Skip to main content

Main navigation

  • Documents
  • Search

User account menu

  • Log in
Home
Nashua City Data

Breadcrumb

  1. Home
  2. Search

Search

Displaying 24971 - 24980 of 38765

Finance Committee - Agenda - 7/5/2017 - P51

By dnadmin on Mon, 11/07/2022 - 10:22
Document Date
Wed, 07/05/2017 - 00:00
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Wed, 07/05/2017 - 00:00
Page Number
51
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__070520…

CHANGE ORDER

PROJECT: Upgrade of Sewer System Siphon Covers

OWNER’S CONTRACT NO:__RFP1087-120916

EXECUTED CONTRACT DATE: February 1, 2017

DATE OF ISSUANCE: June 27, 2017 EFFECTIVE DATE: Upon City Approval
OWNER: City of Nashua, NH

OWNER’s Purchase Order NO.: 131720

CONTRACTOR: William P, Davis, Excavation LLC

ENGINEER: DPW Engineering

You are directed to make the following changes in the Contract Documents:

Description:

> Replace existing vortex structure top slab with new center access top slab with hatch
> Time Extension to complete Change Order #2

Attachment:

» William P. Davis, LLC Change Order #002 Proposal dated May 24, 2017

Change Order #2 1 of 2
Upgrade of Sewer System Siphon Covers

Page Image
Finance Committee - Agenda - 7/5/2017 - P51

Finance Committee - Agenda - 7/5/2017 - P52

By dnadmin on Mon, 11/07/2022 - 10:22
Document Date
Wed, 07/05/2017 - 00:00
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Wed, 07/05/2017 - 00:00
Page Number
52
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__070520…

Summary

CHANGE IN CONTRACT PRICE:

Original Contract Price

$49,875.00

CHANGE IN CONTRACT TIMES:
Original Contract Times

Substantial completion: April 28, 2017
Ready for final payment: May 26, 2017

Net changes from previous Change Orders

$4,996.20

Net change from previous Change Orders

none

Contract Price prior to this Change Order

$54,871.20

Contract Times prior to this Change Order

Substantial completion: April 28, 2017
Ready for final payment: May 26, 2017

Net Increase (deerease} of this Change Order

$16,617.50

Net Increase (deerease} of this Change Order

Substantial completion: September 1, 2017
Ready for final payment: September 31, 2017

Contract Price with all approved Change Orders

Contract Times with all approved Change Orders

$71,488.70 Substantial completion: September 1, 2017
Ready for final payment: September 31, 2017
RECOMMENDED: ACCEPTED: APPROVED:
By: By: By:

DPW Engineering Name Mayor Jim Donchess
Engineer Contractor Owner
(Authorized Signature) (Authorized Signature) (Authorized Signature)

Date: Date: Date:
Change Order #2 2o0f 2

Upgrade of Sewer System Siphon Covers

Page Image
Finance Committee - Agenda - 7/5/2017 - P52

Finance Committee - Agenda - 7/5/2017 - P53

By dnadmin on Mon, 11/07/2022 - 10:22
Document Date
Wed, 07/05/2017 - 00:00
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Wed, 07/05/2017 - 00:00
Page Number
53
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__070520…

Change Order Form
Change Order #002 - 5/24/2017

Project: Upgrade of Sewer System Access Covers
Location: Nashua, NH

Description: Replace existing vortex structure top slab with new center access top slab with hatch.

Saw cut and remove pavement (18’x18’) on and around existing structure. Excavate to expose entire top slab section.
Drill & install lifting points. Crane onsite to remove existing top slab and set new top slab in place. Existing top slab
will be demolished onsite and concrete ruble to be disposed of. Form and caste in place new H20 rated aluminum
access hatch w/ safety grate to finish grade. Backfill, compact, and fine grade. Place 4” asphalt patch to match
existing grades.

