Skip to main content

Main navigation

  • Documents
  • Search

User account menu

  • Log in
Home
Nashua City Data

Breadcrumb

  1. Home
  2. Search

Search

Displaying 19981 - 19990 of 38765

Finance Committee - Agenda - 10/16/2019 - P24

By dnadmin on Mon, 11/07/2022 - 13:02
Document Date
Thu, 10/17/2019 - 09:42
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Wed, 10/16/2019 - 00:00
Page Number
24
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__101620…

ATTACHMENT B
SCOPE OF WORK

The Engineer has prepared this Contract Agreement for services relative to the Nashua
Transit Center Retrofit Project. The project is anticipated to include an addition in the
rear of the building to accommodate a driver break area, improvements to the platform
roof, sidewalk improvernents, pavement reconstruction, drainage investigation and
upgrades, curb relocation and height adjustments, improved pedestrian access and traffic
patterns, and other miscellaneous improvements at the Transit Center.

The specific work items are further detailed as follows:
INITIAL PROJECT SCOPING COMPLETED

Prior to the commencement of any other work, the Consultant will meet with the City to
review the current and proposed layout of the site and building of the Transit Center.
From this meeting, a specific program will be developed consisting of all changes
discussed. These changes will be incorporated into a conceptual master plan for the
Transit Center and a detailed cost estimate will be developed for the City’s review. The
master plan will include improvements to the Transit Center site, building, and platform
roof canopy. It is assumed that the master plan will be developed using information
currently available, including but not limited to aerial imagery, GIS information, record
drawings, and base mapping previously prepared by the City.

The Consultant will meet with the City to review the master plan and associated detailed
cost estimate and discuss the project budget for construction of these improvements,
including engineer and construction services. Based on this budget, a scope of work will
be established to be included in this project or expand the project to include a study of
additional scope items that will require a larger budget to be implemented in the future.

This phase of the project will establish the scope of work for the remainder of the project.
The following is a brief outline of the work items anticipated to be required as a part of
this project, however this scope is anticipated to be further refined after completion of
this phase.

ENGINEERING / FEASIBILITY STUDY / PRELIMINARY PLANS

Once a scope of work is identified through the Initial Project Scoping, the Consultant will
prepare a detailed scope of work and associated fee. Generally, the scope of work to be
undertaken is anticipated to include the following work items.

Feasibility Study

The Consultant will undertake a feasibility study of the project. Items to be reviewed as
part of this are anticipated to include environmental, cultural, historical, archaeological,
hazardous waste, topographic, and architectural concerns or sensitivities that may arise as
the project progresses to construction. The study will be based on data available at the
time of the study, including any state- or citywide GIS information and plans and records
available from the City. The results will be summarized in a Feasibility Study and
delivered to the City for review and discuss, as necessary. Any permits necessary to
construct the improvements will also be included in the Feasibility Study.

GC 12 of 11

Page Image
Finance Committee - Agenda - 10/16/2019 - P24

Finance Committee - Agenda - 10/16/2019 - P25

By dnadmin on Mon, 11/07/2022 - 13:02
Document Date
Thu, 10/17/2019 - 09:42
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Wed, 10/16/2019 - 00:00
Page Number
25
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__101620…

Field Survey

The Consultant will perform a detailed topographic survey of the area to be affected by
the proposed improvements. At a minimum, it is assumed that topographic survey will
be required on the entire Transit Center property, however additional areas may be
required to be survey depending on the scope of work to be undertaken.

The detailed topographic survey will include all detail necessary to design the proposed
improvements, including but not limited to: surface features including curbing, drainage
and utility surface structures, fences, walls, signs, mailboxes, HVAC equipment,
buildings, foundations, and other ancillary items; spot grades and 1-foot contours; right-
of-way lines, property lines and ownership information; and all underground utility
information including pipe size, condition and mm elevation necessary to complete the
improvements.

It is assumed that record plans will be available for the existing platform canopy and
Transit Center building, detailing all materials, utilities, fixtures, and dimensions. These
record plans will be field verified by the architect for accuracy, but it is not anticipated
that a full survey of the building and platform canopy structure will be required as a part
of this project.

