Finance Committee - Agenda - 7/6/2022 - P106
EXHIBIT B
Section 4
Project Approach & Schedule
MECHANICAL | ELECTRICAL | IT | COMMISSIONING ENGINEERS
EXHIBIT B
Section 4
Project Approach & Schedule
MECHANICAL | ELECTRICAL | IT | COMMISSIONING ENGINEERS
FITZEMEYER ,
&TOCCIE"® Project Approach
a~
=_
=
—_=z
_Ty_—lUCm_
ete
pax TEAM ORGANIZATION
Principal in Charge —- Thomas Tsaros
* The officer-in-charge will serve as the overall supervisor of the project team, ensuring the incorporation of
all client requirements, direct and review all project deliverables and coordinate and monitor all design and
construction activities. The officer-in-charge is responsible for client satisfaction and will be in direct contact
with the owner during the entire duration of the project.
Energy & Infrastructure Service Leader — Nathaniel Fanning
* The commissioning engineering department manager is responsible for the daily execution of the
commissioning process by the commissioning team. This team members serves as the direct liaison between
the commissioning engineering team and the owner, design and construction teams. The department manager
ensures that project commissioning resource needs are met and that the quality of service proposed by the firm
is delivered upon.
Commissioning Engineer — Patrick Huston
* The commissioning engineer will be responsible for the development of commissioning documentation,
execution of functional testing and associated field work. The commissioning engineer works in close
coordination with the commissioning department manager to plan and schedule work and with the principal-
in-charge to ensure all aspects of project scope and contractual obligations are executed to the satisfaction of
the client.
Er PROPOSED SCHEDULING
- Anticipated engagement of the commissioning team - 04/2022
« Anticipated start of design phase — 04/2022
- Development of commissioning specification and design reviews
« Anticipated start of construction phase — 04/2022
- Progress meetings and periodic site visits to monitor construction and review start-up activities
- Functional testing will be conducted subsequent to the conclusion of testing and balancing and
point-to-point checkout
« Anticipated project completion — 02/2023
- A final report will be developed and submitted after the closeout of non-conformance log items.
«+ Anticipated warranty (post-commissioning) phase completion — 02/2024
- Perform trend and data reviews as requested
dl,
Aah ENGINEERING AND COMMISSIONING SERVICE EXECUTION
q
Commissioning service execution is efficiently integrated into the construction process when there is buy-in
established by all parties early in the development of the project. Buy-in should not be forced, rather established by
the commissioning team communicating that the objective of commissioning is not to solely find issues during the
construction process, but rather to demonstrate the successful execution of work by design and construction team
members. When work is not completed properly or successfully our team’s role is to first identify these items, but
more importantly we must serve as an active member in formulating and executing remedial action.
MECHANICAL | ELECTRICAL | IT | COMMISSIONING ENGINEERS
4 FITZEMEYER ,
== g JOC Project Approach
&} COMMISSIONING SERVICE INTEGRATION
Commissioning should not be merely a one-line item in a construction schedule. As clearly stated in the scope of
work, there are numerous activities associated with the execution of commissioning services. Construction phase
commissioning activities should be clearly itemized within the construction schedule as soon as a formalized
schedule is developed. Lines items should include:
* Testing and balancing broken out on a per floor or per equipment type basis.
* Point-to-point checkout on a per floor or per equipment type basis.
* Functional testing broken out on a per floor, phase or equipment type basis. This breakout will include duration
of testing
* Training duration broken out on a per trade basis.
«+ Line item, including estimated duration for non-conformance item closeout.
ee TEAM BUILDING
OeSa
Design team - Fitzemeyer & Tocci is a full-service engineering consulting firm with a primary focus on design.
Because the firm is accustomed to working with commissioning agents on design projects, our dedicated
commissioning team is constantly reviewing the commissioning approach with our design groups to ensure the
delivery of our commissioning service is collaborative with designers. This evaluation activity has resulted in a
design review processes that numerous third-party design engineers have provided very positive feedback on.
Construction team -The commissioning team at F&T is comprised of engineers with extensive field backgrounds,
specifically focused on operations. Much of our team has direct, hands on experience in the maintenance and
troubleshooting of mechanical and electrical equipment. This hands-on experience is beneficial in developing a
level of trust with contractors and construction teams. Our team is rarely in the position of proposing solutions
that we do not have direct experience with. The nature of commissioning requires us to be involved in contentious
moments, but we are the first to promote contractors and team members that are collaborative and producing at a
high level.