> Total Summary:

Materials: $5,090.00
Rental / Subcontractor: $4,400.00
Labor: $4,960.00
Overhead / Profit 15% = $2,167.50 $2,167.50
Total: $16,617.50
Contract Time Extension: TBD

>» Material:

Precast Top Slab 1 EA @ $1,150.00 $1,150.00
Concrete / Rebar / Form 1 EA @ $725.00 $725.00
Lifting Anchors 1 EA @ $290.00 $290.00
H20 42”X42” Hatch 1 EA @ $2,925.00 $2,925.00
Sub Total $5,090.00

>» Rental / Subcontractor:

2500LB Hammer W/ Machine 1 Day @ $975.00 $975.00
Vio 45 Ex 3 Day @ $275.00 $825.00
C6500 Dump Truck 12 HR @ $75.00 $900.00
Service Truck W/ Tools 4 Day @ $175.00 $700.00
Crane 1 EA @ $1,000.00 $1,000.00
Sub Total $4,400.00
> Labor:
Supervisor 32 Hours @ $65.00 Per $2,080.00
Labor 32 Hours @ $45.00 Per $1,440.00
Labor 32 Hours @ $45.00 Per $1,440.00
Sub Total $4,960.00
VA

tee PRAMIAG oe
Authorized Signature:

WILLIAM P DAVIS EXCAVATION LLC

PO BOX 758 - HAMPTON, NH 03843

Page Image
Finance Committee - Agenda - 7/5/2017 - P53

Finance Committee - Agenda - 7/5/2017 - P54

By dnadmin on Mon, 11/07/2022 - 10:22
Document Date
Wed, 07/05/2017 - 00:00
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Wed, 07/05/2017 - 00:00
Page Number
54
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__070520…

\ THE CITY OF NASHUA “The Gate City’

Financtal Services

Purchasing Department

June 29, 2017
Memo #18-004

TO: MAYOR DONCHESS
FINANCE COMMITTEE

SUBJECT: PUMP STATION UPGRADES DESIGN SERVICES — FINAL DESIGN (VALUE:
$461 ,569)
DEPARTMENT: 169 WASTEWATER; FUND: WASTEWATER

Please see the attached communication from Noelle Osborne, Wastewater Department Operations
Supervisor, dated June 22, 2017 for the information related to this purchase.

Pursuant to NRO § 5-83 Professional Services (A) In the purchase of accounting, architectural, auditing,
engineering, legal, medical and ambulance services and purchases of independent professional
consultant services for personnel, data processing, actuarial, planning, management and other
comparable purchases competitive bidding shall not be required.

The Wastewater Department Operations Supervisor, Board of Public Works (6/22/2017 BPW meeting)

and the Purchasing Department recommend the award of this contract in the amount of $461,569 to
Woodard & Curran of Portland, ME.

Pe

/. ny

ey =; iY
“A Hi ME
_ ban Kooken
Purchasing Manager

Ce: N Osborne L Fauteux

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

Page Image
Finance Committee - Agenda - 7/5/2017 - P54

Finance Committee - Agenda - 7/5/2017 - P55

By dnadmin on Mon, 11/07/2022 - 10:22
Document Date
Wed, 07/05/2017 - 00:00
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Wed, 07/05/2017 - 00:00
Page Number
55
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__070520…

To:

From:

Re:

I. Motion:

Attachments:

Discussion:

City of Nashua, Public Works Division

Board of Public Works Meeting Date: June 22, 2017

Noelle Osborne, Plant Operations Supervisor
Wastewater Department

Pump Station Upgrades Design Services — Final Design

To approve the contract award for final design phase of the Pump Station
Upgrades to Woodard & Curran of Portland, ME in amount not to exceed
$461,569. Funding will be through: Department: 169 - Wastewater; Fund:
Wastewater; Activity: Pump Station Upgrades.