Meetings

Meetings with the City, as well as public presentations and assistance in technical or
procedural aspects of the project will be required as the project proceeds. Services for
meetings include coordination, preparation, travel, attendance, supporting graphics (when
required), and documentation in the form of meeting notes (when requested). Such
services will be provided at the request of the City.

An initial upset limit is included in this Contract Agreement for attendance at up to two
(2) public meetings, one (1) with the Planning Board and one (1) with the Infrastructure
Planning Committee, and two (2) project review meetings with the City team. Further, a
total of four (4) meetings are anticipated as a part of this phase of the project.

Preliminary Plans

Upon completion of the field survey, the Consultant will begin preparation of the
Prelimimary Plans. The Preliminary Plans will be developed to include the existing
facility layout, drainage, preliminary drainage calculations, schematic architectural plans
for design floor plans, exterior elevations and interior elevations, traffic and pedestrian
flow, landscaping and street furniture, and lighting plans. The plans will also include
construction details of any items requiring additional detailing. These plans will be
suitable for permitting with the City board(s). The Preliminary Plans will be submitted to
the City in Draft format for review and comment prior to submission to any board or
agency.

Planning Board Site Plan Review Process

Once the Preliminary Plans have been approved by the City, they will be filed with all
applicable boards, commissions, and agencies, along with any permit applications

GC 13 of 11

Page Image
Finance Committee - Agenda - 10/16/2019 - P25

Finance Committee - Agenda - 10/16/2019 - P26

By dnadmin on Mon, 11/07/2022 - 13:02
Document Date
Thu, 10/17/2019 - 09:42
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Wed, 10/16/2019 - 00:00
Page Number
26
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__101620…

necessary. At this time, it is anticipated that this project will only require Site Plan
Review by the Planning Board. The Consultant will prepare the Planning Board
submissions and applications for the City’s signature and make the filings necessary for
this process,

FINAL PLANS

Once the Preliminary Plans are fully approved and permitted, a set of Final Plan will be
prepared. The Final Plans will include final architectural and engineering design, final
drainage calculations and construction details in accordance with Planning Board
approval specifications, and any other details necessary to construct the project.
Specifications will be included on the plans or as a separate document for all materials,
mechanical, electrical, plumbing equipment and finishes necessary as a part of the
improvements. A construction cost estimate will also be prepared of all work being
proposed. The Draft of the Final Plans and accompanying information will be submitted
to the City for review and approval prior to being finalized. The Final Plans will be
suitable for public bidding and construction.

BIDDING SERVICES

Once the City has reviewed and approved the Final Plans, the CONSULTANT will revise
the documents as necessary and incorporate the specification into a set of Bid
Documents. In addition to the plans and specifications, the Bid Documents will include a
bid form, prevailing wage rates, general conditions, and other documents to allow the
City to advertise the project. It is anticipated that the City will provide a standard Bid
Document template that the Consultant will utilize to incorporate all project specification
information into. The Consultant will work closely with the City’s Purchasing
Department to ensure that the project is bid appropriately.

Once the Bid Documents are issued, the Consultant will attend a Pre-Bid Meeting,
including preparation of an agenda and answering any questions that may arise. If
required, formal responses to bidder questions will be prepared to clarify the scope of
work or intent of the design.

Upon receiving the submitted construction bids, the Consultant will tabulate the bids and
review all submitted bonding information for each bidder to ensure sufficient bonding is
in place. The tabulated bids will be provided to the City along with a recommendation
from the Consultant on which bidder to engage into a contract with. The information will
be suitable for review by the FTA prior to contract award.

CONSTRUCTION SERVICES (Not in Contract)

For the purposes of this Scope of Work, Construction Administration, Inspection and
Oversight services excluded. These services may be provided by the Consultant upon
consideration of additional compensation. It is anticipated that if required at a later date,
a separate scope and fee will be negotiated with the City for these services.

GC 14 of 11

Page Image
Finance Committee - Agenda - 10/16/2019 - P26

Finance Committee - Agenda - 10/16/2019 - P27

By dnadmin on Mon, 11/07/2022 - 13:02
Document Date
Thu, 10/17/2019 - 09:42
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Wed, 10/16/2019 - 00:00
Page Number
27
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__101620…

RY THE CITY OF NASHUA “the Gate City’

Financial Services

Purchasing Department

October 16, 2019
Memo #20-043

TO: MAYOR DONCHESS
FINANCE COMMITTEE

SUBJECT: | SNOW PLOWING CONTRACT - CITY PARKING LOTS (VALUE: NOT TO EXCEED
$26,000)
DEPARTMENT: 166 PARKING OPERATIONS; FUND: GENERAL

Please see aitached communication from Tim Cummings, Director of Economic Development dated
October 9, 2019 for the information related to this purchase.

