Finance Committee - Agenda - 5/3/2016 - P181
City of Nashua (signature)
James Donchess, Mayor
{Printed Name and Title)
Date
Contractor (signature)
(Printed Name and Title)
Date
AG-10
City of Nashua (signature)
James Donchess, Mayor
{Printed Name and Title)
Date
Contractor (signature)
(Printed Name and Title)
Date
AG-10
CITY OF NASHUA LED STREET
ED STREET LG: ONVERSION PROJECT - "SCHEDULE ot __!t _ _ [ T T L T I 7
Stamens Industry, Ine. _ —— _ _ | _ es ——_] 2 ~ | = t f T | +——
eotek Fixtures,CIMCONControl | De ees i | _ - 4 |: —__] | 1 = + j | =
| | a 8 i c | D_ 4 { F q _ 6 a : de ad _K ts} oM yn [| o [oP Q R 5s | sT
| | i i | | | Fixture Material | | Other Project) OtherFaes Total Unit Cost \
Line easter HPS |; getting rintare it proposed! | Matertal unit Total Installation Labor | Labor Total Fees velect Total 8) Extended Cost | curent) Driver diode Pops Typles}
Ne ture | Existing Wattage Tyee |Proposed quentity|Propased Wattage 4 TTPO’ = Proposed Fiature Ordering Information (1) Cost PerFhaure Unit Cost Per cast Per ima} Menu Mana NM | Delivered
| Qusntity | (3) Fixture (4] (0%) (arm) ™ anufecturer | Manufactirer | KelvinTemp | ens
i (D* Ky | Fixture (5) (o*L [H4J4L)
3906 | _ 50 CobraHead =| 3806 24 ___ 601-206. MV-NW-2-GY-270 509,147.10 | $ 4397, $ 171,746.82 | §_ | $ 207,282. “para | § 888,146.28 270 t tteon | Cree _ | 3000K ar 4000k| 2400
357, 70 Cobra Head 367 L 38 _t GCI1-206-MV-NW-2-Gy-450 43.97 $ 16,136.99 |$ 53.06 | $ 19,473.02 | $ 227.38 | $ 83,408.46 480 | tteon | Cree __|3000K or 400K) 3700
508 100_ CobraHead | 508 i #8 GCI1-206- MV-NW-2-GY-620 $ $53.06 |$ 26,954.48 | $ 227.38 |$ 115,503.04; 620 | ‘LiteOn | cre 3000K or 4000k| 4400
wo | a0 CobraHead 190 ! 74 602-206 MV-NW-2-GY-1A $ $53.06 |$ 10,091.40 | $ 255,63 [$48,563.70 1000 | ‘LiteOn Cree | 300K ar 4000K/ 7000
ta =| so CobraHead | 23 | 1387 GCM2-40F-MV-NW-2-GY-1A is L$ 53061 $" 12, $327.93) $ 75,095: ar 1000 | Liteon | Lumileds “| 3000K or 4ocax) 12000
1 ~w | 400 Cobra Head _ 2 | 200 | __ GC2-120FMV-NW-2-GY-530-PCRS-WL $s i$ 53.06 [$ 4,538.74 $ 47553 § 13,790.37 [530] _uteon | _.umiteds [300K or 4000-20800]
| a | isa ' _ 3B | 52 | __ LFLG-60 _ ss w81§ 5306|§ 201628 1$ 555.12 |S 21,09456 | 105) Thomasind | Nicht ‘| 3000K or 400K, 7164
_ 8 | 250 x 8 82 jo WFue-6o 3 $ 555.128 4,440.96 | 105 Thomas ind | Nichia | 3000Kor4000K) 7164
— Rk 4 400 LL 2 | 12a bumecon_ LF Le120 $s 21 $ 68402 $ 8208.24) 105 Thoma nd | Nichia | 3000K or 4000K,— 43574 |
\ 2 ; 1000 2 4 124 | kumecon == LFLG-120 $ 1s __ 68402 $1,368.04 105 Thomas Ind Nichia | 300K or 400k 13574
; OB 50 108 18 Leotek | _ 2471 20LEDE7OMVOLT 4K Ra AY Is $ 58332) $ 6299856) 700) Phitps Nichia 3000K or 4000k| 7295
_ 3s _ 70 | 45 a leotek | _-247L 2OLEDEJOMVOLT4KR3AY 3 ($_ $83.3; 4,749.80 700 Philips _Nichia | 3000K or 4000k| 2295
7a 50 ! Suburhan 78 4s _ Leotek ___247L20LEDEVOMVOLT 4K RAY | $ $ 583. 2 $45,498.96 700 XITANIUM Nichia [300K or 000k) 2295,
18 I 100. Suburban 18 i 45 I Leotek_ _2471 20LEDE70 MVOLT 4K R3 AY _ $ as 593.32 /$ 10,499.76, 700 NITANIUM | __Nichia_—_| 300GK or 400K; 2295
[
| i { t Cc _ |
f 5,508 | | I 5,508 | ! !
