Skip to main content

Main navigation

  • Documents
  • Search

User account menu

  • Log in
Home
Nashua City Data

Breadcrumb

  1. Home
  2. Search

Search

Displaying 34391 - 34400 of 38765

Finance Committee - Agenda - 2/19/2020 - P9

By dnadmin on Mon, 11/07/2022 - 13:33
Document Date
Fri, 02/14/2020 - 12:40
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Wed, 02/19/2020 - 00:00
Page Number
9
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__021920…

COMMODITY:
CONTRACT NO.:
VENDOR:

CONTACT PERSON(s):

EFFECTIVE FROM:

PAYMENT & TERMS:

PRICE DISCOUNTS:

PRICE LISTS:

DELIVERY TERMS:

STATE OF NEW HAMPSHIRE
Dept. of Administrative Services
Div. of Procurement and Support Services
Bureau of Purchase and Property
Siaie House Annex
Concord, New Hampshire 03301
Date: May 17, 2019
NOTICE OF CONTRACT -REVISION
{New vendor contact)

SAFARILAND ™ BODY ARMOR

#8001970 NIGP: 680-0815
Allaniic Tactical Inc VENDOR # : VC #254484 BOOI
763 Corporate Circle

New Cumberland PA 17070

Paul Newsham, Regional Account Manager
Mobile: (603) 722-9474 / Toll Free: (800) 781-2477
Fax: (7 17}-774-4463

E-Mali: Paul Newsham@atlantictactical.com

Thomas Caruso

Tel. No,: #800-781-2477 X1142 or 717-774-3339 X1142
Fax No.: #717-774-4463

E-Mail: jom.carusoG@allantictaciical.com

March t, 2016 through February 28, 2019
EXTENDED) March i, 2019 through February 28, 202]

Payments shall be made via Procurement Card (P-Card -Visa Credit
Card). Orders charged upon detivery/shipment.

The resulting conirect has mandatory Procurement Card usage for
agencies enrolled in the State P-Card Program.

Discounis off Safariland published price for tactical soft armor, tactical
hard armor, conceclable & accessories:

ABA 50% off list
Second Chance 50% off isi
Protech 50% off lis?

Duly Gear and Equipment 40% off list

Price lisis shall also be provided fo agencies upan request. Cther discount
manufacturing also available upon request.

F.O.8. Destination to any location within the State of New Hampshire

QUESTIONS: Direct any questions to Loretta Razin, 603-271-0579 or Loretia. Razin@Nh.Gav,

ORDERING:

Siate agencies will place their orders by electronic order entry, by e-mail, by FAX, or they may establish

Page Image
Finance Committee - Agenda - 2/19/2020 - P9

Finance Committee - Agenda - 2/19/2020 - P10

By dnadmin on Mon, 11/07/2022 - 13:33
Document Date
Fri, 02/14/2020 - 12:40
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Wed, 02/19/2020 - 00:00
Page Number
10
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__021920…

a standard delivery order. Eligible participanis wil utilize their own individually establisned ordering
procedures,

MINIMUM ORDERS:
There is no minimurn order required under this contract. Delivery is to be accomplished within 45

working days from the date the order is placed,

BACKORDERS:

The Contractor must immediately notify the state agency if any em is not available for delivery in ihe
required time frame, and must indicate the anticipated delivery date of that item. Contractor will
complete delivery of all other iterns on the order and wil deliver backordered fems as soon they

become available. invoice shall indicafe ‘partial shipment’.

OTHER ELIGIBLE PARTICIPANTS:

Political sub-divisions (counties, cifies, towns, school district or precinct, or other governmental
organization, or any nonprofit agency under the provisions of section 50ic of the federal internal
revenue code, shall be eligible to participate under this contract is they so choose: {RSA 21-1:17).
Eligible participants will negotiate their own payment methods with awarded contractor,

BALANCE OF PRODUCT LINE ITEMS
During ihe term of contract, the siate may purchase other items in relation to the Safariland™ Bocy

Armor from the successful Coniractor's Balance of Product Line. All tems ordered will include all
shipping/charges.

