Skip to main content

Main navigation

  • Documents
  • Search

User account menu

  • Log in
Home
Nashua City Data

Breadcrumb

  1. Home
  2. Search

Search

Displaying 27021 - 27030 of 38765

Finance Committee - Agenda - 2/21/2018 - P223

By dnadmin on Mon, 11/07/2022 - 11:48
Document Date
Wed, 02/21/2018 - 00:00
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Wed, 02/21/2018 - 00:00
Page Number
223
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__022120…

EXHIBIT A-1: SCOPE OF SERVICES

I. Final Design for Primary Tank Upgrade

After acceptance by OWNER of the Preliminary Design documents and revised Construction
Cost estimate in the draft Preliminary Design Report dated January 5, 2018, and indication of
any specific modifications or changes in the scope of the Project desired by OWNER, and
upon written authorization from OWNER, ENGINEER shall:

A.

Amendment #1

Permitting, Codes, Regulatory Buy-in

Discuss building code requirements with authority having jurisdiction, and discuss
and obtain permissions from DIVISION for any sole-sourcing of equipment on the
project.

60% Completion Plans, Contract Documents and Cost Estimates

Based on the agreed upon preliminary design documents for the primary tank upgrade
and appurtenances, ENGINEER shall proceed to develop 60% design plans,
specifications, and bidding document. Provide a progress printing with five (5)
copies of the preliminary plans submitted to the OWNER for review and comment.
Hold a review meeting to discuss issues requirig OWNER input.

96% Completion Plans, Contract Documents and Cost Estimates

Following the review meeting, ENGINEER shall proceed with the 90% design plans,

specifications, and bidding documents as well as to prepare an updated estimate of

construction cost. Submit five (5) copies of these plans, specifications and bidding

documents to OWNER for review and comment. Advise OWNER of any adjustments

to the Construction Cost Estimate as a result of changes in scope of the Project.

1. Meet with OWNER to discuss comments on 90% documents and provide
written response to all comments received to the satisfaction of the OWNER.

2. ENGINER shall submit three (3) copies of the 90% plans, contract documents
and estimates to the DIVISION for their review. All comments from
DIVISION shall be incorporated into the documents with a written response
on how it was addressed.

3. The 90% documents shall be submitted to the OWNER within 160 days of the

OWNER’s Notice to Proceed with Task II.

Final Plans, Contract Documents and Cost Estimates

Upon the OWNER’s and DIVISION’s acceptance of the 90% plans and contract
documents as adequately completed, the ENGINEER shall proceed with the final,
bid-ready design plans, specifications and estimates for construction costs, revised to
address the comments from the draft reviews. The submittal shall be ready to be

Primary Tanks Upgrade A-1

Page Image
Finance Committee - Agenda - 2/21/2018 - P223

Finance Committee - Agenda - 2/21/2018 - P224

By dnadmin on Mon, 11/07/2022 - 11:48
Document Date
Wed, 02/21/2018 - 00:00
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Wed, 02/21/2018 - 00:00
Page Number
224
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__022120…

advertised for construction bidding and shall include a schedule for the bidding and
construction process.

II. Bidding Phase Services

Assistance in securing construction bids, conducting 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.

1.

nin

_

11.

Amendment #1
Primary Tanks Upgrade

Make such revisions to the construction Contract Documents as may be
necessary to comply with Federal, State or OWNER requirements.

Assume OWNER to be responsible for advertising for bids for the
construction contract in appropriate newspapers and with the usual
construction industry bidding information services.

Print and provide five (5) copies of bidding documents to OWNER and three
(3) copies to DIVISION. An electronic version of all text, figures and
drawings shall also be submitted to OWNER.

Provide electronic plan room for distribution of bidding documents in
electronic PDF format to interested contractors and suppliers.

Respond to bidders’ questions.

Prepare for and attend one pre-bid conference. Notify bidders of the
conference.

Prepare any required addenda to the bid documents. Assume 2 addenda.
Attend one bid opening for the construction contract.

Review all bids and prepare bid tabulation.

