Skip to main content

Main navigation

  • Documents
  • Search

User account menu

  • Log in
Home
Nashua City Data

Breadcrumb

  1. Home
  2. Search

Search

Displaying 24981 - 24990 of 38765

Finance Committee - Agenda - 7/5/2017 - P61

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
61
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__070520…

ENGINEERING DESIGN PHASE CONTRACT Page 3 of 5
For Professional Services for Treatment Works

the ENGINEER from the DIVISION'S Roster of engineering surveys, including layout and
Prequalified Engineers as provided for under New logging of borings, probings or seismic
Hampshire Code of Administrative Rules Env-Wq surveys, together with plats and project

603.08, or the Assessment of liquidated damages as
provided for under RSA 485-A: 4, XII.

Compensation to be Paid the ENGINEER
A. Method of Payments Amounts of Fees

1. Payment to the ENGINEER, for services
rendered, shall be according to the following
schedule:
Monthly billing based on hours and rates by
labor category with mark-up and incidental
expenses in accordance with the attached fee
schedule.
2. The OWNER agrees to pay and _ the
ENGINEER agrees to accept for all services under
this AGREEMENT, a fee not to exceed:

Four Hundred Sixty-One Thousand
Five Hundred and Sixty-Nine Dollars
($461,569)

3. If separate documents are required for
additional construction contracts on __ this
PROJECT, an additional fee as approved by the
DIVISION shall be paid to the ENGINEER.

4. Prior to formal approval of contract
documents by the DIVISION, the ENGINEER
shall make such revisions in them as
recommended by the DIVISION and agreed to by
the ENGINEER without additional compensation.
After formal approval, if it becomes necessary to
revise the contract documents for reasons beyond
the control of the ENGINEER, payment for such
revision or revisions shall be made to the
ENGINEER subject to approval by the
DIVISION.

B. Limits of All Payments

1. The ENGINEER hereby assures the
OWNER and agrees that the following fee
for his services (exclusive of surveys,
borings, and certain special services which
follow) in connection with the preparation of
final plans, specifications, and contract
documents and other work as generally
described under I(A) is adequate to complete
the assignment and shall not exceed

Four Hundred Thirty-One Thousand
Five Hundred Sixty-Nine Dollars
($431,569)
2. It is also agreed that payment to the
ENGINEER for services in relation to

related special services shall be at actual
cost. Actual cost shall include compensation
to the ENGINEER for his work performed
on these services. The ENGINEER further
agrees that the work proposed under this
item is enough to satisfactorily complete the
contract documents and that the moneys to
be paid under this item are adequate for the
work proposed and shall not exceed

Not Applicable

3. It is again agreed that payment to the
ENGINEER for services in relation to subsurface
exploration, including borings, probings or
seismic surveys, shall be at actual cost as defined
in IV (B) 2. The ENGINEER further agrees that
the work proposed under this item is enough to
satisfactorily complete the contract documents
and that the moneys to be paid under this item are
adequate for the work proposed and shall not
exceed

Thirty Thousand Dollars
($30,000)

4. It is also agreed that payment to the
ENGINEER for services in relation to cadastral
surveys and other work associated with the
acquisition of lands, easements, and rights-of-way
essential to the construction of the PROJECT
shall be at actual cost as defined in IV (B) 2. The
ENGINEER further agrees that the work proposed
under this item is enough to provide adequate
sites, easements, and rights-of-way to permit the
unencumbered construction, operation, and
maintenance of the completed project without
interference in any way. The ENGINEER also
assures the OWNER that the moneys to be paid
under this item are adequate for the work pro-
posed and shall not exceed

Not Applicable
Additional Covenants

A. The ENGINEER agrees to provide in active
charge of this PROJECT for the life of the contract a
Project Engineer who is a permanent employee of the
ENGINEER and who a “qualified sanitary engineer”
is as defined under the DIVISION'S “Rules and
Regulations for the Prequalification of Consulting
Engineers.” The Project Engineer shall be*

Woodard & Curran, 41 Hutchins Drive, Portland, ME

02/08/06

Page Image
Finance Committee - Agenda - 7/5/2017 - P61

Finance Committee - Agenda - 7/5/2017 - P62

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
62
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__070520…

ENGINEERING DESIGN PHASE CONTRACT
For Professional Services for Treatment Works

(name and address)

* Resume clearly describing the candidate's
qualifications for the assignment is appended for
convenience of reference.

