Skip to main content

Main navigation

  • Documents
  • Search

User account menu

  • Log in
Home
Nashua City Data

Breadcrumb

  1. Home
  2. Search

Search

Displaying 6671 - 6680 of 38765

Finance Committee - Agenda - 2/2/2016 - P77

By dnadmin on Mon, 11/07/2022 - 09:56
Document Date
Tue, 02/02/2016 - 00:00
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Tue, 02/02/2016 - 00:00
Page Number
77
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__020220…

PART HI - PRICE SUMMARY

Cost

13. COMPETITOR'S CATALOG LISTINGS, IN-HOUSE ESTIMATES, PRIOR QUOTES MARKET PROPOSED
(Indicate basis for price comparison) PRICE(S) PRICE
PART IV - DIRECT LABOR BY CATEGORY
14. 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, SPECIAL SERVICES, ETC.
Work category Pal Bag _ Total
> & A as Ge = H
3 ce o = ours Rate Cost
a Egy ob 2 o o
4S |e sl ess) §
a & ol A E wa &
o 2 2 a oO yg 4
Principle in Charge 0 0 $64.72 $0
Client Manager 20 10 30 $61.71 $1,851
Project Manager 68 12 80 $57.19 $4,576
Lead Project Engineer 92 92 $46.66 $4,293
Project Engineer 38 38 $43.65 $1,659
Sr. Technical Advisor 8 $61.71 $494
Sr. Area Manager 76 76 $58.70 $4,461
Senior Engineer
3 . 3,775
SCADA 76 76 $49.67 $3,77
Staff Engineer, SCADA 0 0 $31.61 $0
Senior Engineer, 0 0 $57.19 $0
Electrical
Staff Engineer, Electrical] 16 16 $40.64 3650
Staff Engineer, Process 32 48 80 $31.61 $2,529
Senior Engineer,
Structural 4 4 $57.19 $229
eee 8 8 $40.64 $325
Structural
Sr. Cost Estimator 40 40 $42.14 $1,686
Designer 0 0 $34.62 50
Senior Planner 40 40 $46.66 $1,866
Technical Specialist 0 0 $45.15 $0
Project Assistant 20 20 $28.60 $572
eee 500 | 0 0 |108/ o | o | o 608
608
Total - Direct Labor
$28,965

Page Image
Finance Committee - Agenda - 2/2/2016 - P77

Finance Committee - Agenda - 2/2/2016 - P78

By dnadmin on Mon, 11/07/2022 - 09:56
Document Date
Tue, 02/02/2016 - 00:00
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Tue, 02/02/2016 - 00:00
Page Number
78
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__020220…

Pr ox. ey
YT eT
¢ v4
f :
ie 2

\ THE CITY OF NASHUA “The Cate Cy:

Financial Services

Purchasing Department

February 25, 2016
Memo #16-114

TO: MAYOR DONCHESS
FINANCE COMMITTEE

SUBJECT: STEAM BOILER WATER TREATMENT SERVICES (VALUE: $2,492)
DEPARTMENT: 169 WASTEWATER; FUND: WASTEWATER
ACCOUNT CLASSIFICATION: 54 PROPERTY SERVICES

Please see the attached communication from David Simmons, Wastewater Department Superintendent
dated February 29, 2016 for the information related to this purchase.

The original contract was awarded in the amount of $8,990. Change Order #1 in the amount of $2,492 for
a new contract total of $11,482 is over $10,000. Pursuant to NRO § 5-78 Major purchases (greater than
$10,000) this contract now requires Finance Committee approval.

The Wastewater Department Superintendent, Board of Public Works (February 29, 2016) and the

Purchasing Department recommend Change Order #1 on this contract in the amount of $2,492 to Clarity
Water Technologies of North Congers, NY.