Review the qualifications of the apparent low bidder(s) and compliance with
other contract requirements. Report on the results of the reviews and issue a
Recommendation for Award.

The length of the Bidding Phase is assumed to be 28 days.

Page Image
Finance Committee - Agenda - 2/21/2018 - P224

Finance Committee - Agenda - 2/21/2018 - P225

By dnadmin on Mon, 11/07/2022 - 11:48
Document Date
Wed, 02/21/2018 - 00:00
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Wed, 02/21/2018 - 00:00
Page Number
225
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__022120…

Exhibit B-1 - Fee Schedule

REVOLVING FUND PROGRAM

COST OR PRICE SUMMARY FORMAT FOR SUBAGREEMENTS UNDER THE STATE

Form Approved DES 3/96

PART i - GENERAL

1. APPLICANT - 2. GRANT/LOAN NO.
City of Nashua CWSRE-
3. NAME OF CONTRACTOR OR SUBCONTRACTOR - 4. FEIN 5. DATE OF PROPOSAL
jWright-Pierce 1/29/2018
6. ADDRESS OF CONTRACTOR OR SUBCONTRACTOR ( Include ZIP ) 7. TYPE OF SERVICE TO BE FURNISHED
230 Commercial Way, Suite 302, Portsmouth, NH 03801 Nashua WWTF - Primary Tank Upgrade -
Preliminary and Final Design and Bidding
PART || - COST SUMMARY
HOURLY ESTIMATED
7. DIRECT LABOR (Specify tabor categories) HOURS RATE COST TOTAL
Principal-in-Charge 17 $67.00 $1,139.00
Project Manager 138 $56.00 $7,728.00
Sr. Technical Advisor 78 $49.00 $3,822.00
Lead Project Engineer 660 $36.00| $23,760.00
Project Engineer 210 $33.50 $7,035.00
Sr. Project Engineer - Civil 16 $43.00 $688.00
Project Architect 85 $54.00 $4,590.00
Sr. Project Engineer - Structural 173 $56.00 $9,688.00
Project Engineer - Mechanical 22 $46.00 $1,012.00
Sr. Project Engineer - Instrument. 186 $53.00 $9,858.00
Sr. Project Engineer - Electrical 232 $55.00} $12,760.00
Field Survey Personnel 0 $28.00 $0.00
CAD Technician 884 $25.00} _ $22,100.00
Admin. Assistant 74 $20.00 $1,480.00
DIRECT LABOR TOTAL: 2,775 $105,660
ESTIMATED .
8. INDIRECT COSTS (Specify indirect cost pools) RATE x BASE = COST
168.13% 105,660.00] $177,646.16
INDIRECT COSTS TOTAL: $177,646
9. OTHER DIRECT COSTS
a. TRAVEL ESTIMATED
COST
(1) TRANSPORTATION $2,902.93
(2) FIELD VISITS
TRAVEL COSTS TOTAL: $2,902.93
b. EQUIPMENT, MATERIALS, SUPPLIES ESTIMATED
(Specify categories) QTY COST COST
Printing and postage $1,935.29
EQUIPMENT SUBTOTAL : $1,935.29
c. SUBCONTRACTS | ESTIMATED
COST
$0.00
Thickness Testing Equipment 400 $400.00
0 $0.00
SUBCONTRACTS SUBTOTAL : $400.00
d. OTHER (Specify categories) ESTIMATED
QTY COST COST
OTHER SUBTOTAL : $0.00
e. OTHER DIRECT COSTS TOTAL : $5,238
10. TOTAL ESTIMATED COST $288,544
11. PROFIT $28,331
12. TOTAL PRICE $316,875.00

Page Image
Finance Committee - Agenda - 2/21/2018 - P225

Finance Committee - Agenda - 2/21/2018 - P226

By dnadmin on Mon, 11/07/2022 - 11:48
Document Date
Wed, 02/21/2018 - 00:00
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Wed, 02/21/2018 - 00:00
Page Number
226
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__022120…

OR'S CATALOG LISTINGS, IN-HOUSE ESTIMATES, PRIOR QUOTES | MARKET OPOS
(Indicate basis for price comparison) PRICE PRICE

INSERT THE APPROPRIATE WORK CATEGORY IN THE TABLE BELOW. WORK CATEGORIES WOULD
INCLUDE BUT NOT BE LIMITED TO THOSE CATEGORIES SHOWN IN THE CONTRACT DOCUMENTS SUCH
AS DESIGN, SURVEY, SUBSURFACE, CADASTRAL, O&M MANUAL, ADMINISTRATION, INSPECTION,
RECORD DWGS., START-UP, SPEC ES, ETC.