Any proposed change in identity of the Project
Engineer on the PROJECT shall first be approved by
the DIVISION before transfer of responsibility is
made. Failure of the ENGINEER to abide by the
above covenant may be considered basis for
debarment of the ENGINEER from the DIVISION'S
Roster of Prequalified Consulting Engineers as
provided for under New Hampshire Code of
Administrative Rules Env-Wq 603.08.

B. |The ENGINEER agrees to be solely responsible
for all bills or claims for payment for services
rendered by others and for all services and materials
employed in his work, and to indemnify and save
harmless the OWNER, and all of the OWNER'S
officers, agents and employees against all suits,
claims or liability of every name and nature arising
out of or in consequence of the negligent acts or
failures to act of the ENGINEER or others employed
by him in the performance of the work covered by
this AGREEMENT.

C. The ENGINEER further agrees to procure and
maintain at his expense such workmen's compensa-
tion insurance as is required by the statutes and public
liability insurance in amounts adequate to provide
reasonable protection from claims for bodily injury,
death or property damage which may result from his
performance and the performance of his employees
under this AGREEMENT.

D. All documents, including original drawings,
design calculations, work sheets, field notes, esti-
mates, and other data shall remain the property of the
OWNER, and shall be transmitted to the OWNER in
clean and orderly condition on demand; however,
these may be left in the possession of the ENGINEER
at the OWNER'S discretion.

E. The ENGINEER shall not sublet, assign or
transfer any part of the ENGINEER's services or
obligations (except surveys and borings and other
special services) under this AGREEMENT without
the prior approval and written consent of the
OWNER.

F, It is further agreed that the ENGINEER will
assist the OWNER or his authorized agent in provid-
ing the DIVISION with clear documentation
certifying that the necessary easements, options or
outright purchases of land have been secured to
provide for location of treatment works and other
associated structures and equipment as shown on the

VI.

Page 4 of 5

contract plans or described in the specifications.
Similar documentation will be submitted on approvals
from the State Department of Transportation and/or
other state agencies regarding location of treatment
works within rights-of-way and other lands under
their jurisdiction.

OWNER’S Terms and Conditions

Exhibit _B - City of Nashua Professional Services
General Terms and Conditions is hereby
incorporated by reference as if fully set forth herein.

02/08/06

Page Image
Finance Committee - Agenda - 7/5/2017 - P62

Finance Committee - Agenda - 7/5/2017 - P63

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
63
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__070520…

ENGINEERING DESIGN PHASE CONTRACT
For Professional Services for Treatment Works

IN WITNESS WHEREOF, the parties hereto have
affixed their hand and seals at Hillsborough County,
New Hampshire, the day, month, and year first above
written.

ENGINEER:

By:

(Authorized Representative*)
Date:

OWNER:

By:

(Authorized Representative*)
Date:

APPROVED: **

DEPARTMENT OF ENVIRONMENTAL SERVICES
Water Division

By:

(Authorized Representative)
Date:

* Signatures should be supported by appropriate document.

** It is agreed that as an act in furtherance of its statutory
authority to approve engineering agreements for treatment
works, the DIVISION's approval does not impose any
contractual obligation or liability on the State of New
Hampshire, the Department of Environmental Services or
the Division.

02/08/06

Page 5 of 5

Page Image
Finance Committee - Agenda - 7/5/2017 - P63

Finance Committee - Agenda - 7/5/2017 - P64

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
64
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__070520…