Pursuant to NRO § 5-84. Special purchase procedures. A. The competitive bidding process shall not
apply to the following special purchases: (7) Purchases under extensions of contracts when no price
increase exceeds 10%.

The Director of Economic Development and the Purchasing Department recommend awarding this
contract in an amount not to exceed $26,000 tc Accurate Dimensions, LLC of Bedford, NH.

Respectfull

(

Dan Kooken
Purchasing Manager

Ce: TCummings J Stansfield J Graziano

229 Main Street « Nashua, New Hampshire 03061 « Phone (603) 589-3330 « Fax (603) 589-3344

Page Image
Finance Committee - Agenda - 10/16/2019 - P27

Finance Committee - Agenda - 10/16/2019 - P28

By dnadmin on Mon, 11/07/2022 - 13:02
Document Date
Thu, 10/17/2019 - 09:42
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Wed, 10/16/2019 - 00:00
Page Number
28
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__101620…

| THE CITY OF NASHUA the Gate City’

Economic Development Division ~ Parking Department

Office of the Mayor
TO: Dan Kooken, Purchasing Manager
FROM: Tim Cummings, Director of Economic Development
DATE: October 9, 2019

SUBJECT: FY 2020 Snow Plowing Contract (Value not to exceed: $26.000)
Department: 166 Parking

The Office of Economic Development is requesting approval to contract with Accurate
‘Dimensions, LLC, of 20 Hazen Road, Bedford, New Hampshire for snow plowing, sand/salt
treatment, and optional snow removal services in the amount not to exceed $26,000. The City
issued an RFP and received only one response.

The contract’s service area is the 18 parking lots under the responsibility of the Parking
Department. The contractor intends to provide snow plowing and salt/sand treatment services
through May 15, 2019. The salt/sand mixture can be obtained at the Department of Public
Works. Accurate Dimensions, LLC will also provide removal of snow on an as-needed basis.

The President of Accurate Dimensions LLC., Luke J. Vasconcelos, previously worked for The
Doty Group, Inc., whom the City used for the past eight (8) winters for plowing its municipal
lots. Accurate Dimensions, LLC also plows for the Town of Londonderry and is a reputable and
responsible company.

Thank You.

229 Main Street. Suite 234 » Nashua, New Hampshire 03060 » Phone (603) 589-3106

Page Image
Finance Committee - Agenda - 10/16/2019 - P28

Finance Committee - Agenda - 10/16/2019 - P29

By dnadmin on Mon, 11/07/2022 - 13:02
Document Date
Thu, 10/17/2019 - 09:42
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Wed, 10/16/2019 - 00:00
Page Number
29
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__101620…

Subject: Snow Plowing Agreement

AGREEMENT
The City of Nashua, New Hampshire and the Contractor hereby mutually agree as follows:

GENERAL PROVISIONS
1. IDENTIFICATION.

THIS AGREEMENT (the “Agreement”) dated as of (the “Effective Date’), is
between the CITY OF NASHUA, NEW HAMPSHIRE, c/o of the Parking Department, 229 Main
Street, Nashua NH 03060, a New Hampshire municipal corporation, phone: 603-589-3106
(“City”), and AtCC ume. Fopymensiave, LLC. _ Phone: (603) 845-6553
(“Contractor”). Each of City and Contractor are sometimes referred to herein as a “Party”
collectively as the “Parties”.