Estimates | Average} Estimated

2 10 Hours Rate Cost

Principal-i 17] $ 67.00 | $ 1,139.00

Man 68| 56] 14 138] $ 56.00 7,728.00

r. Technical Advisor 42| 36 0 78) $ 49.00 3,822.00

Lead Engineer} 326 54 $ 36.00 23,760.00

ect Engineer 80 30 $ 33.50 7,035.00

ineer - 4 $ 43.00 688.00

Architect at $ 54.00 4,590.00

ineer-{ 27 $ 56.00 9,688.00

Engineer - 2 $ 46.00 1,012.00

ineer-l] 34 $ 53.00 9,858.00

r. Engineer - 38 $ 55.00 12,760.00
Field Su Person 0 0} $ 28.00 -

Technician 4 884] $ 25.00 22,100.00

min. Assistant 16] 44] 14 74| $ 20.00 1,480.00

792) 1859] 124 2775 -

otal - Direct Labor Cost § 105,660.00

comments:

f:\standard\proj_man\agreemnt
\nh_des\Nashua_PrimClar_Design_FeeEst__2018-01-26.xlsx\2nd page-T1 Page 2 of 2

Page Image
Finance Committee - Agenda - 2/21/2018 - P226

Finance Committee - Agenda - 2/21/2018 - P227

By dnadmin on Mon, 11/07/2022 - 11:48
Document Date
Wed, 02/21/2018 - 00:00
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Wed, 02/21/2018 - 00:00
Page Number
227
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__022120…

EXHIBIT B-1 - SUMMARY OF ESTIMATED STAFF EFFORT (HOURS) AND COSTS

DESIGN PHASE FOR PRIMARY TANK UPGRADES
CITY OF NASHUA, NH

TASK DESCRIPTIONS
Typical Salary Rate

Principal-in-
Charge
$67.00

Project
Manager
$56.00

Sr. Technical
Advisor
$49.00

Lead Project
Engineer
$36.00

Project
Engineer
$33.50

Sr. Project
Engineer -
Civil
$43.00

Project
Architect
$54.00

Sr. Project

Engineer -

Structural
$56.00

Project
Engineer -
Mechanical

$46.00

Sr. Project

Engineer -

Instrument.
$53.00

Sr. Project

Engineer -

Electrical
$55.00

CAD
Technician
$25.00

Admin.
Assistant
$20.00

TOTAL
HOURS

NON-LABOR

SUBS

DIRECT LABOR
COST

TOTAL

SUB-TOTALs

Design of Primary Tanks Upgrade

!. Preliminary Design

A_ Conduct kickoff workshop

a

a

12

a

2

Q

°

o

34

$200.00

$0.00

$1,322.00

$4,099.15

B_ Prepare base plans

10

16

29

$150.00

$0.00

$898.50

$2,800.06

C Prepare and issue draft TMs:

1 Evaluate design reqs for upgraded chain &
flight mechanism (include 1 day of site visits to
other WWTF with staff}. Evaluate options for
relocation of drive/return shafts. Draft TM.

36

42

$200.00

$0.00

$1,542.00

$4,748.02

2 Evaluate options for new sludge withdrawl
system for basins 3, 4, 5. Draft TM.

16

$0.00

$0.00

$662.00

$1,952.52

3 Determine options for new access hatches
over sludge wells, draft TM.

$0.00

$0.00

$281.00

$828.79

4 Access condition of primary pumps with
mfgr's rep and determine rehab requirements.
Draft TM.

12

$150.00

$0.00

$530.00

$1,713.20

5 Inspect odor control fan with mfgr's rep to
determine rehab reqs. Inspect grease/mist
eliminator, fan enclosure and carbon vessel
with mfgr's rep and access upgrade needs.
Draft TM.