Respectfully
: a
One pe
' ‘Dan Kooken
Purchasing Manager

Cc: D Simmons L Fauteux

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

Page Image
Finance Committee - Agenda - 2/2/2016 - P78

Finance Committee - Agenda - 2/2/2016 - P79

By dnadmin on Mon, 11/07/2022 - 09:56
Document Date
Tue, 02/02/2016 - 00:00
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Tue, 02/02/2016 - 00:00
Page Number
79
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__020220…

To:

From:

Re:

C. Motion:

Discussion:

City of Nashua, Public Works Division
Board of Public Works Meeting Date: February 29, 2016

David A. Simmons, Superintendent
Wastewater Department

Steam Boiler Water Treatment Service — Change Order #1

To approve Change Order #1 in the amount of $2,491.70 to the contract with
Clarity Water Technologies of North Congers, NY for the steam boiler water
treatment service at the Wastewater Treatment Facility. Funding will be through
Department: 169 Wastewater; Fund: Wastewater; Account Classification: 54
Property Services.

Clarity Water Technologies provides the water treatment service to the new steam
boilers at the facility.

The original contract, in the amount of $8,990, was for a twelve month period
beginning February 1, 2015 and ending January 31, 2016. PO # 121661 was
issued was FY2016.

This Change Order #1 in the amount of $2491.70 will extend the contract through
FY 2016. Bids will be solicited for the FY2017 service agreement.

Upon approval of Change Order #1 the total contract value will be $11,481.70.

Page Image
Finance Committee - Agenda - 2/2/2016 - P79

Finance Committee - Agenda - 2/2/2016 - P80

By dnadmin on Mon, 11/07/2022 - 09:56
Document Date
Tue, 02/02/2016 - 00:00
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Tue, 02/02/2016 - 00:00
Page Number
80
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__020220…

SERVICE AGREEMENT

STEAM BOILERS WATER TREATMENT,
WASTEWATER TREATMENT FACILITY

BETWEEN
CITY OF NASHUA
AND
CLARITY WATER TECHNOLOGIES, LLC

Original Service Agreement Executed Dated: January 26, 2015

This AMENDMENT No. 1, dated is attached to and made part of the
SERVICE AGREEMENT between the City of Nashua, New Hampshire and Clarity Water
Technologies, LLC for water treatment of the steam boilers at the City of Nashua’s Wastewater

Treatment Facility.

All terms of the SERVICE AGREEMENT, executed on January 26, 2015, other than the
Compensation Schedule shall remain in force until the completion of the work authorized under this

Amendment No.1.

This Amendment No 1, with attachments (Exhibit A), along with the original SERVICE
AGREEMENT, executed on January 26, 2015, with attachments, constitutes the entire agreement and

understanding between the parties and supersedes all prior agreements and understandings relating

hereto.
OWNER: VENDOR:
City of Nashua, NH _ (signature) Clarity Water Technologies (signature)

James Donchess, Mayor
(Printed Name and Title) (Printed Name and Title)

Date Date

Clarity Water Technologies, LLC 1
Amendment #1

Page Image
Finance Committee - Agenda - 2/2/2016 - P80

Finance Committee - Agenda - 2/2/2016 - P81

By dnadmin on Mon, 11/07/2022 - 09:56
Document Date
Tue, 02/02/2016 - 00:00
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Tue, 02/02/2016 - 00:00
Page Number
81
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__020220…

clarit

water technologies llc
AGREEMENT

Effective Date: February 1, 2016

Clarity Water Technologies LLC agrees to provide services and chemicals to the customer the City Of Nashua
for a period of 5 months. The Customer agrees to pay $2491.70 and will be billed monthly @ $498.34

SHIP TO: BILL TO:

City of Nashua City of Nashua

Sawmill Rd 229 Main Street

Nashua, NH 03060 Nashua, NH 03060

Receiving ATTN: ACCOUNTS PAYABLE ~ PO #121661

Clarity Water Technologies LLC:

By: Shomas Hageman

Thomas Hageman

(Printed Name)
Title: North East Regional Manager/Owner

Tax Exempt Check One) [] Yes [] No
If yes, a tax exemption certificate needs to be attached to
the agreement in order to process the contract.