MINIMUM SPECIFICATIONS AND STANDARDS:
SAFARILAND™ Manufacturing body arrnar:

A. Nationa institute of Justice (NIJ) Ballistic Resistance of Armor Standard 0101.06 ana (NIJ) Stab
Resistance of Armor Standard 01115.00, unless and until new JJ Standards are published and
made effective,

B. Body armor offered must be identified and listed according to the applicable NU fhreaf levels on
the atlached pricing sheets. These levels are:

1. Ballistic Resistant Body Armor NIJ 0101.06
a. Level IA
b, Level ll
c. Level TA

2, Stab Resistant Body Armor NIJ 0115.00 (includes spike & edged blade)
a. Protection Class Spike Level |, 2, 3and Protection Class Edged Blade Level 1, 2, 3

3. Ouab-Purpose Ballistic and Spike fand or edged blade}
a, All vests offered as dual purpose must have passed NiJ CTP testing under each
product iype, provide documeniation and be published on both appropriate
Compliant Products List (CPL) to be responsive, ‘

4, Additional NIJ-0101.06 Certified Body Armor Products (include CPL Model #]
a. Level Il-LHare armor or plate inserts, or Flexible armor
b. Level IV-Harrm armor or plete inserts or Flexible armor
c. Tactical Ballislic Body Armor model offered shall include CTP test results and identify
the model description number assaciated to the CPL.

Page Image
Finance Committee - Agenda - 2/19/2020 - P10

Finance Committee - Agenda - 2/19/2020 - P11

By dnadmin on Mon, 11/07/2022 - 13:33
Document Date
Fri, 02/14/2020 - 12:40
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Wed, 02/19/2020 - 00:00
Page Number
11
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__021920…

C. ISO 9001 Quality Assurance Certification (if pending, requires supporting documentation),

D. All body armor models including ballistic. conceclable, tactical, ballistic/stab resistant and any
other type of body armor that include the option of additional trauma or hard armor plate
protection shall have the plate packet permanenily secured to the body armor camier on three
sides { both sides and the bottom).

Vests shail provide front, back and side protection per specifications below and musi be available in
both male and female configuration for all sizes. Workmanship and construction details, cutting.
stitching, and finishing shall be in afi cases in accordance with first-class commercial textile standard
practices for the intended purposes. Al equioment must or exceed the following requirements.
» Federal Standard NIJ-STD 0101.06 or any subsequeni revision
e Federal Standard No. 751, Stitches, Seams and Stitching
* Six Point Adjustable Siraps
¢ Ballistic Pane! Covers. Waterproof, pennanently covered with semi-permeable material which
allows gases and heat to pass through, but prevenis liquids and moisture from penetrating:
moisture-vapor barier, prevents fuels, body oils or repellents from contaminating the ballistic panel
and will not cause nagative impact on waterproof properties of ihe cover
» Allsuspension and fastening straps mus? be removable on both male and female vests
» Trauma plates 5" x 8"; soft
« Vests shall be adjustable with removable suspension and fastening straps and shall orovide front,
back and side profection and available in male & female sizes,
e Allszing, measurements and final fitting shall be dane ai no expense to the State.

VEST CONFIGURATION
This section shall describe ihe general configuration desired by the State of New Hampshire.
» Vest type is siip-over style, covering most of upper torso; four neoprene or elastic straps with hook
and pile fasteners for adjustable positioning and comfort
» Front ballistic panel is contoured, with scoop neck, to cover chest area approximately to
collarbone area; chest/bicep region cut with sufficient space fo prevent imitation and restriction
during rouilne duties.
* Rear ballistic panel shall cover torsa back (in a standing position], to within 4"(+} of top of duty
deli; and in a sling position to within 2”°(+) of top of duty belt
e Panels shalt be removable by zipper or Velcro opening

VEST FIT
A factory-irained represeniative, cisiribuior/cdecier, or a designated Siate Agency employee who
has been trained in the proper jitting of ihe vesis, snall take individual measurements.

Measurements must take info account proper fit, special fiting considerations for duly gear and in
MIJ standards or guidance.