_— Lo. ob Ot =| = — —f _— OT :
mets — ~; = | =H —— + —+ —_} _ _
1 4
21 | [ADDITIONAL PROIECT UNIT PRICES I 7 __ - So 7
|2] Hourly Labor Rates far Traffic Contro! . i aS | _ I _ _ - __ COMMENTS: Je a |
+ ‘lice Detail i$ suas. reetion Per Hour ail __ ee Nan-supervisor a __
| ‘Traffic Flogger | $ 25.00 | Par Flagger, Per Hour {1 ed $2 for '$37,50/1 work) NETC hardware to connect to existing poles, 4
I
[z]Misellanecus Unit Pricing | ce lh 2 b> [Material Unit Cost linstallation Unit Cost | re 4) Provide only Labor cost associsted with the Inst Not Including Traffic Control). —
Bracket-4° —_| Galvanized Cantitever Wood Pole Bracket & Hardware is _ 64,00 | § TT _ |(5) Provide All Costs assaclated with Audit, Shipping, Project Management, requirad bands/permits, and any adéltional overhead prafit (excluding Trafic Control). ~|
Bracket - 6" | Galvanized Cantilever Woad Pole Bracket & Hardware "$ poo tg ___ 174,00 |Per Bracket — —_ _____|{6) Tatal Unit Cost will be the Unit pricing used for tha schedule: of values. Total Unit Cost fs the cum of [[Matertals (H}, Installation (J), and Project Fees (UJ). | J
= (Bracket - 8 | Galvanized Cantilever Wood Pole Bracket & Hardware $ 110.00 | $ Saal 275,00 |PerBrocket | _|[- [(7) All Fixtures Must BE DLC Certified. | if = J | T 1 _
nat a _ aE : = 30 = __ _ - _[f6) A mlotmum ten year Manufacturer Warranty per AFP Is required. _| = | 5
_{3)Flature Recycling _ | to J 4 et ae z (9)The Chty reserves the right to salect fiaure colors similer to exfsting fixtures and pales, | he : i 4 J
: [estimated Vale | - [Per Fixture [Assumes dollvering comptete fixtures to Eversoure - = ___| "Colors will be selected fram th turer's option color chart (onfy applies to dacorative fixtures). | [ |
| 34 | 4} Proposed Smart Control System 4 [Price per Node —_ fo __ _ ah -T_ |. _ _ i { 7, ] 1 _
| 3s | jo Proposed Smart Control System _ "$ 628,262.28 | $ 114.06 | - - _ = a _ : _ tr :
al J ___ [Unit Price for Additlonal Nodes $ 108,00 a I _ =I 4 2 | ee -_ | | __ | — = | L
37 | i Unkt Price for Additional Gateways = $ 2,350.00 a | __ | _ ih ce == | _ | _ t 2
| 38 + 4 } 4 +
39 t [ I | _ 7 _ E ese
ap Twores: | { YES/NO |_COMMENTSIFNO | __ _ I - L 1 —_ __
[a1 |All proposed fixtures covered by.a Manufacturers Joye waranty? YES aE ‘ _ - ES t t { ai _
P42 {Allfotures models are DLC approved? YES _ = — oo T rT | e 1 a | -
a3 | tal propased Smart Controls covered Manufacturer's 1041. warranty? YES Lan oe = =e | = - 1 _ : oi | at a
44 I |
as ADD OTHER NOTES AS NEEDED “ft = I _ | _ aa 1 t _t an wh i z J
46 ' -
[47 [SUMMARY - BASE PROPOSAL PRICING WITH SMART CONTROTS I | | | T L j 1 4
48 ‘Proposal Date : _ [March33,7016 | 1 _ _ LC _ i a
49 | _ [Base Bid Materials - All new fixtures per given quantities _ _ Js 848,377 | — _ | - ! . 1]