~ and

2. CONTRACTOR CONTRACT MANAGER

Contractor shall designate a Contract Manager who shall be responsible for all contractual
authorization and administration under the Contract. This person is:

Contract Manager: Luke J. Vasconcelos
Title: President, Accurate Dimensions, LLC
Address: 20 Hazen Road, Bedford, NH 03110
Tel: 603-845-6553

Email: accuratedim@yahoo.com

3. CITY PURHCASING MANAGER

The City shall designate a Contract Manager who shall function as the City’s representative with
regard to Contract administration. This person is:

Contract Manager: Daniel Kooken
Title: Purchasing Manager
Address: 229 Main Street
Nashua, NH 03060
Tel: 603-589-3333

Email: kookend@nashuanh.gov

Page Image
Finance Committee - Agenda - 10/16/2019 - P29

Finance Committee - Agenda - 10/16/2019 - P30

By dnadmin on Mon, 11/07/2022 - 13:02
Document Date
Thu, 10/17/2019 - 09:42
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Wed, 10/16/2019 - 00:00
Page Number
30
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__101620…

4. SCOPE OF WORK

Services shall include snow plowing, salt and sand treatment, and removal services for up to
18 (eighteen) municipal lots. Snow plowing services shall be conducted within one hour after
accumulation of snow greater than two (2) inches. Salt and sand treatment will be required
prior to and following each storm but will be dependent on each storm as to whether or not
treatment will be required, prior to or following a storm. Contractor must be available for
snow removal services on an as-needed basis to be determined by the Parking Manager. The
Contractor shall perform routine maintenance and repair on all equipment required to provide
snow plowing and removal service. All labor, tools, transportation, disposal costs, materials,
equipment and permits required to perform snow plowing and removal shall be the
responsibility of the Contractor. Contractor shall clearly identify areas such as, but not limited
to, curbing, shrubs, manholes, fencing, guardrails, electrical junction boxes or any other areas
that are susceptible to damage when concealed by snowfall prior to the first snowfall.

5. TERM & EXTENSION

This agreement will be from the date approved by the City of Nashua Purchasing Department
and terminating on May 15, 2020. This agreement may be extended for additional periods
under the same terms, conditions and pricing structure upon the written agreement of the
Contractor and the City of Nashua, NH.

6. DAMAGE
A. The Contractor agrees to indemnify and hold the City of Nashua, NH harmless from any
and all liability, claims, and actions of whatever kind arising out of injuries or damage
caused, arising from, resulting or due to its performance of its snow plowing services.
B. The Contractor agrees that any damage to building(s), materials, equipment or other

property caused, arising from, resulting or due to its performance of the snow plowing
service will be repaired or replaced at its sole expense.

7. INSURANCE

1. The Contractor shall carry the following minimum requirements relating to insurance
coverage and policy limits:

General Liability - $1,000,000
Motor Vehicle - $1,000,000 combined single limit for bodily injury and property damage
Workers’ Compensation as required by the NH statute

The agent/insurance carrier must issue the certificate of insurance. The declaration page of a
personal auto policy ts not acceptable. Insurance coverage must be provided via a commercial
policy, The agent/insurance carrier must be licensed in the City of Nashua, New Hampshire and
acceptable to the City of Nashua, New Hampshire.

Page Image
Finance Committee - Agenda - 10/16/2019 - P30

Finance Committee - Agenda - 10/16/2019 - P31

By dnadmin on Mon, 11/07/2022 - 13:02
Document Date
Thu, 10/17/2019 - 09:42
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Wed, 10/16/2019 - 00:00
Page Number
31
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__101620…

8. INSURANCE CERTIFICATES

1. Insurance certificates evidencing the above are to be furnished the City as time of execution of
the contract and shall provide for not Jess than 30 days prior notice to the City of any cancellation
or major change in the policies.

2. The Risk Management Department is to be furnished a copy of the following documentation:
* <A copy of current motor vehicle registrations
* A copy ofall operators’ current drivers’ licenses
* The Transportation Department is to verify that all vehicles to be operated
have current inspection stickers; this needs to be noted when writing to the
Risk Management Department

3. The City of Nashua must be named as an additional insured on all certificates.

4, The Contractor must provide proof of compliance meeting Federal Department of
Transportation Commercial Driver Licensing requirements as to drug and alcohol testing.

5. NOTICE OF CANCELLATION: Each insurance policy required by the insurance provisions
of this prequalification shall provide the required coverage and shall not be suspended, voided,
cancelled, or reduced in coverage in limits except after thirty (30) days prior written notice has
been given to the City of Nashua Risk Management Department. Such notice shall be sent directly
- to The City of Nashua Risk Management Department, PO Box 2019, 229 Main Street, Nashua, NH
03061-2019 and shall be sent by certified mail, return receipt requested.

