmin on Mon, 11/07/2022 - 13:02
Document Date
Fri, 11/01/2019 - 15:04
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Wed, 11/06/2019 - 00:00
Page Number
100
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__110620…

U.S. Department of Labor PAYROLL ba

Wage and Hour Division ‘ ‘ . . :
g (For Contractor's Optional Use; See Instructions at www.dol.gov/iwhd/forms/wh347instr.htm)} ULS, Wage and Hour Division
Persons are not required to respond to the collection of information unless it displays a currently valid OMB contro! number. Rev. Dec. 2008
NAME OF CONTRACTOR [ ] OR SUBCONTRACTOR [7] ADDRESS OMB No,: 1235-0008
Expires: 02/28/2018
PAYROLL NO. FOR WEEK ENDING PROJECT AND LOCATION PROJECT OR CONTRACT NO.
(4) (2) (3) (4) DAY AND DATE (5) (8) {7) (3)
(8)
g 2 5 DEDUCTIONS
86 x NET
NAME AND INOIWVIDUAL IDENTIFYING NUMBER u¥ E o GROSS WITH: WAGES
(6.g., LAST FOUR DIGITS OF SOCIAL SECURITY SE a WORK 6 TOTAL RATE AMOUNT HOLDING TOTAL PAID
NUMBER) OF WORKER ge CLASSIFICATION HOURS WORKED EACH DA IHOURS| OF PAY EARNED FICA TAX OTHER _|DEDUCTIONS] FOR WEEK
°
$
o
s
GQ
s
Co
$s
o
s
Oo
s
0
s
0
s

While completian of Form WH-347 is optional, it is mandatory for covered contractors and subcontractors parforming work on Federally financed or assisted construction contracts to respond to the information collection contained fn 29 C,F,R. §§ 3.3, 5.5(a). The Copeland Act

{40 U.S.C. § 3145) contractors and subcontractors performing work on Federally financed or assisted construction contracts to "furnish weekly 2 statement with respect to the wages paid each employee during the praceding weak,” U.S, Department of Labor (DOL) regulations at

29 C.F.R. § 5.5{a)(3)(ii) require contractors to submit weekly a copy of all payrolls to the Federal agency contracting for or financing the construction project, accompanied by a signed "Sti t of Compliance" i ing that the payrolls are correct and complete and that each laborer
or mechanic has deen paid not lass than the proper Davis-Bacon prevailing wage rate for the work performed. DOL and federal contracting agencies receiving this information review the information to determine that employees have received legally required wages and fringe benefits.

Public Burden Statement

We estimate that is will take an average of 55 minutes to complete this collection, including time for reviewing instructions, searching existing data sources, gatharing and maintaining the data needed, and completing and ravi g the collaction of infc tion, If you have
any comments regarding these estimates or any other aspect of this collection, including suggestions for reducing this burden, send them to the Administrator, Wage and Hour Division, U.S. Department of Labor, Room $3502, 200 Constitution Avanue, N.W.
Washington, D.C. 20210

(over)

Page Image
Finance Committee - Agenda - 11/6/2019 - P100

Finance Committee - Agenda - 11/6/2019 - P101

By dnadmin on Mon, 11/07/2022 - 13:02
Document Date
Fri, 11/01/2019 - 15:04
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Wed, 11/06/2019 - 00:00
Page Number
101
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__110620…

Date

(Name of Signatory Party) (Title)
do hereby state:

(1) That ! pay or supervise the payment of the persons employed by

on the

(Contractor or Subcontractor)

; that during the payroll period commencing on the

(Building or Work)
day of ; , and ending the day of

all persons employed on said project have been paid the full weekly wages earned, that no rebates have
been or will be made either directly or indirectly to or on behalf of said

from the full

(Contractor or Subcontractor)

weekly wages earned by any person and that no deductions have been made either directly or indirectly

from the full wages earned by any person, other than permissible deductions as defined in Regulations, Part
3 (29 C.F.R. Subtitle A), issued by the Secretary of Labor under the Copeland Act, as amended (48 Stat. 948,
63 Stat. 108, 72 Stat. 967; 76 Stat. 357; 40 U.S.C. § 3145), and described below:

(2) That any payrolls otherwise under this contract required to be submitted for the above period are
correct and complete; that the wage rates for laborers or mechanics coniained therein are not less than the
applicable wage rates contained in any wage determination incorporated inta the contract: that the classifications
set forth therein for each Jaborer or mechanic conform with the work he performed,

(3) That any apprentices employed in the above period are duly registered in a bona fide apprenticeship
program registered with a State apprenticeship agency recognized by the Bureau of Apprenticeship and
Training, United States Department of Labor, or if no such recognized agency exists in a State, are registered
with the Bureau of Apprenticeship and Training, United States Department of Labor.

(4) That:
(a) WHERE FRINGE BENEFITS ARE PAID TO APPROVED PLANS, FUNDS, OR PROGRAMS

O

— in addition to the basic hourly wage rates paid to each laborer or mechanic listed in
the above referenced payroll, payments of fringe benefits as listed in the contract
have been or will be made to appropriate programs for the benefit of such employees,
except as noted in section 4(c) below.