so | |Base aid | labor | | ae [$246,787 | | __ tt _ _ | | i _|
51 _ ___ | Base ld Smart Control System — | ao \$ _ _ ee a 4 __- =
| sz | [Base Od Cuber Fees [ _ _ $ _ 292, _ | — __ L __ =e < 1 |
1 53 | | Traffic Contral & Contingency Allowance t $ 275.4 __ ee oa _ | |
54 | [Total Estimated Project Cost $2,083,936 _ - tC A
55 ] |
st —5 — += =. = +— io = pease
COST PROPOSAL WITH CONTROLS
_A
Existing HPS ft
Fixture Existing Wattoge |
Quantity
ial
Materlal Unit Fiomure Mite ‘*' | Installation Labor | Lebor Total Other Fees | Total Unit Cost ended Cost Twetce!
!
Proposed Fixture Ordering Information {1} | Cost Per Fixture Unit Cost Per Fees Unit Total s Drive Current | var Manufacturer Dlode Proposed = Delivered
(3) Fixture (8) pen Cost Per aon (ma) Manufacturer | Kelvin Temp |
(oH) Fixture (5) | {D*L) (Hasey
ee Tr . 8 __270 o
367 ; Cobra Head 37 _| fe -—teotek 16,136.99 227.38 | $
| CobraHead 3973
|__ Cobra Head
--—_Cobra Head
“| Cobra tead
Hoodlight iB — & _tumecon of a 105 Thomas Ind
B iG
iF '
LG:120 : _Nichia_
MVOLT 4K R3 AY 5,730.48
MVOLTAKRBAY | § ______ 906.90, Philips __Nidila
AK R3 AY 583,32 |$ 45,498.96 Nichla
583.32 $ 10,499.76 700__
Existing Fixture
Type
Proposed
Manufacturer
L
|
!
[roped quantity | Proposed Wattage
|
Lumens
Hourly
_|Police . f .
Flogger : Material
Miscellaneous Unit Pricing
ick
‘OTHER NOTES AS N
~ BASE PROPOSAL PRICING: _ __ _
___}Proposal Date | 7 __|March 11,
[Base Bid Materiaks - All : is
__ ase Bid Labor _! . : $
[Based Other Fel
COST PROPOSAL NO CONTROLS
REPORT OF THE FINANCE COMMITTEE
APRIL 20, 2016
A meeting of the Finance Committee was held on Wednesday, April 20, 2016, at 7:00 p.m. in the
Aldermanic Chamber.
Mayor Jim Donchess, Chair, presided.
Members of the Committee present: Alderman-at-Large Mark S. Cookson, Vice Chair
Alderman-at-Large Lori Wilshire
Alderman-at-Large Michael B. O’Brien
Alderman Benjamin M. Clemons
Alderman June M. Caron
Alderman Ken Siegel
PUBLIC COMMENT — None
COMMUNICATIONS
From: Dan Kooken, Purchasing Manager
Re: Purchase of Access Control and Camera System for WWTP (Value: $82,532)
MOTION BY ALDERMAN SIEGEL TO ACCEPT, PLACE ON FILE AND APPROVE THE PURCHASE
FROM TYCO INTEGRATED SECURITY IN THE AMOUNT OF $82,532. FUNDS ARE AVAILABLE IN
DEPARTMENT 156, EMERGENCY MANAGEMENT; 2014 STATE HOMELAND SECURITY PROGRAM
GRANT; SECURITY EQUIPMENT AT WASTEWATER
MOTION CARRIED
UNFINISHED BUSINESS — None
NEW BUSINESS — None
RECORD OF EXPENDITURES
MOTION BY ALDERMAN SIEGEL THAT THE FINANCE COMMITTEE HAS COMPLIED WITH THE CITY
CHARTER AND ORDINANCES PERTAINING TO THE RECORD OF EXPENDITURES FOR THE PERIOD
TO APRIL 1, 2016 TO APRIL 14, 2016
MOTION CARRIED
PUBLIC COMMENT — None
ADJOURNMENT
MOTION BY ALDERMAN CARON TO ADJOURN
MOTION CARRIED
The Finance Committee meeting was adjourned at 7:01 p.m.