Modification & acjusiments fo any garment that has heen issued to an officer for which it was
originally constructed. that does not fit properly, shall be returned for modification io the
manufacturer within 30-days days of delivery. Allsuch required modifications shall be completed &
returned to the reauesting agency within fourteen {14} calendar days without any addlifional cost
unless mutually agreed upon by the state and the contractor.

CARRIER

Material shall be constructed of a breathable fabric with appered or Velcra opening for insertion of
ballistic panel. Straps shall be adjustable and removable; made frorn neoprene material or high
quality elastic cut squorely from a rolled sfock with anchor stitching.

Page Image
Finance Committee - Agenda - 2/19/2020 - P11

Finance Committee - Agenda - 2/19/2020 - P12

By dnadmin on Mon, 11/07/2022 - 13:33
Document Date
Fri, 02/14/2020 - 12:40
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Wed, 02/19/2020 - 00:00
Page Number
12
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__021920…

COLOR

The State will determine the color, Coloring shall be permanent and not “bleed” onto other
garments. In ihe event the garment bleeds, contracior may be heicl liable for any damages on
personal clothing and/or equipment.

All fasteners, hooks, pile, snaps, webbing, release buckles, & zippers shall be high quality and of a
color similar to garment.

WARRANTY:

Manufacturer shall provide a five {5} year warranty irom date of issue, that vest will meet fhe ballistic-
resistant and deformation requirements as per Federal NIJ-STD O101.06 velocities and fest methods.
Concealable covers shail have a minimum 12-month waranty from the date the tems ore recéived,
inspected and accepted by the State of New Hampshire. The warranly shall cover 100% of all
paris, shipping, laber, travel, lodging and expenses,

WARRANTY REPLACEMENTS:

All armor panels requiring warranty work shall be returned to fhe using agency within fourteen (14)
days. In the event of ballistic or sharp instrument confrontation, said vest will be replaced with a new,
unused identical siyled unit. Delivery shall be fourteen {14} days upon formal noiification unless-
mutually agreed upon between the using agency and the contractor.

VEST LABELS

Each vest shail be labeled to include the following: name of manufacturer and location armor
was manufactured, fhreat level, NIJ-STD 0101.06, date of manufaciure, size, serial number, lot
number, style designation and officer's name. The manufacturer may, at its option, include a
catalog number for supplier or distributer convenience, provided that such number is properly
identified and totally separate from the mocel/siyle designation fine. Labels shall remain readable
throughout the warranty period.

CARE INSTRUCTIONS:

The manufacturer shail offer instruction or provide presentations as requested by State regarding the
care, instruction, usage and limitation of bullet-resistant and stab-esistant armor. Briefings to training
classes regarding proper fit, care and maintenance during the fitting and measurement visits may
also be required,

RECALL NOTICES:

Manufacturer will be responsible for notifying the State of recall notices, warranty replacements,
safety notices or any applicable notice regarding the products being sold. Manufacturer must
notify the State of all recalls, warranty replacements, safety notices, efc. in writing within 30
calendar days. Failure to notify the State may result in the immediate cancellation of award.

Page Image
Finance Committee - Agenda - 2/19/2020 - P12

Finance Committee - Agenda - 2/19/2020 - P13

By dnadmin on Mon, 11/07/2022 - 13:33
Document Date
Fri, 02/14/2020 - 12:40
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Wed, 02/19/2020 - 00:00
Page Number
13
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__021920…

BUBB Sl Els

mee, roe cen 7 HI 5X7 Saight
1978149 HT1 GXT Single Ounce
HT1 5xa Cure
"m Mount pete Odie en TH Cure POAT
Hta 10012 Guove Shaper} Cat

BIE IB|EIE

CTO? Cuca
5x8 Cove
TH Cone
CTT 10412 Cure Shooters Gut

S/E|5 |

MT SK? Cura
5X8 Sings Cure
MT 7X3 Shige Curve
MT 10% t7 Single Carva Snogiges Cut