WHEN OUR CUSTOMERS SUCCEED WE SUCCEED

Page Image
Finance Committee - Agenda - 2/2/2016 - P81

Finance Committee - Agenda - 2/2/2016 - P82

By dnadmin on Mon, 11/07/2022 - 09:56
Document Date
Tue, 02/02/2016 - 00:00
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Tue, 02/02/2016 - 00:00
Page Number
82
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__020220…

(Gea THE CITY OF NASHUA “the Gate Cy

Financial Services

Purchasing Department

February 25, 2016
Memo #16-115

TO: MAYOR DONCHESS
FINANCE COMMITTEE

SUBJECT: INSTALLATON OF FLOW METER (VALUE: $15,860)
DEPARTMENT: 169 WASTEWATER; FUND: WERF
ACCOUNT CLASSIFICATION: 81 BUILDINGS & IMPROVEMENTS

Please see the attached communication from David Simmons, Wastewater Department Superintendent
dated February 29, 2016 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 Wastewater Department Superintendent, Board of Public Works (February 29, 2016) and the

Purchasing Department recommend the award of this installation contract in the amount of $15,860 to
Methuen Construction of Salem, NH.

Respectfully,

Dan Kooken
Purchasing Manager

Ce: D Simmons L Fauteux

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

Page Image
Finance Committee - Agenda - 2/2/2016 - P82

Finance Committee - Agenda - 2/2/2016 - P83

By dnadmin on Mon, 11/07/2022 - 09:56
Document Date
Tue, 02/02/2016 - 00:00
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Tue, 02/02/2016 - 00:00
Page Number
83
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__020220…

To:

From:

Re:

H. Motion:

Attachments:

Discussion:

City of Nashua, Public Works Division

Board of Public Works Meeting Date: February 29, 2016

David A. Simmons, Superintendent
Wastewater Department

Installation of Flow Meter

To approve the installation of a mag flow meter in the wet weather facility at the
Wastewater Treatment Facility to Methuen Construction of Salem, NH in amount of
$15,860. Funding will be through: Department: 169 Wastewater; Fund: WERF; Account
Classification: 81 Buildings & Improvements.

Methuen Construction Corporation Bid

The flow meter for the wet weather facility has failed. This meter has electrodes built into
a 36-inch ductile iron flange section of the pipe. Both the meter and the flange have to be
replaced. Since this flange is a large, heavy 36-inch section of ductile iron pipe it is a
difficult and labor intensive operation to remove and replace it. The flow meter was
previously purchased by the Wastewater Plant and is on WERF list (Asset ID: WW-
INST).

Bids were sought from 4 contractors that have completed recent project at the wastewater
facility. Out of the four, three of them submitted bids, as follows:

Penta Corp Moultonboro, NH $28,620
Weston & Sampson Andover, MA $21,500
Methuen Construction Salem, NH $15,860

The low bidder, Methuen Construction Corporation, was the contractor at the plant for
the Wet Weather Facility and the CSO14 project. They are a reputable contractor and
are very knowledgeable in all plant related construction activities. They have provided
quality construction work on these projects for the City and are well qualified for this
work.

Page Image
Finance Committee - Agenda - 2/2/2016 - P83

Finance Committee - Agenda - 2/2/2016 - P84

By dnadmin on Mon, 11/07/2022 - 09:56
Document Date
Tue, 02/02/2016 - 00:00
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Tue, 02/02/2016 - 00:00
Page Number
84
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__020220…

City of Nashua
Service Agreement

Installation of Flow Meter

Service Agreement between ___ Methuen Construction with its office located at 40 Lowell Road in
Salem, New Hampshire 03079 hereinafter “VENDOR”) and The City of Nashua, New Hampshire
(hereinafter “OWNER”).

This Agreement represents the entire and integrated agreement between the parties and supersedes prior
negotiations, representations or agreements, either written or oral.