Pump Station Upgrades ~ Final Design Phase-Scope of Work and Fee

There are fourteen (14) City owned pump stations throughout Nashua. These
pump stations are all the original installations which range from 30-55 years
old. Complete upgrades of all pump station are needed, which includes new
communications to the Wastewater Treatment Facility’s SCADA program.

Woodard & Curran was hired initially to perform a preliminary evaluation and
provide recommendations of the upgrades needed at all 14 locations.
Following the preliminary phase work they completed a 30% design of this
project. This work included most of the survey and geotechnical work needed
to move into final design.

Woodard and Curran will next complete the final design, prepare construction
bidding documents and assist with the construction bidding phase. We
recommend continuing this work with W&C since they have performed the
previous work competently and within budget. Their costs for the final design
was negotiated and is now reasonable for the scope of work involved. This
project is eligible for a 20% State Aid Grant from the New Hampshire
Department of Environmental Services.

Page Image
Finance Committee - Agenda - 7/5/2017 - P55

Finance Committee - Agenda - 7/5/2017 - P56

By dnadmin on Mon, 11/07/2022 - 10:22
Document Date
Wed, 07/05/2017 - 00:00
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Wed, 07/05/2017 - 00:00
Page Number
56
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__070520…

COMMITMENT & INTEGRITY = 41 Huichins Drive T 800.426.4262

DRIVE RESULTS Portland, Maine 04762 T 207 7742112
www, woodardcurran.com F207 774.8635
FINAL DESIGN
4 PUMP STATIONS UPGRADE PROJECT
Sy NASHUA, NH
yn
ae BACKGROUND

barrie The City of Nashua has fourteen pump stations of different sizes, types and ages. Like many

other cities Nashua decided to review and upgrade all pump stations for reasons including but
not limited to: ensure proper and reliable operation to limit sanitary sewer overflows, address
failing force mains, meet current safety standards, improve ease of maintenance and
accessibility for staff at each station, and take advantage of new technology for the betterment
of the community. In many stations, the pumping and controls equipment is beyond its
expected life. After an RFQ process and interviews, Woodard & Curran was selected to
complete this project to review and upgrade the City’s pump stations.

PREVIOUSLY COMPLETED WORK

The investigation phase of the project was approved by the Board of Public Works in October
2015 and a multiday investigation took place with Woodard & Curran engineers and plant
management and staff in November 2015. The summary report for this investigation was
delivered to the City in January 2016 and presented to city management and wastewater
treatment plant staff on March 9, 2016.

The preliminary design phase of the project was approved by the Board of Public Works in July
2016 and a Design Basis Report (DBR) was delivered to the City and presented to city
management and wastewater treatment plant staff on January 19, 2017. The DBR presented
the City with recommended upgrade options and estimates of probable construction cost for
each station based on preliminary engineering analysis of layout, mechanics, hydraulics and
constructability. The city was able to use this information to make decisions on how to proceed
so Woodard & Curran could continue to the final design phase. The City provided Woodard &
Curran with a memorandum dated February 10, 2017 summarizing the City’s design decisions
relative to the recommendations included in the DBR and outlining additional design requests.

Since the City’s February 10, 2017 memorandum, Woodard & Curran has completed additional
preliminary design tasks to evaluate several of the City’s design requests at the Northgate and
Spalding stations. A site visit was conducted on March 30, 2017 with city wastewater
treatment plant staff and structural and electrical engineers from Woodard & Curran. The
purpose of this site visit was to conduct a more extensive condition assessment of the
structural and electrical components of the pump station to verify that the City’s current
upgrade design objectives could be achieved relative to upgrading, as opposed to fully
replacing, the pump station. Site visits were also conducted on April 17, 2017 to Trestle Brook
and Santere pump stations to perform structural observations and assessments of the wet
wells and dry wells at each station and for the building at Trestle Brook.

On April 13, 2017 a teleconference was conducted including city wastewater staff, the city’s
hydraulic modeling consultant Hazen and Sawyer and Woodard & Curran to discuss modeling
results related to the preliminary design to eliminate the Spalding pump station.

