Skip to main content

Main navigation

  • Documents
  • Search

User account menu

  • Log in
Home
Nashua City Data

Breadcrumb

  1. Home
  2. Search

Search

Displaying 5331 - 5340 of 38765

Finance Committee - Agenda - 5/3/2016 - P164

By dnadmin on Mon, 11/07/2022 - 09:54
Document Date
Tue, 05/03/2016 - 00:00
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Tue, 05/03/2016 - 00:00
Page Number
164
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__050320…

PART 5 - INSTALLATION:

Weather Conditions. - Because the polyurethane agents are moisture or heat sensitive, the
nighttime temperatures must be above 40 degrees with daytime temperatures around 50
degrees. These temperatures must be consistent for several days before and after the poured
rubber installation period. Complying with these weather conditions will prevent poured rubber

from freezing which prevents proper curing.

Thickness - Overall depth of the poured rubber will vary based on critical fall heights and
installers test results. Depth of EPDM/TPV will be no less than 0.5”. Installation is performed
by technically trained GameTime approved specialists. Your GameTime dealer will schedule
installation of playground surfacing to meet your requirements.

THICKNESS CHART _ - (Below depths include 0.5” EPDM/TPV Topcoat)

1' to 4' Critical Fall Height 1.5” to 2” Total Depth
5' Critical Fall Height 2” to 2.5” Total Depth
6' Critical Fall Height 2.5” to 3” Total Depth
7' to 8' Critical Fall Height 3” to 3.5" Total Depth
9' to 10' Critical Fall Height 4” to 4.5” Total Depth
11' to 12' Critical Fall Height 5.5” Total Depth

Cold Joints - Areas in excess of 2,000 square feet or areas that require adjacent color pours will
have a cold joint or seam. Although seldom visible, seams are necessary when large pads require

more than one day pours.

Edges - Surface edges shall be flush, beveled or rolled. It is important to advise what type of edge
will be required so that the appropriate amount of materials are ordered.

Flush_- When curbing is provided around the outside perimeters of the pad, the poured rubber
will be adhered to the edge of the curbing so that the rubber surfacing is flush. This allows for a
smooth transition into the play area. However, the sub-base should be installed to allow the
proper depth of poured rubber so that the flush edge can be installed without having to fill voids
by increasing the depth SBR materials. If the sub-base is not installed properly, using too much
of the SBR materials can cause the installer to run short on the cushion course which is require

a change order to add additional materials for the project.

Beveled - When curbing is not provided for concrete or asphalt sub-bases, the installers will
bevel the edge down along the edge of the pad. This type of edge can be sloped to provide a
smoother transition but will require additional materials. If beveled at the edge of the use zones,
the edge can be more round due to the depth of the poured rubber. In this case, you may want
to have a rolled edge added to allow a smooth transition for wheelchair users.

Page Image
Finance Committee - Agenda - 5/3/2016 - P164

Finance Committee - Agenda - 4/6/2022 - P115

By dnadmin on Sun, 11/06/2022 - 21:44
Document Date
Fri, 04/01/2022 - 08:56
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Wed, 04/06/2022 - 00:00
Page Number
115
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__040620…

17.

18.

19.

Without limitation of the foregoing, Professional Engineer's attention is directed to “Title
41” Public Contracts and Property Management” C.F.R. Subtitle B “Other Provisions Relating
to Public Contracts” Section 60 “Office of Federal Contract Compliance Programs, Equal
Employment, Department of Labor’ which, by this reference, is incorporated in this
contract.

Professional Engineer agrees to assist disadvantaged business enterprises in obtaining
business opportunities by identifying and encouraging disadvantaged suppliers, consultants,
and sub consultants to participate to the extent possible, consistent with their qualification,
quality of work, and obligation of Professional Engineer under this contract.

In connection with the performance of work under this contract, Professional Engineer
agrees not to discriminate against any employee or applicant for employment because of
race, creed, color, national origin, sex, age, or sexual orientation. This agreement includes,
but is not limited to, the following: employment, upgrading, demotion or transfer,
recruitment or recruitment advertising, layoff or termination, rates of pay or other forms of
compensation, and selection for training, including apprenticeship.

Professional Engineer agrees, if applicable, to insert these provisions in all subcontracts,
except for subcontracts for standard commercial supplies or raw materials. Any violation of
any applicable provision by Professional Engineer shall constitute a material breach of the
contract.

Endorsement. Professional Engineer shall seal and/or stamp and sign professional
documents including drawings, plans, maps, reports, specifications, and other instruments
of service prepared by Professional Engineer or under its direction as required under the
laws of the State of New Hampshire.