16

24

$150.00

$0.00

$936.00

$2,910.67

6 Evaluate scum disposal and handling
alternatives including screening and
thickening, pumping, scum well upgrades (1-
day of site visits to other WWTF with staff).
Draft TM

10

70

$200.00

$0.00

$2,618.00

$7,921.61

7 Evaluate options to prevent floatables from
accumulating in primary influent channel, draft
TM.

10

$0.00

$0.00

$683.00

$2,014.46

8 Evaluate gravity thickener loadings with regard
to typical loading rates, access chemical
addition alternatives and options to improve
flow split. Draft TM.

36

$0.00

$0.00

$1,716.00

$5,061.22

9 Conduct pipe thickness testing to confirm
suitability of piping. Summarize recommended
piping, fitting and valve modifications. Draft
TM. Assume 2 days on-site and assistance
from Nashua staff.

20

26

$250.00

$400.00

$729.00

$2,800.13

10 Evaluate requirements to allow tanks to be
drained through sludge withdrawl lines, draft

13

$0.00

$0.00

$393.00

$1,159.13

11 Building Design Disclipines shall inspect
existing facilities and prepare preliminary
design technical memos summarizing
anticipated improvements as follows:

(a) Assess the condition of the existing concrete
in tanks, assume 1 site inspection and
assistance from Nashua staff.
Recommendations summarized in draft TM.

14

20

$150.00

$0.00

$995.00

$3,084.68

(b) Draft instrumentation TM memo to summarize
exist. control system & recommended
improvements. Including monitoring system
for the clarifier mechanism & proposed
changes to the sludge withdraw! system.

24

36

$0.00

$0.00

$1,616.00

$4,766.28

(c) Electrical TM outlining requirements for new
electrial gear.

32

$0.00

$0.00

$2,104.00

$6,205.60

(d) Draft architectural TM summarizing existing
code issues in Primary Gallery and stairwell
and recommendations for space upgrades.

10

33

$0.00

$0.00

$1,422.00

$4,194.09

Page Image
Finance Committee - Agenda - 2/21/2018 - P227

Finance Committee - Agenda - 2/21/2018 - P228

By dnadmin on Mon, 11/07/2022 - 11:48
Document Date
Wed, 02/21/2018 - 00:00
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Wed, 02/21/2018 - 00:00
Page Number
228
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__022120…

EXHIBIT B-1 - SUMMARY OF ESTIMATED STAFF EFFORT (HOURS) AND COSTS
DESIGN PHASE FOR PRIMARY TANK UPGRADES
CITY OF NASHUA, NH