EIB EE

Threats, Use sath Geert Carriers
Sx7 Stiegl Cuma
RE S48 Cures
RE TES Cures

SIE[E

10012 Carve Shooters Cul
10% 12 furnva

PATASAS Mul Cura BA
Q4TKSAT KG SA

Tring Plata, 8°
Trouma Pata, 4 5°
Trauma Pats TAT

Trane Praia $77"
trauma Phila 5° 6
Trourna Piel 7* Xr

Trmuma Plate, 5° % 7°
‘Yreuma Plaie 8° KB
Trawna Pate. 77% o*

Pl PetySuatca
ui Fipuicp Certor
El Meretergr Cotrtir

Cabex Birck Navy, Hehite

Fl Cones Galt Camur
Cofses. Black, Wite

Etoctea WUTOTE Pope 2a e flee (RWIS wT

Page Image
Finance Committee - Agenda - 2/19/2020 - P13

Finance Committee - Agenda - 2/19/2020 - P14

By dnadmin on Mon, 11/07/2022 - 13:33
Document Date
Fri, 02/14/2020 - 12:40
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Wed, 02/19/2020 - 00:00
Page Number
14
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__021920…

THE CITY OF NASHUA “The Gate City

Financial Services

Purchasing Department

February 13, 2020
Memo #20-082

TO: MAYOR DONCHESS
FINANCE COMMITTEE

SUBJECT: FY21 BIODIESEL FUEL - CITY OF NASHUA (VALUE ESTIMATED $24,263)
DEPARTMENT: 186 TRANSPORTATION; FUND: FTA GRANT

Please see attached communication to Dan Kooken, Purchasing Manager, from Camille Pattison,
Transportation Manager, dated February 12, 2020 for information related to this contract award.

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 Transportation Manager and the Purchasing Department recommend the extension of the contract
for B5 Bio-Diesel at $2.4351 per gallon with an estimated amount of $24,263 for FY19 to Dennis K.
Burke of Tauton, NA.

Purchasing Manager

Cc: C. Pattison J. Graziano

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

Page Image
Finance Committee - Agenda - 2/19/2020 - P14

Finance Committee - Agenda - 2/19/2020 - P15

By dnadmin on Mon, 11/07/2022 - 13:33
Document Date
Fri, 02/14/2020 - 12:40
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Wed, 02/19/2020 - 00:00
Page Number
15
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__021920…

C ity Devel
City of Nashua Planning and Zoning.
. of. Building
Community Development Division Urban Programs
City Hall, 229 Main Street, PO Box 2019 Ce eee even
Nashua, New Hampshire 03061-2019 Transit Department

589-3095
589-3080
589-3080
589-3100
589-3085
589-3070
589-3105
880-0100

www.gonashua.com

To: Dan Kooken, Purchasing Manager
From: Camille Pattison, Transportation Manager
Date: February 12, 2020

Re: FY20 Bio-Diesel Fue! Contract for Nashua Transit

History
In FY20 Nashua Transit sent out a bid for a fixed rate price for bio-diesel fuel. The RFP was posted

on the City website under RFP0464-0426219 and sent to five known biodiesel suppliers. Three (3)
bids were received as follows:

1. Santa Buckley Energy $2.3982 per gallon
2. Dennis K. Burke — $2.4351 per gallon
3. East River Energy — $2.5703 per gallon

Although Santa Buckley Energy was the lowest bidder this vendor did not comply with bid
submittal requests therefore eliminating them as a viable option for selection.

The City of Nashua entered into a contract with Dennis K. Burke Inc., Tauton, MA, for a period of
twelve months expiring on June 30, 2020 with the option to extend for (1) year at the same price.
Dennis K. Burke is a responsive and responsible company.

Current

The Community Development Division would like to exercise the option to extend the current
contract for one year from July 1, 2020 through June 30, 2021, at a rate of $2.4351 per gallon.
Nashua Transit and the Purchasing Director determined that this is still a competitive rate. Bio-
diesel is used to fuel two (2) electric hybrid 35’ buses on an ongoing basis. {t is also used to fuel
two (2) older vans and 2 trolleys infrequentiy.