Page Image
Finance Committee - Agenda - 11/6/2019 - P101

Finance Committee - Agenda - 11/6/2019 - P102

By dnadmin on Mon, 11/07/2022 - 13:02
Document Date
Fri, 11/01/2019 - 15:04
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Wed, 11/06/2019 - 00:00
Page Number
102
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__110620…

(b) WHERE FRINGE BENEFITS ARE PAID IN CASH

Cc — Each laborer or mechanic listed in the above referenced payroll has been paid,
as indicated on the payroll, an amount not fess than the sum of the applicable
basic hourly wage rate plus the amount of the required fringe benefits as listed
in the contract, except as noted in section 4(c) below.

(c) EXCEPTIONS

EXCEPTION (CRAFT) EXPLANATION

REMARKS:

NAME AND TITLE SIGNATURE

THE WILLFUL FALSIFICATION OF ANY OF THE ABOVE STATEMENTS MAY SUBJECT THE CONTRACTOR OR
SUBCONTRACTOR TO CIVIL OR CRIMINAL PROSECUTION, SEE SECTION 1001 OF TITLE 18 AND SECTION 231 OF TITLE

34_OF THE UNITED STATES CODE,

Page Image
Finance Committee - Agenda - 11/6/2019 - P102

Finance Committee - Agenda - 11/6/2019 - P103

By dnadmin on Mon, 11/07/2022 - 13:02
Document Date
Fri, 11/01/2019 - 15:04
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Wed, 11/06/2019 - 00:00
Page Number
103
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__110620…

| THE CITY OF NASHUA “The Gate City’

Financial Services

Purchasing Department

October 31, 2019
Memo #20-046

TO: MAYOR DONCHESS
FINANCE COMMITTEE

SUBJECT: PURCHASE OF TWO (2) 6 WHEEL DUMP TRUCK UP-FITS (VALUE: $223,754)
DEPARTMENT: 161 STREETS; FUND: TRUST $111,877
ACTIVITY: CERF
DEPARTMENT: 177 PARK AND RECREATION; FUND: TRUST $111,877
ACTIVITY: CERF

Please see the attached communication from Jon Ibarra, Superintendent Street Department and the
attached communication from Nick Caggiano, Superintendent Park and Recreation Department, both
dated October 24, 2019 for 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 Superintendent of Street Department, Board of Public Works (July 30, 2019 meeting) and the

Purchasing Department recommend the award of these purchases in an amount of $223,754 to Tenco
USA of Barre, VT.

Dan Kooken
Purchasing Manager

Cc: J Ibarra L Fauteux

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

Page Image
Finance Committee - Agenda - 11/6/2019 - P103

Finance Committee - Agenda - 11/6/2019 - P104

By dnadmin on Mon, 11/07/2022 - 13:02
Document Date
Fri, 11/01/2019 - 15:04
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Wed, 11/06/2019 - 00:00
Page Number
104
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__110620…

City of Nashua, Public Works Division

To: Board of Public Works Meeting Date: October 24, 2019
From: Jon Ibarra, Superintendent Street Department
Re: Purchase of one- Six Wheel Dump Truck Upfit Package

A. Motion: To approve the purchase of one Up Fit Package from Tenco USA of Barre, VT
for the purchase price of $111,877. Funding will be through Department: 161
Street; Fund: Trust; Activity: CERF.

Attachments: Bid Specification sheet

Vendor Base Cost Add Options Cost TotalBid Warranty
Donovan Equipment $113,140 None Offered $113,140 tyear
Howard Fairfield $116,477 None Offered $116,477 1 year
Penway Sales $118,694 None Offered $118,694 year
Tenco $106,957 Stainless Body, Frame, Legs $4,920 $111,877 3 year
Viking Cives $96,848 Stainless Upgrade $10,800 $107,648 3 year

Discussion: The Street Department went out to bid for upfit packages for one six-wheel dump
truck in September 2019. The bid was for complete upfitting of the six-wheel cab
and chassis purchased in July and expected delivery in mid-November.

Five vendors responded to the RFP. All are qualified truck builder/fabricators
however not all met the bid specifications.

The bid from Tenco offered a stainless steel body, nose and wing plows with
hitches, power tarp, 7.8 yard stainless steel spreader equipped with a pre-wet
system and a liquid anti-ice system with a 925 gallon tank and 3 booms. All the
equipment will be controlled by a Certified XDS Control System. The package
comes with a 3 year warranty. The next lowest bid from Viking-Cives did not
meet the bid specifications on several items.

The Street Superintendent, Parks Superintendent, Fleet Manager and Fleet
Foreman met and discussed and recommend the purchase from Tenco.