Assignment, Transfer, Delegation, or Subcontracting. Professional Engineer shall not assign,
transfer, delegate, or subcontract any rights, obligations, or duties under this contract
without the prior written consent of the City of Nashua. Any such assignment, transfer,
delegation, or subcontracting without the prior written consent of the City of Nashua is
void. Any consent of the City of Nashua to any assignment, transfer, delegation, or
subcontracting shall only apply to the incidents expressed and provided for in the written
consent and shall not be deemed to be a consent to any subsequent assignment, transfer,
delegation, or subcontracting. Any such assignment, transfer, delegation, or subcontract
shall require compliance with or shall incorporate all terms and conditions set forth in this
agreement, including all incorporated Exhibits and written amendments or modifications.
Subject to the foregoing provisions, the contract inures to the benefit of, and is binding
upon, the successors and assigns of the parties.

City Inspection of Contract Materials. The books, records, documents and accounting
procedures and practices of Professional Engineer related to this contract shall be subject to
inspection, examination and audit by the City of Nashua, including, but not limited to, the
contracting agency, the Board of Public Works, Corporation Counsel, and, if applicable, the
Comptroller General of the United States, or any authorized representative of those
entities.

GC 9 of 13

Page Image
Finance Committee - Agenda - 4/6/2022 - P115

Finance Committee - Agenda - 5/3/2016 - P165

By dnadmin on Mon, 11/07/2022 - 09:54
Document Date
Tue, 05/03/2016 - 00:00
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Tue, 05/03/2016 - 00:00
Page Number
165
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__050320…

Gamehme;

PART 5 - INSTALLATION (Continued)

ADA Rolled - This is the type of edge to meet the requirements of ASTM 1951, Specifications
for Determination of Accessibility of Surface Systems Under and Around Playground Equipment.
The rolled edge will require additional materials in order to provide adequate ADA Wheelchair
access. The total linear feet of the pad will need to be provided if the whole site is to be ADA
compliant.

Keyway Cut - This type of an edge requires a trenched saw cut of 12” wide x %” deep along the
edge of the concrete or asphalt pad. The contractor or customer will be responsible for providing
the keyway cut. There will be a up charge if the poured rubber installer is asked to provide this
cut. The poured rubber will be beveled down into the saw cut where it will adhere preventing the

exposure of a raw edge.

Cure Time - The poured rubber will require 72 hours (3 days) to properly cure. Security is required
by the owner during this time so to avoid unnecessary damages.

PART 6 - WARRANTY:

When used under playground equipment, GameTime's GT Impax recycled poured rubber is
warranted against defects in materials and workmanship for five years.

When used with water play equipment, GameTime's GT Impax recycled poured rubber is warranted
against defects in materials and workmanship for three years provided aliphatic binder is added.
Without the aliphatic binder, the GT Impax recycled poured rubber will carry only one year warranty.

Ask you GameTime representative for a copy of our full GT Impax recycled poured rubber warranty
details.

PART 7 - MAINTENANCE:

Ask your GameTime representative for a copy of our full GT Impax recycled poured rubber
maintenance details.

Page Image
Finance Committee - Agenda - 5/3/2016 - P165

Finance Committee - Agenda - 5/3/2016 - P166

By dnadmin on Mon, 11/07/2022 - 09:54
Document Date
Tue, 05/03/2016 - 00:00
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Tue, 05/03/2016 - 00:00
Page Number
166
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__050320…

Division 9 — Construction Specifications
Legacy Playground at Labine Park

As Amended per Addendum # 2 issued March 24, 2016

ITEM ‘F’ - ENGINEERED WOOD CHIPS
A. SCOPE

This work shall consist of installation of engineered wood chips at the location(s) shown on the
layout plan per the detail of the plan set provided or as ordered by the Engineer.

B. MATERIALS AND CONSTRUCTION

The Contractor shall supply all labor, materials, equipment and transportation necessary for the
required work. The material shall be placed at a minimum depth of 12”.

C. MEASUREMENT AND PAYMENT

Engineered Wood Chips will be measured by the number of cubic yards installed. Payment for
work under these items shall be at the contract unit price per unit and shall include full
compensation for excavation, grading, material, labor, tools, equipment, disposal of
construction debris (existing sidewalk, concrete, asphalt, etc.), and any other incidentals
necessary for the satisfactory completion of this work as specified.