9. PRICING

The Contractor agrees to provide City of Nashua, NH with the services indicated in the list of Lot
Locations in this agreement at the prices as listed below.

Two vehicles per storm are required at the hourly rates listed below for snow plowing services and
are inclusive of fuel charges. The use of a third vehicle must be approved by the Parking Manager
or person designated by said Manager.

l, Vehicle 1: $95.00/hnr Ford 4 wheel flatbed (F350)
2, Vehicle 2: $95.00/hr Ford 4 wheel flatbed (F350)
3. Vehicle 3: $135,00/hr Chevy 6 wheel dump trailer ($500)

Vehicle for sand/salt treatment hourly rate (inclusive of fuel charges),
1. Vehicle 1: $195.00/hr Ford 4 wheel flatbed (F350)

Snow removal hourly rate (inclusive of fuel charges).
2. Vehicle 1: $135.00/hr Chevy 6 wheel dump trailer (8500)
3. Vehicle 2: $175.00/hr Catapillar TH560B

Lot Locations

1. City Hall Lots
2. Maple Street Lot
Garden Street & Lot

us

Page Image
Finance Committee - Agenda - 10/16/2019 - P31

Finance Committee - Agenda - 10/16/2019 - P32

By dnadmin on Mon, 11/07/2022 - 13:02
Document Date
Thu, 10/17/2019 - 09:42
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Wed, 10/16/2019 - 00:00
Page Number
32
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__101620…

*

Schoo] Street Lot

High Street Lot

High Street Parking Garage Rooftop
Factory Street Lot

Water Street Lot

SC ID A

Le Pare Renaissance Lot

10. Railroad Square Lot

Ll. Pearson/Park Avenue Lot

12. Library Lot

13. Library Annex Lot

14. Library Employee Lot

15. Spring Street Lot

16. Senior Center Lot (West Side Only)
17. Conway Arena Lot

18. Crown Street Parking Ride Lot

10. PAYMENTS

The Contractor shall mvoice the requesting agency within seven (7) days of service. Payment
shall be paid in full within thirty (30) days after receipt of the properly documented invoice and
acceptance of the work to the City of Nashua Parking Department’s satisfaction.

The invoice shall be sent to the address of the using agency under agreement.
11. GENERAL REQUIREMENTS FOR SNOW PLOWING SERVICES

1. Contractor shall ensure that al] equipment used is properly registered and Inspected. The
City reserves the right to verify this information.

2, Upon Notice of Acceptance, Contractor must provide phone numbers where employees can
be reached. The inability of the City to make contact with Contractor within a reasonable
amount of time is cause for the City to use other contractors.

3. All snow plowing operations, including the location and timing of snow plowing and
treatment, will be scheduled directly by the Parking Manager or authorized representative,

4, The Contractor shall provide services in order to ensure the snow is plowed to designated
areas in each of the municipal parking lots per the direction of the Parking Department. The
Contractor shall ensure that all leased parking spaces remain accessible to lease parking
customers following the snow event. If, for any reason, a leased parking space must be

-4.

Page Image
Finance Committee - Agenda - 10/16/2019 - P32

Board Of Aldermen - Agenda - 9/14/2016 - P14

By dnadmin on Sun, 11/06/2022 - 21:34
Document Date
Wed, 09/14/2016 - 00:00
Meeting Description
Board Of Aldermen
Document Type
Agenda
Meeting Date
Wed, 09/14/2016 - 00:00
Page Number
14
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/boa_a__091420…

PETITION
FOR
STREET ACCEPTANCE

TO THE HONORABLE BOARD OF ALDERMEN OF THE CITY OF NASHUA:

Pursuant to the Nashua Revised Ordinances, Chapter 285, Article III, Sections 21-22, the
undersigned requests that the following described portion of: Moonstone Court

be accepted for public use and maintenance:

REV 08/13

Page Image
Board Of Aldermen - Agenda - 9/14/2016 - P14

Pagination

  • First page « First
  • Previous page ‹‹
  • …
  • Page 1995
  • Page 1996
  • Page 1997
  • Page 1998
  • Current page 1999
  • Page 2000
  • Page 2001
  • Page 2002
  • Page 2003
  • …
  • Next page ››
  • Last page Last »

Search

Meeting Date
Document Date

Footer menu

  • Contact