Alderman Ken Siegel
Committee Clerk
FINANCE COMMITTEE
APRIL 20, 2016
7:00 PM Aldermanic Chamber
ROLL CALL
PUBLIC COMMENT
COMMUNICATIONS
From: Dan Kooken, Purchasing Manager
Re: Purchase of Access Control and Camera System for WWTP (Value: $82,532)
Department: 156 Emergency Management; Fund: 2014 State Homeland Security Program
(SHSP) Grant; Activity: Security Equipment at Wastewater
UNFINISHED BUSINESS — None
NEW BUSINESS — None
DISCUSSION
RECORD OF EXPENDITURES
PUBLIC COMMENT
NON-PUBLIC SESSION
ADJOURNMENT
D\ THE CITY OF NASHUA “the Gate City’
Financial Services
Purchasing Department
April 14, 2016
Memo #16-132
TO: MAYOR DONCHESS
FINANCE COMMITTEE
SUBJECT: | PURCHASE OF ACCESS CONTROL AND CAMERA SYSTEM FOR WWTP (VALUE:
$82,532)
DEPARTMENT: 156 EMERGENCY MANAGEMENT
FUND: 2014 STATE HOMELAND SECURITY PROGRAM (SHSP) GRANT
ACTIVITY: SECURITY EQUIPMENT AT WASTEWATER
Please see the attached communication from Justin Kates, Director of Emergency Management
information related to this purchase.
Pursuant to § 5-84 Special purchase procedures A. (5) Purchases from a sole manufacturer, where it
is determined to be more efficient and economical to reduce costs of maintenance of additional repair
parts, supplies or services.
The Director of Emergency Management and the Purchasing Department recommend awarding this
purchase in an amount of $82,532 to Tyco Integrated Security of Nashua, NH.
Respectfully,
Dan Kooken
Purchasing Manager
Ce: B. Codagnone N. Miseirvitch C.O'’Connor —L. Fauteux D. Simmons
229 Main Street « Nashua, New Hampshire 03061 « Phone (603) 589-3330 « Fax (603) 589-3344
) THE CITY OF NASHUA ‘The Gate City’
Office of Emergency Management
TO: Dan Kooken
Purchasing Manager
SUBJECT: Purchase of Access Control and Camera System For Wastewater Treatment
Plant (Value: $82,531.73)
Funding: 2014 State Homeland Security Program (SHSP) Grant $82,531.73
This project will also install access control on doors to the plant, as well as CCTV cameras to
monitor the grounds around the building. In addition, it will enhance the work completed to
install a sliding electric access gate to include a camera and intercom beyond the keypad
access. This request will improve the security to the City of Nashua’s wastewater facility.
Previous DHS and EPA assessments have identified the lack of access control and the lack of
CCTV as critical gaps in the security of the facility.
Pursuant to NRO § 5-84 (A) (5), these items will be purchased from Tyco Integrated Security
who is currently the provider of access security for the Transit Building, Parking Garages, and
City Hall. Continuing our build out of this integrated access control system will ensure full
interoperability with current and future buildings.
Funding for this project will come from a Department of Homeland Security Grant accepted by
the Board of Aldermen on September 9th, 2015. No local match is required.
The Information Technology Division and this Office recommend the award of this purchase in
the amount of $82,531.73 to Tyco Integrated Security, Nashua, NH.