Sr. Project Sr. Project Project Sr. Project Sr. Project
Principal-in- Project Sr. Technical | Lead Project Project Engineer - Project Engineer - Engineer - Engineer - Engineer - CAD Admin. TOTAL DIRECT LABOR
TASK DESCRIPTIONS Charge Manager Advisor Engineer Engineer Civil Architect Structural Mechanical Instrument. Electrical Technician Assistant HOURS NON-LABOR SUBS COST TOTAL SUB-TOTALs
Typical Salary Rate $67.00 $56.00 $49.00 $36.00 $33.50 $43.00 $54.00 $56.00 $46.00 $53.00 $55.00 $25.00 $20.00
(e) Miscellaneious HVAC / Civil Accessment and
Input 0 0 0 1 0 4 0 0 2 0 0 0 0 7 $0.00 $0.00 $300.00 $884.83
12 Bi-month progress meetings to review TMs,
etc. Assume 2 meetings total.
0 16 0 20 16 0 0 0 0 0 0 0 0 52 $250.00 0.00
13 Submit each technical memo submitted to City, - 0. $2,152.00 $6,597.17
discuss as appropriate during progress
meetings, update TMs based upon
discussions.
0 4 4 24 12 0 4 1 0 4 1 0 0 48 $0.00 $0.00 $1,904.00 $5,615.71
D Prepare Preliminary Design Report (PDR) that
includes compiled technical memos, final
design criteria, preliminary drawings and
outline specifications.
4 12 12 36 15 0 0 0 0 0 0 32 4 115 $0.00 $0.00 $4,206.50 $12,406.78
E Prepare Construction cost estimate. 0 2 6 22 4 0 4 4 0 4 4 0 0 50 $0.00 $0.00 $2,204.00 $6,500.54,
F Submit Draft PDR, Meet with City, Incorporate
comments, submit to City and DES.
4 12 2 20 2 0 0 0 0 0 0 1 10 51 $689.02 $0.00 $2,050.00 $6,735.35) $95,000.00
subtotal 8 68 42 326 80 4 27 27 2 34 38 120 16 792 $2,389 $400 $31,264
ll. Final Design [assumes no scum handling
changes]
A_ Permit applications, agency buy-
in/permissions 0 6 0 12 0 9 4 0 0 0 0 0 0 22 0.00 0,
B 60% plans, contract documents and cost s $0.00 $904.00 $2,902.24
estimates 4 20 10 122 44 2 22 62 8 64 80 320 8 766 391.16 0.00
C€ 90% plans, contract documents and cost $ $. $28,810.00 $85,364.24
estimates 4 24 24 122 44 8 22 62 8 64 80 320 20 802 $500.00 $0.00 $30,218.00 $89,625.88
E Final plans, contract documents and cost ° °
estimates 1 6 2 24 12 2 8 20 4 22 32 120 16 269 $500.00 $0.00 $9,835.00 $29,507.64 $207,400.00
Ill. Bidding
A_ Issue 8 bid sets to Owner and Division,
respond to questions with up to 2 addenda 0 8 0 36 12 0 2 2 0 2 2 4 12 80 $838.04 0.00 2,922.00
B_Pre-bid conference & bid opening 0 2 0 10 8 0 0 0 0 0 0 0 1 21 $200.00 om : $760.00 es
C_ Evaluation of bids 0 4 0 8 10 0 0 0 0 0 0 0 1 23 $20.00 $0.00 $867.00 $2,577.16 $14,475.00
TOTAL HOURS 17 138 78 660 210 16 85 173 22 186 232 884 74 2775 $4,838.22 $400.00 $105,660.00 $316,875.00
TASK 1 Direct Labor $105,660.00
indirect Labor $177,646.16
Non-Labor $4,838.22
Subcontractor $400.00
Sub Markup $0.00
Fixed Fee $28,330.62

Total Fee $316,875.00

Page Image
Finance Committee - Agenda - 2/21/2018 - P228

Finance Committee - Agenda - 8/17/2022 - P290

By dnadmin on Sun, 11/06/2022 - 21:46
Document Date
Fri, 08/12/2022 - 13:02
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Wed, 08/17/2022 - 00:00
Page Number
290
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__081720…

24.

25.

26.

27.

28.

29.

NON-WAIVER OF TERMS AND CONDITIONS None of the terms and conditions of this contract shall
be considered waived by the City of Nashua. There shall be no waiver of any past or future default,
breach, or modification of any of the terms and conditions of the contract unless expressly
stipulated to by the City of Nashua in a written waiver.

RIGHTS AND REMEDIES The duties and obligations imposed by the contract and the rights and
remedies available under the contract shall be in addition to and not a limitation of any duties,
obligations, rights, and remedies otherwise imposed or available by law.

PROHIBITED INTERESTS Professional Engineer shall not allow any officer or employee of the
City of Nashua to have any indirect or direct interest in this contract or the proceeds of this contract.
Professional Engineer warrants that no officer or employee of the City of Nashua has any direct or
indirect interest, whether contractual, noncontractual, financial or otherwise, in this contract or in
the business of Professional Engineer. If any such interest comes to the attention of Professional
Engineer at any time, a full and complete disclosure of the interest shall be immediately made in
writing to the City of Nashua. Professional Engineer also warrants that it presently has no interest
and that it will not acquire any interest, direct or indirect, which would conflict in any manner or
degree with the performance of services required to be performed under this contract. Professional
Engineer further warrants that no person having such an interest shall be employed in the
performance of this contract. If City of Nashua determines that a conflict exists and was not
disclosed to the City of Nashua, it may terminate the contract at will or for cause in accordance

with paragraph 8.