Page Image
Finance Committee - Agenda - 7/5/2017 - P56

Finance Committee - Agenda - 7/5/2017 - P57

By dnadmin on Mon, 11/07/2022 - 10:22
Document Date
Wed, 07/05/2017 - 00:00
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Wed, 07/05/2017 - 00:00
Page Number
57
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__070520…

A
WOODARD
S& CURRAN

Between May 1st — 3" soil borings were completed by New England Boring Contractors within
the Nashua River as part of the Northgate force main replacement preliminary design.

PROPOSED FINAL DESIGN

The final design phase (as presented in the following scope) will be proceed to 100% final
design and bidding of upgrades to the pump stations according to Woodard & Curran’s
recommendations included in the Design Basis Report (draft report issued January 2017;
revised report issued June 2017). The June 2017 version of the Design Basis Report has
incorporated the City’s design directives provided in their memorandum summarizing design
decisions (February 2017).

Woodard & Curran intends to use three (3) subconsulltants to provide services in support of
the final engineering design. These consultants include a geotechnical firm to evaluate the
results of geotechnical exploration and testing and to provide detailed engineering analyses
relative to the foundation design of new structures and relative to the design of horizontal
drilling for a new force main pipeline; a HVAC & plumbing consultant to design upgrades to
HVAC and plumbing systems (as required); and a specialty consultant to complete a radio
propagation study to assess radio communications for pump stations that cannot be directly
served by fiber optic communications.

Final design will include engineering drawings and specifications prepared in compliance with
NHDES Clean Water State Revolving Fund requirements. Final design documents will be
prepared according to a 60%, 90% and 100% (bid-ready) milestone schedule. The 60% and
90% submittal packages will be provided to the City for review and comment prior to preparing
the 100% design documents for bidding. Woodard & Curran will also provide standard internal
Technical Advisory Team (TAT) and Quality Assurance/Quality Control (QA/QC) reviews at
these milestones. Design review meetings will be held with city management and wastewater
treatment plant staff following document submissions to the City at the 60% and 90%
milestones to discuss the City’s review comments.

FINAL DESIGN - DETAILED SCOPE OF SERVICES

The final design project includes the following general components as described below in detail:

e Project Management

e Final Design Engineering & Bid Documents
e Permitting

e Cost Estimating

e Bidding Assistance

Project Management

This task occurs concurrently with the other tasks outlined in the Scope of Services and includes those
tasks necessary to inform the City of the project's needs; monitor and control the design process;
coordinate information and meetings; coordinate with subcontractors and in-house design staff; reach
timely decisions to meet the project schedule; reports to the City on the progress of the project and
status of schedule and budget; and technical oversight of project activities. Engineer will attend

City of Nashua (P228730.19) 2 Woodard & Curran
Attachment 1 June 5, 2017

Page Image
Finance Committee - Agenda - 7/5/2017 - P57

Finance Committee - Agenda - 7/5/2017 - P58

By dnadmin on Mon, 11/07/2022 - 10:22
Document Date
Wed, 07/05/2017 - 00:00
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Wed, 07/05/2017 - 00:00
Page Number
58
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__070520…

WOODARD
& CURRAN

regularly scheduled meetings with city staff as appropriate to discuss project progress and issues
related to design of the project.

Final Desiqn Engineering & Bid Documents

Pump station and force main upgrades will be designed to the TR-16 industry standards capable of
accommodating the design flows from the contributing sewershed area. Woodard & Curran will work
with the City to specify pump station components interchangeable to current City standards.

Design documents will be prepared based on the technical recommendations included in the Design
Basis Report and will include construction drawings and specifications. Drawings will depict the work to
be done at a scale of 1” equals 40” horizontal and 1” equals 4’ vertical for pipeline plan and profile
sheets. Detail sheets, pump station site plan and specialized design plans shall be at scales as
determined by the Engineer. Specifications shall be based on the Engineers Joint Contract Documents
Committee (EJCDC) format. Engineer will provide drawings to the City for review at the 60% and 90%
design milestones in order to review progress and solicit input from City staff on the design.