The intent of the Agreement is to include all items necessary for the proper execution and completion of the
work by the VENDOR.

The VENDOR shall complete the following work for the OWNER:

Installation of 36” Flow Meter replacement and 42” Victaulic Coupling Repair per proposal dated

February 2, 2016. Item No. 01.

Invoicing shall be in accordance with the attached, Exhibit A, Item No. 1, which the OWNER has
accepted and approved. VENDOR shall start work up receipt of an executed Service Agreement and a
valid City of Nashua issued Purchase Order (the “WORK”).

The OWNER agrees to pay the VENDOR the sum of:
Fifteen Thousand Eight Hundred Sixty Dollars ($15,860.00)

Payment shall be made approximately 30 days from the time the payment application is received by the
OWNER depending upon the timing of submittals and approvals. Application for Payment performed
under this agreement shall be submitted directly to:

City of Nashua
Accounts Payable

PO Box 2019

Nashua, NH 03061-2019
Attn: William Keating

To facilitate the proper and timely payment of applications, the City of Nashua requires that all
applications contain a valid PURCHASE ORDER NUMBER.

VENDOR shall carry and maintain in effect during the performance of services under this contract:

> General liability insurance in the amount of $1,000,000 per occurrence; $2,000,000 aggregate;
> Motor Vehicle Liability: $1,000,000 Combined Single Limit;

*Coverage must include all owned, non-owned and hired vehicles.

> Workers’ Compensation Coverage in compliance with the State of NH _ Statutes,
$100,000/$500,000/$ 100,000.

Page I of 4

Page Image
Finance Committee - Agenda - 2/2/2016 - P84

Finance Committee - Agenda - 2/2/2016 - P85

By dnadmin on Mon, 11/07/2022 - 09:56
Document Date
Tue, 02/02/2016 - 00:00
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Tue, 02/02/2016 - 00:00
Page Number
85
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__020220…

City of Nashua
Service Agreement

VENDOR and subcontractors at every tier will fully comply with NH RSA Chapter 281-A, “Workers’
Compensation”.

VENDOR shall maintain in effect at all times during the performance under this contract all specified
insurance coverage with insurers. None of the requirements as to types and limits to be maintained by

VENDOR are intended to and shall not in any manner limit or qualify the liabilities and obligations
assumed by VENDOR under the contract. The OWNER shall not maintain any insurance on behalf of
VENDOR. Subcontractors are subject to the same insurance requirements as the VENDOR and it shall be
the VENDOR’s responsibility to ensure compliance of this requirement.

The parties agree that VENDOR shall have the status of and shall perform all work under this agreement as
an independent contractor, maintaining control over all its consultants, sub consultants, contractors, or
subcontractors. The only contractual relationship created by this agreement is between the OWNER and
VENDOR, and nothing in this agreement shall create any contractual relationship between the OWNER
and VENDOR’s consultants, sub consultants, contractors. The parties also agree that VENDOR is not a
City employee and that there shall be no:

I. Withholding of income taxes by the OWNER;

2. Industrial insurance coverage provided by the OWNER;

3. Participation in group insurance plans which may be available to employees of the OWNER;

4. Participation or contributions by either the VENDOR or the OWNER to the public employees
retirement system;

5. Accumulation of vacation leave or sick leave provided by the OWNER;

6. Unemployment compensation coverage provided by the OWNER.

VENDOR will provide the OWNER with certificates of insurance for coverage, as listed, and
endorsements affecting coverage required by the Agreement. The OWNER requires thirty days written
notice of cancellation or material change in coverage. The certificates and endorsements for each insurance
policy must be signed by a person authorized by the insurer and who is licensed by the State of New

Hampshire. General Liability and Auto Liability policies must name the City of Nashua as an

additional insured and reflect on the certificate of insurance. WENDOR is responsible for filing updated

certificates of insurance with the City of Nashua's Risk Management Department during the life of the

contract.