Page Image
Finance Committee - Agenda - 5/3/2016 - P166

Finance Committee - Agenda - 5/3/2016 - P167

By dnadmin on Mon, 11/07/2022 - 09:54
Document Date
Tue, 05/03/2016 - 00:00
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Tue, 05/03/2016 - 00:00
Page Number
167
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__050320…

Division 9 — Construction Specifications
Legacy Playground at Labine Park

As Amended per Addendum # 2 issued March 24, 2016

ITEM ‘G’ — 8"X8" LANDSCAPE TIMBER BORDER
A. SCOPE

This work shall consist of installation of a landscape timber border using 8x8 treated wood
timbers at the location(s) shown on the layout plan per the detail of the plan set provided or as
ordered by the Engineer.

B. MATERIALS AND CONSTRUCTION

The Contractor shall supply all labor, materials, equipment and transportation necessary for the
required work. The timbers shall be stacked two high to provide a vertical edge border.

C. MEASUREMENT AND PAYMENT

Landscape Timber Border will be measured by the lineal foot installed. Payment for work under
these items shall be at the contract unit price per unit and shall include full compensation for
excavation, grading, material, labor, tools, equipment, disposal of construction debris (existing
sidewalk, concrete, asphalt, etc.), and any other incidentals necessary for the satisfactory
completion of this work as specified.

Page Image
Finance Committee - Agenda - 5/3/2016 - P167

Finance Committee - Agenda - 5/3/2016 - P168

By dnadmin on Mon, 11/07/2022 - 09:54
Document Date
Tue, 05/03/2016 - 00:00
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Tue, 05/03/2016 - 00:00
Page Number
168
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__050320…

Division 9 — Construction Specifications
Legacy Playground at Labine Park

As Amended per Addendum # 2 issued March 24, 2016

ITEM ‘H’ — PLAYGROUND ELEMENTS
A. SCOPE
This work shall consist of assembling and installing the following playground equipment

elements listed under contractor build as indicated below or an approved equal. This work may
require coordination with a community build day.

Contractor Build: Community Build: Community Build:

Log Crawler Oodle Swing Kaleidoscope Bench (x4)
Omni-Spinner Topsy Turny Expression Swing
Slidewinder Hill Slide Boogie Board

Custom Double SS Hill Slide Double Bobble Rider

Integration Carousel Swing-set (3-Bay, 6 Swings)

Customer Hill Net Climber We-Saw

B. MATERIALS AND CONSTRUCTION

The Contractor shall supply all labor, materials, equipment and transportation necessary for the
required work. Playground elements will be provided by the City.

C. MEASUREMENT AND PAYMENT

Playground Elements will be a lump sum item. Payment for work under these shall include
satisfactory installation of all contractor build items, and shall include full compensation for
excavation, labor, tools, equipment, disposal of construction debris (existing sidewalk, concrete,
asphalt, etc.), and any other incidentals necessary for the satisfactory completion of this work
as specified.

Page Image
Finance Committee - Agenda - 5/3/2016 - P168

Finance Committee - Agenda - 5/3/2016 - P169

By dnadmin on Mon, 11/07/2022 - 09:54
Document Date
Tue, 05/03/2016 - 00:00
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Tue, 05/03/2016 - 00:00
Page Number
169
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__050320…

Division 9 — Construction Specifications
Legacy Playground at Labine Park

As Amended per Addendum # 2 issued March 24, 2016

ITEM ‘L’ — IRRIGATION DESIGN AND INSTALLATION
A. SCOPE

The contractor will design an efficient, cost efficient and sustainable irrigation system and
install the piping, wires, zone valves, fittings, clamps and sprinkler heads. Design must be
approved in writing by ENGINEER before installation can begin. The contractor will supply all
labor for this work. The contractors scope of work will start at the flood shack located in the
Labine Park Parking lot. The water service is in the south east corner of the building.

B. MATERIALS AND CONSTRUCTION

The parts for the above work will be provided by the city. The city will be responsible for
making the connection in the building, the backflow, and the installation of the clock.

C. MEASUREMENT AND PAYMENT

Payment will be by lump sum. 75 percent of the total will be paid upon completion of the
installation of the equipment, and 25 percent upon on acceptance of its performance by the
City.

Page Image
Finance Committee - Agenda - 5/3/2016 - P169

Finance Committee - Agenda - 5/3/2016 - P170

By dnadmin on Mon, 11/07/2022 - 09:54
Document Date
Tue, 05/03/2016 - 00:00
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Tue, 05/03/2016 - 00:00
Page Number
170
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__050320…

\ THE CITY OF NASHUA "The Gate City"

Financial Services

Purchasing Department

April 28, 2016
Memo #16-136

TO: MAYOR DONCHESS
FINANCE COMMITTEE

SUBJECT: LED STREET LIGHT CONVERSION PROJECT (VALUE: $1,455,694)
DEPARTMENT: 161 STREET; FUND: BOND
ACTIVITY: LED LIGHTING

Please see the attached communication from Stephen Dookran, P.E., City Engineer 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 City Engineer and the Purchasing Department recommend the award of this contract in an amount of
$1,455,694 to Siemens industry, Inc. of Austin, TX. This award is contingent upon BPW approval at
their next meeting scheduled for 5/5/16.