In the event Professional Engineer (or any of its officers, partners, principals, or employees acting
with its authority) is convicted of a crime involving a public official arising out or in connection
with the procurement of work to be done or payments to be made under this contract, City of
Nashua may terminate the contract at will or for cause in accordance with paragraph 8. Upon
termination, Professional Engineer shall refund to the City of Nashua any profits realized under
this contract, and Professional Engineer shall be liable to the City of Nashua for any costs incurred
by the City of Nashua in completing the work described in this contract. At the discretion of the
City of Nashua, these sanctions shall also be applicable to any such conviction obtained after the
expiration or completion of the contract.

Professional Engineer warrants that no gratuities (including, but not limited to, entertainment or
gifts) were offered or given by Professional Engineer to any officer or employee of the City of
Nashua with a view toward securing a contract or securing favorable treatment with respect to the
awarding or amending or making of any determinations with respect to the performance of this
contract. If City of Nashua determines that such gratuities were or offered or given, it may
terminate the contract at will or for cause in accordance with paragraph 8.

The rights and remedies of this section shall in no way be considered for be construed as a waiver
of any other rights or remedies available to the City of Nashua under this contract or at law.

THIRD PARTY INTERESTS AND LIABILITIES The City of Nashua and Professional Engineer,
including any of their respective agents or employees, shall not be liable to third parties for any act
or omission of the other party. This contract is not intended to create any rights, powers, or interest
in any third party and this agreement is entered into for the exclusive benefit of the City of Nashua
and Professional Engineer.

SURVIVAL OF RIGHTS AND OBLIGATIONS The rights and obligations of the parties that by their
nature survive termination or completion of this contract shall remain in full force and effect.

SEVERABILITY In the event that any provision of this contract is rendered invalid or unenforceable
by any valid act of Congress or of the New Hampshire legislature or any court of competent

GC 16 of 11

Page Image
Finance Committee - Agenda - 8/17/2022 - P290

Finance Committee - Agenda - 2/21/2018 - P229

By dnadmin on Mon, 11/07/2022 - 11:48
Document Date
Wed, 02/21/2018 - 00:00
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Wed, 02/21/2018 - 00:00
Page Number
229
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__022120…

B\ THE CITY OF NASHUA “the Cate City"

Financial Services

Purchasing Department

February 15, 2018
Memo #18-084

TO: MAYOR DONCHESS
FINANCE COMMITTEE

SUBJECT: HEADWORKS UPGRADE PROJECT — CHANGE ORDER #9 (VALUE: $11,489)
DEPARTMENT: 169 WASTEWATER; FUND: SRF LOAN
ACTIVITY: HEADWORKS UPGRADE

Please see the attached communication from David L. Boucher, Superintendent Wastewater Department
dated February 8, 2018 for the 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 Wastewater Department, the Board of Public Works (2/8/2018 meeting) and the

Purchasing Department recommend the approval for this Change Order #9 in the amount of $11,489 to
T-Buck Construction, inc. of Auburn, ME.

Respectfully,,--~
pple —

Dan Kooken
Purchasing Manager

Ce: D Boucher L Fautuex

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

Page Image
Finance Committee - Agenda - 2/21/2018 - P229

Finance Committee - Agenda - 2/21/2018 - P230

By dnadmin on Mon, 11/07/2022 - 11:48
Document Date
Wed, 02/21/2018 - 00:00
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Wed, 02/21/2018 - 00:00
Page Number
230
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__022120…

To:

From:

vs)
aD

D. Motion:

Attachments:

Discussion:

City of Nashua, Public Works Division

Board of Public Works Meeting Date: February 8, 2018

David L. Boucher, Superintendent
Wastewater Department

Headworks Upgrade Project

To approve Change Order 9 to the Headworks Upgrades contract with T-Buck
Construction, Inc. in the amount of $11,488.75. Funding will be through:
Department: 169 Wastewater; Fund: SRF Loan; Activity: Headworks Upgrades.