Thank You,
()
Justin Kates
Director of Emergency Management
Cc: B. Codagnone N. Miseirvitch C.O’Connor L. Fauteux D. Simmons
229 Main Street « Nashua, New Hampshire O3060 Phone (603) 589-3261 © Fax (603) 589-3450
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 03060-2019
And the Contractor:
For the following Project:
ARTICLE 1 — THE CONTRACT DOCUMENTS
The Contractor shall complete the work described in the Conti :t Documents for this project. The
documents consist of:
1. This Agreement signed by the Owner and-C. tractor, including the General Terms and Conditions;
Exhibit A - DOL Wage Determination4 ste - Buildirg (Hillsborough County in New
Hampshire), dated 04/01/2016;
3. Exhibit B - Tyco Proposal, dated3/25/.16 — CCTV;
4, Exhibit C - Tyco Proposal, daic 4/01/20 6 — Access System;
5. Exhibit D- Tyco Proposal, dated » 25/2016 — Gate Intercom;
6. Exhibit E- Tyco Proposal, dated 4/1,,7016 — Gate Intercom;
7
8
N
Exhibit F - Contract Timeline;
. Exhibit G- Special Provisions , Federal Clauses;
9. Performance Bond;
10. Insurance Certificate;
11. Executed amendments issued after execution of this Agreement; and
12. 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.
In the event of a conflict between the terms of the Proposal and the terms of this Agreement, a written
change order and/or fully executed Owner Purchase Order, the terms of this Agreement, the written change
order or the fully executed Owner Purchase Order shall control over the terms of the Proposal.
Page 1 of 9
ARTICLE 2 — DATE OF COMMENCEMENT AND SUBSTANTIAL COMPLETION DATE
The date of commencement shall be the date of the Notice to Proceed. Substantial Completion shall be
ARTICLE 3 — CONTRACT SUM
Subject to additions and deductions by Change Order, the Owner shall pay Contractor, in accordance with
the Contract Documents, the Contract Sum of:
($ }
The Contract Sum shall include all items and services necessary for the proper execution and completion of
the Work.
ARTICLE 4-— INSURANCE AND INDEMNIFICATION
Contractor 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.
Contractor and subcontractors at every tier will fully comply vith: “1 RSA Chapter 281-A,
“Workers’ Compensation”.
The parties agree that Contractor shall have the status of and shall pe. “orm all work under this contract as an
independent contractor, maintaining control over all it, oonsultams, sub consultants, contractors, or
subcontractors. The only contractual relationship created/oy ais contract is between the City and
Contractor, and nothing in this contract shall crs), any contractual relationship between the City and
Contractor’s consultants, sub consultants, ce: ‘acters, or subcontractors. The parties also agree that
Contractor is not a City employee and that there sh. ": be nu.
Withholding of income taxes ky he City:
Industrial insurance coverage prov. ‘ed bv the City;
Participation in group insurance plans »/nich may be available to employees of the City;
Participation or contributions by either the independent contractor or the City to the public
employee’s retirement system;
5. Accumulation of vacation leave or sick leave provided by the City;
6. Unemployment compensation coverage provided by the City.
BRYN
Contractor will provide the Owner with certificates of insurance for coverage as listed below and
endorsements affecting coverage required by the contract within ten calendar days after the City issues the
notice of award. 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 Owner as an additional insured and reflect on the certificate of
insurance. Contractor is responsible for filing updated certificates of insurance with the Owner'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.
Page 2 of 9
> If aggregate limits of less than $2,000,000 are imposed on bodily injury and property damage,
Contractor 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 Contractor of its responsibilities or limit the
amount of its liability to the City or other persons, and Contractor is encouraged to purchase such
additional insurance, as it deems necessary.
> The insurance provided herein is primary, and no insurance held or owned by the Owner shall be
called upon to contribute to a loss.
> Contractor is responsible for and required to remedy all damage or loss to any property, including
property of the City, caused in whole or part by Contractor or anyone employed, directed, or
supervised by Contractor.
Regardless of any coverage provided by any insurance, Contractor agrees to indemnify and shall defend
and hold harmless the City, 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 Contractor or of
anyone acting under its direction or control or on its behalf in connection with or incidental to the
performance of this contract. Contractor’s indemnity, defense and hold harmless obligations, or
portions thereof, shall not apply to liability caused by the sole negligence or willful misconduct of the
party indemnified or held harmless.
Page 3 of 9