Page Image
Finance Committee - Agenda - 11/6/2019 - P104

Finance Committee - Agenda - 11/6/2019 - P105

By dnadmin on Mon, 11/07/2022 - 13:02
Document Date
Fri, 11/01/2019 - 15:04
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Wed, 11/06/2019 - 00:00
Page Number
105
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__110620…

To:

From:

Re:

B. Motion:

City of Nashua, Public Works Division

Board of Public Works Meeting Date: October 24, 2019
Nick Caggiano, Superintendent Park and Recreation Department

Purchase of one- Six Wheel Dump Truck Upitt Package

To approve the purchase of one Up Fit Package from Tenco USA of Barre, VT

for the purchase price of $111,877. Funding will be through Department: 177
Parks and Recreation; Fund: Trust; Activity: CERF.

Attachments: Bid Specification sheet

Vendor Base Cost Add Options & Cost Total Bid Warranty
Donovan Equipment $111,740 None Offered $111,740 1 year
Howard Fairfield $113,488 None Offered $113,488 1 year
Penway Sales $118,524 None Offered $118,524 l year
Tenco $106,957 Stainless Body, Frame, Legs $4,920 $111,877 3 year
Viking Cives $96,025 Stainless Upgrade $10,800 $106,825 3 year

Discussion: The Parks and Recreation Department went out to bid for upfit packages for one

six-wheel dump truck in September 2019. The bid was for complete upfitting of
the six-wheel cab and chassis purchased in July and expected delivery in mid-
November. Five vendors responded to the RFP. All are qualified truck
builder/fabricators however not all met the bid specifications.

The bid from Tenco offered a stainless steel body, nose and wing plows with
hitches, power tarp, 7.8 yard stainless steel spreader equipped with a pre-wet
system and a liquid anti-ice system with a 925 gallon tank and 3 booms. All the
equipment will be controlled by a Certified XDS Control System. The package
comes with a3 year warranty. The next lowest bid from Viking-Cives did not
meet the bid specifications on several items.

’ The Street Superintendent, Parks Superintendent, Fleet Manager and Fleet

Foreman met and discussed and recommend the purchase from Tenco.

Page Image
Finance Committee - Agenda - 11/6/2019 - P105

Finance Committee - Agenda - 11/6/2019 - P106

By dnadmin on Mon, 11/07/2022 - 13:02
Document Date
Fri, 11/01/2019 - 15:04
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Wed, 11/06/2019 - 00:00
Page Number
106
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__110620…

6 Wheel Dump Conventionai Body

Intent: it is the intent of these specifications to upfit two & wheel chassis for use as a dump truck equipped

with a nose and wing plow, stainless steel spreader equipped with a pre-wet system and ail necessary hitches,
valves, hydraulic cylinders and controls. The following sre the minimum acceptable specifications. Any

exceptions must be clearly noted in the column titled "Manufacturers specs”.

, Manufactures Specifications

A2) Conventional 9.5 cubic yard, 10’ body shall be offered
for Streets.

10'-36"-42" #304 SS Body, 1/4” Floor and
Tailgate with 3/16" Sides and Front.

2) Conventional 5-7 cubic yard, 10’ body shall be offered
to Parks.

- 10'-27"-27" #304 SS Body, 1/4” Floor and
Tailgate with 3/16" Sides and Front.

B.1). Body 1 shail be painted Omaha Orange same code as
the host cab for Streets

No Paint, #304 SS Body

2) Body 2 shall be painted Black for the Parks vehicle.

- No Paint, #304 SS Body

C. Headboard shall be minimum of 39” high constructed of
10 gauge steel with a % cab shield, equipped with an
electric cab controlled load tarp.

DB. Body floor will be constructed of %’ AR steel,

- 1/4" #304 Stainless Steel

E. Cross members shall be 4” | beams. Long sills 6” { beam.

- No Crossmembers, 8" | Beam Longsilis

F. Body shall have a dirt shedding boxed top rail with
vertical side bracing. Straight vertical sides will be of 7
gauge steel and a dirt shedding lower rub rail.

- 3/16" #804 Stainless Steel

G. Tailgate plate shalt be constructed with %” AR steel. It
shall have perimeter box bracing with 6 panel bracing made
from 10 gauge material. There shall be two 3/8” grade 30
galvanized spreader chains. 3 asphalt doors will be
standard.

The Parks body will only have THREE, (3)
panels due io the reduced height. It will
have the Three, (3) coal doors.

H. 1} Body 1 sides shall be 36” minimum, tailgate 42”
minimum for Streets.

2) Body 2 sides and tailgate shall be 27” maximum for
Parks.

1FB100S-092719 6 Wheel Dump Truck Up-Fits

Page [ 3

Page Image
Finance Committee - Agenda - 11/6/2019 - P106

Pagination

  • First page « First
  • Previous page ‹‹
  • …
  • Page 1988
  • Page 1989
  • Page 1990
  • Page 1991
  • Current page 1992
  • Page 1993
  • Page 1994
  • Page 1995
  • Page 1996
  • …
  • Next page ››
  • Last page Last »

Search

Meeting Date
Document Date

Footer menu

  • Contact