Respectfully,

Dan Kooken
Purchasing Manager

Cc: S Dookran L Fauteux

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

Page Image
Finance Committee - Agenda - 5/3/2016 - P170

Finance Committee - Agenda - 5/3/2016 - P171

By dnadmin on Mon, 11/07/2022 - 09:54
Document Date
Tue, 05/03/2016 - 00:00
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Tue, 05/03/2016 - 00:00
Page Number
171
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__050320…

To:

From:

Re:

F. Motion:

Discussion:

City of Nashua, Public Works Division

Board of Public Works Meeting Date: May 5, 2016
Stephen Dookran, P.E., City Engineer
Engineering Department

LED Street Lighting Conversion Project

To approve the construction contract for the LED Street Lighting Conversion project with
Siemens Industry, Inc. of Austin, TX in an amount of $1,455,694. Funding will be
through Department 161 Street; Fund: Bond; Activity: LED Lighting

The LED Street Lighting Conversion project consists of replacing approximately 5,500
existing High Pressure Sodium (HPS) street lights with Light Emitting Diode (LED)
street lights. Work includes a street light audit of all existing fixtures to provide the City
and Eversource with an updated inventory, a trial period of 300K LED products versus
4000K LED products, and weekly reports to be submitted in order to revise the rate
schedule for the newly installed LED lights.

The project was advertised on February 4, 2016. A mandatory prebid meeting was held
on February 23, 2016 and twenty firms were represented. Nine firms submitted bids on
March 11, 2016. Two of the firms were disqualified as non-responsive. The remaining
bids are as follows:

Firm Base Proposal Base Proposal with

Control System
Siemens $1,455,694 $2,083,936
Tanko Lighting $1,582,341 $2,308,674
Utility Service & Assistance $1,671,288 $2,295,840
The Efficiency Network $1,842,376 $2,467,452
PowerSecure $2,035,586 $2,732,116
Elecnor Hawkeye $2,174,971 N/A

The bids were tabulated and reviewed and it is recommended that the contract be
awarded to Siemens Industry, Inc. of Austin, TX as the qualified, low bidder. Their
references were checked and they received favorable recommendations from the
communities of Manchester, NH, Salem, MA and New Bedford, MA where Siemens has
recently completed projects of a similar nature.

Page Image
Finance Committee - Agenda - 5/3/2016 - P171

Finance Committee - Agenda - 5/3/2016 - P172

By dnadmin on Mon, 11/07/2022 - 09:54
Document Date
Tue, 05/03/2016 - 00:00
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Tue, 05/03/2016 - 00:00
Page Number
172
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__050320…

STANDARD FORM OF AGREEMENT
BETWEEN OWNER AND CONTRACTOR

This agreement is made:

BETWEEN the Owner: City of Nashua, New Hampshire

229 Main Street
Nashua, NH 03060

And the Contractor:

For the following Project:

ARTICLE 1 —- THE CONTRACT DOCUMENTS

The Contractor shall complete the work described in the Contract Documents for this project. The
documents consist of:

I.

Dn Rw

7.

This Agreement signed by the Owner and Contractor, including the General Terms and

Conditions;

Scope of Work;

Drawings and Specifications provided in the bid documents:

Change Order Form;

Insurance Certificate;

Written change orders for minor changes in the Work issued after execution of this
Agreement; and

Fully Executed City of Nashua Purchase Order

The Contract represents the entire and integrated agreement between the parties and supersedes
prior negotiations. proposals, representations or agreements, either written or oral. Any other
documents which are not listed in this Article are not part of the Contract.

ARTICLE 2 —- PERIOD OF PERFORMANCE

The Contractor shall perform and complete all work within the time periods set forth. The time
periods may only be altered by the parties by a written agreement to extend the period of
performance or by termination in accordance with the terms of the contract. The Contractor shall
begin performance upon receipt of an Executed Contract, a valid Purchase Order issued from

the Owner. and a Notice to Proceed.

AG-1

Page Image
Finance Committee - Agenda - 5/3/2016 - P172

Pagination

  • First page « First
  • Previous page ‹‹
  • …
  • Page 530
  • Page 531
  • Page 532
  • Page 533
  • Current page 534
  • Page 535
  • Page 536
  • Page 537
  • Page 538
  • …
  • Next page ››
  • Last page Last »

Search

Meeting Date
Document Date

Footer menu

  • Contact