Bidding documents will include final specifications and drawings and be delivered to the City and
NHDES, in two submittals: 90% Design Documents and Final Design Documents. Final bidding
documents will incorporate review comments on the 90% documents received from the City and
NHDES. Bidding documents will be developed in accordance with NHDES SRF requirements.

Permitting

Prepare and submit one (1) Wetland Utility Maintenance Notification (UMN) and one (1) Permit by
Notification (PBN) to NHDES relative to the proposed pump station upgrade and force main
replacement at the Northgate pump station, including necessary effort during the permitting and
approvals process to respond to questions and requests by NHDES.

Cost Estimating

Prepare Engineer's Estimates of Probable Construction Cost for deliverables at the 60%, 90% and
100% design milestones. Cost estimates will be based on industry construction estimating standards
and provided with a tabular summary.

Bidding Assistance

Following authorization to advertise by NHDES, Woodard & Curran staff will coordinate with the City for
publication of the bid advertisement; attend a pre-bid conference; review written questions from
contractors; issue addenda; attend the bid opening; prepare a bid tabulation; evaiuate the bids and
provide a recommendation to the City to award the construction contract. At the point of contract award
by the City, the Final Design Engineering scope of work will end and a future SRF Eligible Construction
Phase Services scope will begin.

City of Nashua (P228730.19) 3 Woodard & Curran
Attachment 1 June 5, 2017

Page Image
Finance Committee - Agenda - 7/5/2017 - P58

Finance Committee - Agenda - 7/5/2017 - P59

By dnadmin on Mon, 11/07/2022 - 10:22
Document Date
Wed, 07/05/2017 - 00:00
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Wed, 07/05/2017 - 00:00
Page Number
59
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__070520…

ENGINEERING DESIGN PHASE
CONTRACT FOR PROFESSIONAL SERVICES
FOR
TREATMENT WORKS

CITY/TOWN OF NASHUA, NEW HAMPSHIRE

This AGREEMENT made and entered into at Hillsborough County, New Hampshire, this
day of 20 , by and between City/Town of NASHUA, NEW HAMPSHIRE
hereinafter called the OWNER, and _WOODARD AND CURRAN hereinafter called the ENGINEER.

WITNESSETH:

WHEREAS, the OWNER intends to construct Treatment Works as described within the
Request for Qualifications titled “Pump Stations Upgrade Project (RFQ1090-052215)” and dated May
6, 2015 consisting of performing a field study of all (14) pump stations to development the upgrade option
for each of the stations including the potential for elimination, relocation and reconfiguration as well as
upgrading each station for integration into the OWNER’s Supervisory Control and Data Acquisition
(SCADA) system. A preliminary design including a Design Basis Report has previously been provided
based on the field study results. Final design and bid copies will be provided for the upgrade to each of
the fourteen pump stations generally known as the: Pump Stations Upgrade Project hereinafter called the
PROJECT, and

WHEREAS, professional sanitary engineering services will be required for the preparation of

plans and specifications and contract documents, and

WHEREAS, such services are of a distinct professional nature and hence not subject to the
bidding process,

NOW THEREFORE, in consideration of these premises and of the mutual covenants herein set
forth, the OWNER hereby employs the ENGINEER to furnish the following engineering services in
connection with the proposed PROJECT; and it is agreed by and between the OWNER and the
ENGINEER as follows:

02/08/06

Page Image
Finance Committee - Agenda - 7/5/2017 - P59

Finance Committee - Agenda - 7/5/2017 - P60

By dnadmin on Mon, 11/07/2022 - 10:22
Document Date
Wed, 07/05/2017 - 00:00
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Wed, 07/05/2017 - 00:00
Page Number
60
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__070520…

ENGINEERING DESIGN PHASE CONTRACT
For Professional Services for Treatment Works

Services to be performed by the ENGINEER

A. Upon execution of this AGREEMENT, the
ENGINEER agrees to proceed with all engineering,
surveying, drafting, calculations, borings, and other
work as required and necessary to develop and pro-
duce final plans, specifications, and associated con-
tract documents involved in the construction of treat-
ment works for Pump Stations Upgrade Project.
Scope of Work attached as Exhibit A and
incorporated by reference as if fully set forth herein.