COST OR PRICE SUMMARY FORMAT FOR SUBAGREEMENTS UNDER NH SAG & SRF

Form Approved
DES 02/06

PART I - GENERAL

1. GRANTEE / LOANEE
City of Nashua, New Hampshire

2. GRANT/LOAN NO.
CS-330158-27

3. NAME OF CONTRACTOR OR SUBCONTRACTOR
Woodard & Curran, Inc.

4. DATE OF PROPOSAL
Monday June 5, 2017

5. ADDRESS OF CONTRACTOR OR SUBCONTRACTOR (Include ZIP)
41 Hutchins Drive Portland, Maine 04102

6. TYPE OF SERVICE TO BE FURNISHED

PART II - COST SUMMARY

HOURLY ESTIMATED
7. DIRECT LABOR (Specify labor categories) HOURS RATE COST TOTALS
Principle in Charge / Client Manager 10 $67.73 $677
Project Manager 170 $58.10 $9,877
Technical Manager 100 $51.48 $5,148
Senior Engineer 40 $58.10 $2,324
Project Engineer 800 $45.15 $36,120
Staff Engineer 500 $36.72 $18,360
Sr. Cost Estimator 40 $48.16 $1,926
Senior Designer 350 $39.13 $13,696
Designer 1060 $31.61 $33,507
Sr. Technical Advisor 60 $63.21 $3,793
Project Assistant 60 $21.67 $1,300
DIRECT LABOR TOTAL $126,728
ESTIMATED
8. INDIRECT COSTS (Specify indirect cost pools) RATE X BASE = COST
2.02 $168,290 $255,990
INDIRECT COSTS TOTAL: ; ons $255,990
9. OTHER DIRECT COSTS
a. TRAVEL ESTIMATED
COST
(1) TRANSPORTATION $2,355
(2) PER DIEM
TRAVEL COSTS TOTAL: $2,355
b. EQUIPMENT, MATERIALS, SUPPLIES ESTIMATED
(Specify categories) QTY COST COST
EQUIPMENT SUBTOTAL: $0
c. SUBCONTRACTS ESTIMATED
COST
Geotechnical Engineering $15,000
Soil Borings $15,000
Radio Propagation Study $1,725
SUBCONTRACTS SUBTOTAL: $31,725
d. OTHER (Specify categories) ESTIMATED
COST
Document Reproduction $6,000
Shipping $500
OTHER SUBTOTAL: $6,500
e. OTHER DIRECT COSTS TOTAL: $40,580
10. TOTAL ESTIMATED COST $423,297
11. PROFIT $38,272
12. TOTAL PRICE $461,569

**Profit not permitted by City of Nashua on all Other Direct Costs, including subcontractors,

Page Image
Finance Committee - Agenda - 7/5/2017 - P64

Finance Committee - Agenda - 7/5/2017 - P65

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
65
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__070520…

COMMITMENT & INTEGRITY = 47 Hutchins Drive T 800 AZG.4 262

DRIVE RESULTS Portland, Maine 04102 T 207 FTA 2112
Www. woodardcurran.com F 207.774.6835
ATTACHMENT NO. 1 EXHIBIT A
FINAL DESIGN

PUMP STATIONS UPGRADE PROJECT

& NASHUA, NH

fim

am A sBackcrounp

eee 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 - P65

Finance Committee - Agenda - 7/5/2017 - P66

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
66
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__070520…

ie
ey

>

> —“—S
WOODARD
& CURRAN

Between May 1s‘ — 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 190% 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:

Project Management

Final Design Engineering & Bid Documents
Permitting

Cost Estimating

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 - P66

Finance Committee - Agenda - 7/5/2017 - P67

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
67
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__070520…

7
WOODARD
& CURRAN

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

Finai Design 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; evaluate 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 - P67

Finance Committee - Agenda - 7/5/2017 - P68

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
68
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__070520…

a &

WOODARD
& CURRAN

FINAL DESIGN - FEE SUMMARY

As outlined in the NHDES price summary forms included with the Nashua Pump Stations Final Design
and Bid Phase Contract, the total cost for final design and bid phase engineering services is $461,569.

As of May 26, 2017 Woodard & Curran has expended approximately $277,821.34 (or +58%) of the
$479,051 budget for the Preliminary Design Contract with the design basis report completed. The
remaining subcontractor expenditures for survey and geotechnical explorations (yet to be disbursed)
total $44,573.40. Therefore, the anticipated total expenditure of the Preliminary Design Contract is
$322,394.74. The Preliminary Design Contract is expected to be closed out at the end of June 2017
and the Final Design & Bid Phase Contract is anticipated to be executed by July 2017.

The Final Design and Bid Phase Contract value of $461,569 brings the cumulative contract value of the
study phase, preliminary design phase, and final design/bidding phase to $881,500. Below is a
summary of the completed and anticipated contract expenditures at completion for each project phase.

$ 97,536 (completed)

$322,395 (anticipated at completion)
$461,569 (anticipated at completion)
$881,500

1. Study Phase:

2. Preliminary Design Phase:

3. Final Design & Bidding Phase:
TOTAL

PROJECT TEAM & SCHEDULE

We are staffed and prepared to begin the work immediately after the appropriate approvals,
terms and conditions, and contracts are executed. The following comprehensive list includes a
number of individuals who are available to work on different components of the project. This
project may not require work by all of these individuals, or other individuals may be added to
the team as needed, but the team listed is available to complete the work as needed.