> All deductibles and self-insured retentions shall be fully disclosed in the certificate(s) of insurance.

> If aggregate limits of less than $2,000,000 are imposed on bodily injury and property damage,
VENDOR must maintain umbrella liability insurance of at least $1,000,000. All aggregates must
be fully disclosed on the required certificate of insurance.

> The specified insurance requirements do not relieve VENDOR of its responsibilities or limit the
amount of its liability to the OWNER or other persons, and VENDOR is encouraged to purchase
such additional insurance, as it deems necessary.

> The insurance provided herein is primary, and no insurance held or owned by OWNER shall be
called upon to contribute to a loss.

>» VENDOR is responsible for and required to remedy all damage or loss to any property, including
property of the OWNER, caused in whole or part by VENDOR or anyone employed, directed, or
supervised by VENDOR.

Page 2 of 4

Page Image
Finance Committee - Agenda - 2/2/2016 - P85

Finance Committee - Agenda - 2/2/2016 - P86

By dnadmin on Mon, 11/07/2022 - 09:56
Document Date
Tue, 02/02/2016 - 00:00
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Tue, 02/02/2016 - 00:00
Page Number
86
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__020220…

City of Nashua
Service Agreement

Regardless of any coverage provided by any insurance, VENDOR agrees to indemnify and shall defend
and hold harmless the OWNER, its agents, officials, employees and authorized representatives and their
employees from and against any and all suits, causes of action, legal or administrative proceedings,
arbitrations, claims, demands, damages, liabilities, interest, attorney’s fees, costs and expenses of any kind
or nature in any manner caused, occasioned, or contributed to in whole or in part by reason of any negligent
act, omission, or fault or willful misconduct, whether active or passive, of VENDOR or of anyone acting
under its direction or control or on its behalf in connection with or incidental to the performance of this
contract. WENDOR’s indemnity, defense and hold harmless obligations, or portions thereof, shall not
apply to liability caused by the negligence or willful misconduct of the party indemnified or held harmless.

VENDOR warrants and guarantees to OWNER, for one (1) year, upon completion of work, that all Work
will be in accordance with the Agreement and will not be defective. VENDOR’s warranty and guarantee
hereunder excludes defects or damage caused by:

> Abuse, modification, or improper maintenance or operation by persons other than Contractor,
Subcontractors, Suppliers, or any other individual or entity for whom Contractor is responsible; or
> Normal wear and tear under normal usage.

If the VENDOR defaults or neglects to carry out the Work in accordance with this Agreement and fails
within a two day period after receipt of written notice from the OWNER to correct such default or neglect
with diligence and promptness, the OWNER may, without prejudice to other remedies, correct such
deficiencies.

The VENDOR warrants to the OWNER that (1) the Work will be free from defects not inherent in the
quality required or permitted; and (2) the Work will conform to the requirements of the Agreement.

The OWNER shall have no responsibility for the payment of money to any Subcontractor or material
supplier.

The OWNER shall not supervise or directly control the work of the VENDOR. The OWNER does
reserve the right to inspect the work being performed and to determine whether it is being performed in a
good and “workmanlike” manner. The VENDOR shall promptly correct Work rejected by the OWNER as
failing to conform to the Agreement. The VENDOR shall bear the cost of correcting such rejected work.

The OWNER can terminate this Agreement at any time and pay the VENDOR a prorated amount for all
service performed up to that date.

The laws of the State of New Hampshire shall govern this Agreement exclusively and any litigation to this
Agreement shall be brought to a court located in the State of New Hampshire.

Page 3 of 4

Page Image
Finance Committee - Agenda - 2/2/2016 - P86

Pagination

  • First page « First
  • Previous page ‹‹
  • …
  • Page 664
  • Page 665
  • Page 666
  • Page 667
  • Current page 668
  • Page 669
  • Page 670
  • Page 671
  • Page 672
  • …
  • Next page ››
  • Last page Last »

Search

Meeting Date
Document Date

Footer menu

  • Contact