The ENGINEER further agrees that said services shall
include, but shall not necessarily be limited to:

1. Plans, and Contract

Documents

Specifications,

a. The preparation of detailed plans,
specifications, and contract documents in
accordance with the rules and regulations
of the New Hampshire Department of
Environmental Services, Water Division,
hereinafter called the DIVISION, ready
for the receipt of bids and the award of
construction contracts for said construc-
tion; the work shall also include the
preparation of estimates of the cost of
construction based on the contract
documents. Prepare applications with
supporting and associated documents for
Federal, State and other grant or loan
programs. Assists the OWNER in
securing grants or loans by State, Federal
and other agency.

b. — The furnishing of all the necessary
subsurface investigations and field
surveys required for the preparation and
completion of approved plans, specifi-
cations, and contract documents.

Cc. The furnishing of+en419) fifteen
(15) copies of the final plans,
specifications, and contract documents to
the OWNER; three (3) copies of which
are to be submitted to the DIVISION.
Additional copies to be available at cost
to the OWNER.

I.

TI.

A. Assistance in

Page 2 of 5

Bidding Phase

securing construction bids,
conduct one pre-bid meeting, respond to bidder
inquires, prepare addenda as needed, conduct
bid opening, tabulation and analysis of bids,
and recommendation regarding award of
contract. A copy of the bid analysis will be
furnished to the DIVISION, and EPA. (Where
applicable)

B. Completion of formal contract documents for

the award of contracts.

The OWNER'S Responsibilities

A. — Assist the ENGINEER by placing at his dis-
posal all available information pertinent to the
PROJECT, including previous reports and other data
relative to the reports.

B. Make provisions for the ENGINEER to enter
upon public and private lands, municipal facilities and
industrial establishments as required to perform work
under this AGREEMENT.

C. The OWNER also agrees to comply with
DIVISION and Federal requirements (where
applicable) and further agrees to acquire with the
assistance of the ENGINEER all the necessary
easements, options or outright purchases of land for
the locations of said treatment works as shown on the
contract plans. The provisions of this section shall be
satisfied prior to submission of documents referred to
in III (A) below. It is also understood that no
approvals of reports or plans and specifications or
other associated documents will be made by the
DIVISION without fulfillment of this requirement.

Time of Completion

A. The ENGINEER agrees that he will submit to
the DIVISION for approval after modification or
revision as recommended by the DIVISION and
agreed to by the ENGINEER, the completed final
plans, specifications, contract, and associated
documents in compliance with the current issue of
the DIVISION's standards of design within 180
consecutive calendar days following the execution
of this AGREEMENT, and deliver same to the
OWNER within 30 calendar days following the date
of final approval by the DIVISION.

B. _ It is agreed by the parties to this contract that
failure by the ENGINEER to complete the work
within the time stipulated under II, A, above may
be considered sufficient basis for the debarment of

02/08/06

Page Image
Finance Committee - Agenda - 7/5/2017 - P60

Pagination

  • First page « First
  • Previous page ‹‹
  • …
  • Page 2494
  • Page 2495
  • Page 2496
  • Page 2497
  • Current page 2498
  • Page 2499
  • Page 2500
  • Page 2501
  • Page 2502
  • …
  • Next page ››
  • Last page Last »

Search

Meeting Date
Document Date

Footer menu

  • Contact