Table — Staff Listing

Role Staff
Project Manager Todd Ritchie
Technical Manager Erik Osborn
Technical Manager Tom Schwartz
Technical Manager (TAT) Jason Kreil

Michael Camadeco
Peter Lyons

Project Engineer
Process Engineer

Site/Civil Technical Manager David Senus
Site/Civil Engineer Ghazal Kayal
Site/Civil Engineer Shawn Huber

Structural Technical Manager Jim Sturgis
Structural Engineer Sean Tarbox

Electrical Technical Manager Andy Fitzpatrick
Electrical Engineer Patrick Halpin

1&C Senior Technical Advisor Jon Grant

I&C Technical Manager Peter Andromalos
1&C Project Technical Specialist Bob Davis
Designer Stacy Adams

City of Nashua (P228730.19)

Attachment 1

Woodard & Curran
June 5, 2017

Page Image
Finance Committee - Agenda - 7/5/2017 - P68

Finance Committee - Agenda - 7/5/2017 - P69

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
69
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__070520…

A

Role Staff
Designer Carlos Barzola
Designer Kimberly Carpenter

a

Senior Designer

Dean Boudreau

a ‘ Senior Designer Brendhan McDevitt
ee Senior Technical Advisor(QA/QC) Ken Carlson
Serer = Administrative Debra Foshay
WOODARD
& CURRAN

We expect fo meet all calendar benchmarks included in the project schedule. Upon completion
of final design and bidding, we anticipate the work will be followed by construction
administration and we will work with the City to develop that scope.

Figure —Estimated Project Schedule

Project Highlights

Month - Year

Jul-17

Aug-17 } Sep-17

Oct-17

Nov-17

Dec-17 : Jan-17 } Feb-17

Mar-17 } Apr-17 =

Dec-19

Final Design

60% Review Meeting

90% Review Meeting

NHDES Permit Applications
100% Bid Documents Complete

Regulatory Review
NHDES Design Review Submittal
100% Bid Documents Complete

Bidding
Advertising
Pre-bid Conference
Receive Bids
Bid Evaluation and Recommendation

Construction

City of Nashua (P228730.19)
Attachment 1

Woodard & Curran
June 5, 2017

Page Image
Finance Committee - Agenda - 7/5/2017 - P69

Finance Committee - Agenda - 7/5/2017 - P70

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
70
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__070520…

COST OR PRICE SUMMARY FORMAT FOR SUBAGREEMENTS UNDER NHS AG & SRF

Form Approved
DES 02/06

PART I - GENERAL

1. GRANTEE / LOANEE
City of Nashua, New Hampshire

2. GRANT/LOAN NO.
SRF No. CS-330158-27

3. NAME OF CONTRACTOR OR SUBCONTRACTOR
Woodard & Curran, Inc.

4. DATE OF PROPOSAL
Monday, June 05, 2017

5. ADDRESS OF CONTRACTOR OR SUBCONTRACTOR (Include ZIP)

6. TYPE OF SERVICE TO BE FURNISHED

41 Hutchins Drive Final Design Engineering
Portland, M aine 04102
PART II - COST SUMMARY
HOURLY ESTIMATED
7. DIRECT LABOR (Specify labor categories) HOURS RATE COST TOTALS
Principle in Charge / Client Manager 10 $67.73 $677
Project Manager 170 $58.10 $9,877
Technical Manager 100 $51.48 $5,148
Senior Engineer 40 $58.10 $2,324
Project Engineer 800 $45.15 $36,120
Staff Engineer 500 $36.72 $18,360
Sr. Cost Estimator 40 $48.16 $1,926
Senior Designer 350 $39.13 $13,696
Designer 1060 $31.61 $33,507
Sr. Technical Advisor 60 $63.21 $3,793
Funding Specialist 0 $48.16 $0
Project Assistant 60 $21.67 $1,300
DIRECT LABOR TOTAL: $126,728
ESTIMATED
8. INDIRECT COSTS (Specify indirect cost pools) RATE X BASE = COST
2.02 $126,728 $255,990
INDIRECT COSTS TOTAL: $255,990
9. OTHER DIRECT COSTS
a. TRAVEL ESTIMATED
COST
(1)T RANSPORTATION $2,355
(2)PER DIEM
TRAVEL COSTS TOTAL: $2,355]
b. EQUIPMENT. MATERIALS, SUPPLIES (Specify categories) ESTIMATED
QTY COST COST
EQUIPMENT SUBTOTAL: $0

Page Image
Finance Committee - Agenda - 7/5/2017 - P70

Pagination

  • First page « First
  • Previous page ‹‹
  • …
  • Page 2495
  • Page 2496
  • Page 2497
  • Page 2498
  • Current page 2499
  • Page 2500
  • Page 2501
  • Page 2502
  • Page 2503
  • …
  • Next page ››
  • Last page Last »

Search

Meeting Date
Document Date

Footer menu

  • Contact