Change Order 9 Backup

The contract with TBuck for the Headworks Upgrades at the Wastewater
Treatment Facility was originally for $2,848,222.00. Previous change orders (1-8)
in the amount of $199,104.80 brings the current contract value to $3,047,326.80.
Past change orders included new lockers for the men’s locker room, relocation of
pipes and ducts due to conflicts, changing out electric circuits and wire that were
found to be deficient or undersized, addition of several new ceiling mounted
heaters and modifications to influent flow channel to allow new screens to fit,
plumbing and HVAC modifications.

Change order 9 is for the following extra work items:

1) Relocate existing wiring in screenings room into explosion proof
containers.

2) Provide additional fire alarm panel and wiring to wet well from box
since existing alarm was not to code.

The change order work scope and costs have been reviewed and approved by the
consultant Wright Pierce. The total amount of this change order comes to
$11,488.75. The new value of their contract following this change order will be
for $3,058,815.55.

This project is an SRF funded project and the City will be seeking a State Aid
Grant (SAG) in the amount of 20% of the costs should such funding become
available.

Page Image
Finance Committee - Agenda - 2/21/2018 - P230

Finance Committee - Agenda - 2/21/2018 - P231

By dnadmin on Mon, 11/07/2022 - 11:48
Document Date
Wed, 02/21/2018 - 00:00
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Wed, 02/21/2018 - 00:00
Page Number
231
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__022120…

B-6.1

CHANGE ORDER
No. 9
PROJECT: _Headworks Upgrade DATE OF ISSUANCE: Upon City Approval
OWNER: City of Nashua
229 Main St, Nashua, NH 03062
(Address)
CONTRACTOR: T-Buck Consiruction, inc. OWNER’s Project No.

CONTRACT FOR: _Headworks Upgrade ENGINEER _ Wright-Pierce
ENGINEER’s Project No. 13089

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

Description: Refer to the Attachments.

Purpose of Change Order: Refer to the Attachments.

Justification: Refer to the Attachments.

_ Attachments: T Buck Construction Proposal #38 dated 10-20-17

CHANGE IN CONTRACT PRICE

Original Contract Price
$ _2,848,222.00

CHANGE IN CONTRACT TIME

Original Contract Time

455 days
(days er-date)

Previous Change Orders
$ 199,108.80

Net change from previous Change Orders
164 days

(days)

Contract Price prior to this Change Order
$ _3,047,326.80

Contract Time prior to this Change Order

619 days
(days or date)

Net Increase (Deerease) of this Change Order
$ 11,488.75

Net Increase (decrease) this Change Order

None
(days)

Contract Price with all approved Change Orders
$ 3,058,815.55

Contract Time with all Change Orders
619 days ( Final Completion 01/31/2018)

{days or date)

This document will become a supplement to the CONTRACT and all provisions will apply hereto. The
attached Contractor’s Revised Project Schedule reflects increases or decreases in Contract Time as

authorized by this Change Order.

Stipulated price and time adjustment includes all costs and time associated with the above described change.
Contractor waives all rights for additional time extension for said change. Contractor and Owner agree that

the price(s) and time adjustment(s) stated above are equitable and acceptable to both parties.

RECOMMENDEBR: APPROVED:
By: By:
ngineer Owner

L-18-2MH

APPROVED:
By: By:

APPROVED:

Contractor NHDES

Date Date

Date Date

13089A

Page Image
Finance Committee - Agenda - 2/21/2018 - P231

Pagination

  • First page « First
  • Previous page ‹‹
  • …
  • Page 2699
  • Page 2700
  • Page 2701
  • Page 2702
  • Current page 2703
  • Page 2704
  • Page 2705
  • Page 2706
  • Page 2707
  • …
  • Next page ››
  • Last page Last »

Search

Meeting Date
Document Date

Footer menu

  • Contact