Page Image
Finance Committee - Agenda - 2/19/2020 - P15

Finance Committee - Agenda - 2/19/2020 - P16

By dnadmin on Mon, 11/07/2022 - 13:33
Document Date
Fri, 02/14/2020 - 12:40
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Wed, 02/19/2020 - 00:00
Page Number
16
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__021920…

, THE CITY OF NASHUA “the Cate Cty’

Administrative Services

Purchasing Department

February 13, 2020
Memo #20-083

TO: MAYOR DONCHESS
FINANCE COMMITTEE

SUBJECT: 2020-22 CYCLICAL REVALUATION CONTRACT (VALUE: $1,125,000)
DEPARTMENT: 132 ASSESSING; FUND: BOND

Please see the attached communication from Kim Kleiner, Director of Administrative Services, to Mayor
Donchess, dated February 13, 2020 for information related to this purchase.

Pursuant to § 5-78 Major purchases (greater than $10,000) A. All supplies and contractual services,
except as otherwise previded 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 Director of Administrative Services and the Purchasing Department recommend the award of this
contract to Vision Government Solutions of Hudson, MA in the amount of $1,125,000.

Respecifully,

an Kooken
Purchasing Manager

Ce: K. Kleiner J. Graziano

Page Image
Finance Committee - Agenda - 2/19/2020 - P16

Finance Committee - Agenda - 2/19/2020 - P17

By dnadmin on Mon, 11/07/2022 - 13:33
Document Date
Fri, 02/14/2020 - 12:40
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Wed, 02/19/2020 - 00:00
Page Number
17
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__021920…

THE CITY OF NASHUA “The Cate City

Administrative Services Division

To: Mayor Donchess

Finance Committee
From: Kim Kleiner, Director of Administrative Services
Date: February 13, 2020

Subject: Full Measure & List - Cyclical Revaluation

Funding for a Full Measure & List - Cyclical Revaluation was approved by the Board of
Aldermen, Resolution R-19-159, on August 13, 2019 in the amount of $1,300,000. On
August 28, 2019, ihe City issued a Request for Proposals for Full Measure and List
Appraisal and Revaluation, RFP0023-092619.

On September 5th, two firms attended a Non-Mandatory Pre-Proposal

Meeting, Vision Government Solutions and Tyler Technologies. Four firms submitted
proposals on September 26, 2019: Corcoran Consulting, Tyler Technologies, KRT
Appraisal and Vision Government Solutions. Proposals ranged in price from

$1,400,000 to $1,125,000, the lowest proposal from Vision Government Solutions.

A city committee, comprised of staff from Administrative Services, Assessing, Finance,
Legal, Purchasing and Economic Development, reviewed the proposals, conducted

interviews and recommended the selection of Vision Government Solutions.

On Monday, October 28th the Board of Assessors voted to recommend to the Board of

Aldermen, the selection of Vision Government Solutions.

After extensive review and discussion with the city and pursuant to RSA 21-J:11,
Vision Government Solutions submitted the contract to the NH Depariment of Revenue
for its review and recommendations. Due to the Reassessment Order issued by the
Board of Tax and Land Appeals (BTLA) on October 29, 2019, the contract also
required approval by the Department of Revenue per Rev. 602. The NH Department of
Revenue approved the contract on February 7* (see attached letter).

i|Page

Page Image
Finance Committee - Agenda - 2/19/2020 - P17

Finance Committee - Agenda - 2/19/2020 - P18

By dnadmin on Mon, 11/07/2022 - 13:33
Document Date
Fri, 02/14/2020 - 12:40
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Wed, 02/19/2020 - 00:00
Page Number
18
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__021920…

Therefore, we are submitting the contract with Vision Government Solutions, for the
2020-2022 Full Measure & List - Cyclical Revaluation, in the amount of $1,125,000, for
the Finance committee’s approval and recommendation to the Board of Aldermen on
February 25, 2020.

2[Page

Page Image
Finance Committee - Agenda - 2/19/2020 - P18

Pagination

  • First page « First
  • Previous page ‹‹
  • …
  • Page 3436
  • Page 3437
  • Page 3438
  • Page 3439
  • Current page 3440
  • Page 3441
  • Page 3442
  • Page 3443
  • Page 3444
  • …
  • Next page ››
  • Last page Last »

Search

Meeting Date
Document Date

Footer menu

  • Contact