Sad COMMISSIONING EFFORT ALLOCATION
\@7
Meetings — Meeting quantity is developed based up the duration of construction. Typically commissioning
meetings are conducted monthly through the first 75% of construction. These meetings increase in frequency
to bi-weekly and weekly through the final weeks of construction, when functional testing and non-conformance
resolution discussions are required.
Functional testing — Testing duration is based upon equipment types and counts. The equipment at the heart of
distribution systems including, but not limited to boilers, chillers, and air handling units typically require a full day of
testing per system or air handling unit. Unitary equipment such as fan coil units, variable air volume terminal units
or heat pumps are typically tested in groups of 10-15 units per full day of testing.
MECHANICAL | ELECTRICAL | IT | COMMISSIONING ENGINEERS
Exhibit B
0249-040522 Commissioning Agent
BID FORM
Project Identification — : 0249-040522
Bid Identification Number: Commissioning Agent
This Proposal is submitted to: City of Nashua Purchasing Department
229 Main Street, City Hall
Nashua, NH 03061-2019
The undersigned Vendor proposes and agrees, if this Bid is accepted, to enter into an agreement with the City in
the form included in the Bidding Documents to perform all Work as specified or indicated in the Bidding Documents
for the prices and within the times indicated in this Bid and in accordance with the other terms and conditions of
the Bidding Documents.
Vendor accepts all of the terms and conditions of the Advertisement or Request for Proposal and Instructions to
Vendors, including without limitation those dealing with the disposition of Bid security. The Bid will remain subject
to acceptance for ninety (90) days after the day of proposal opening, or for such longer period of time that Vendor
may agree to in writing upon request of the City.
In submitting this Proposal, Vendor represents, as set forth in the Agreement, that:
e Vendor has examined and carefully studied the Bidding Documents and the following Addenda,
receipt of all which is hereby acknowledged.
Addendum No. Addendum Date
Vendor is familiar with and is satisfied as to all federal, state and local Laws and Regulations that may affect cost,
progress and performance of the bid.
The Bidding Documents are generally sufficient to indicate and convey understanding of all terms and conditions
for performance of the Work for which this Bid is submitted.
Vendor further represents that this Bid is genuine and not made in the interest of or on behalf of any undisclosed
individual or entity and is not submitted in conformity with any agreement or rules of any group, association,
organization or corporation; Vendor has not directly or indirectly induced or solicited any other Bidder to submit a
false or sham Bid; Vendor has not solicited or induced any individual or entity to refrain from bidding; and Vendor
has not sought by collusion to obtain for itself any advantage over any other Bidder or over the City.
Submitted by:
a. Fitzemeyer and Tocci Associates, Inc.
Name of Organization
Name & Title of Authorized Representative
300 Unicorn Park Dr, 5th Floor, Woburn, MA 01801
Address:
617-485-6591, NFanning@F-T.com
Telephone/Email:
1 of 2
Nathaniel Fanning, Energy and Infrastructure Service Leader
Exhibit B
0249-040522 Commissioning Agent
Fee Summary
A. Limited Preparation Phase S 2,900.00
B Construction Phase $10,000.00
C. System Performance Testing S 5,700.00
D. Mechanical Systems Training S§ 1,000.00
E. Project Closeout and Post Occupancy S 5,900.00
Total Lump Sum Fee: (estimated) $25,500.00
Estimated Reimbursable Costs (mileage, printing, copying, etc.) § 2,050.00
Commissioning Services Fee Schedule Attach your standard fee schedule
Acknowledgement is made of receipt of the following bid documents: Request for Proposal, Exhibit A (Scope of
Work}, Exhibit B (Bid Form), Appendix A (Contract, Terms & Conditions)
Fitzemeyer and Tocci Associates, Inc. Nathaniel Fanning, Energy and Infrastructure Service Leader
(Name of Bidding Vendor)
(Signature)
Immigration Reform and Control Act of 1986: The undersigned certifies that it does not and will not during the
performance of this Contract violate the provisions of the Federal Immigration Reform and Control Act of 1986,
which prohibits employment of illegal aliens.
Disqualification of Bidders: By signing this bid or proposal, the undersigned certifies that this
person/firm/corporation is not currently barred from bidding on contracts by any Federal Agency or Agency of the
State of New Hampshire, nor is this person/firm/corporation a part of any firm/corporation that is currently barred
from bidding on contracts by any Federal Agency or Agency of the State of New Hampshire. We have attached an
explanation of any previous debarment(s) and copies of notice(s) of reinstatement(s).
Bidding Organization Fitzemeyer and Tocci Associates, Inc.
Name & Title of Authorized Representative Nathaniel Fanning, Energy and Infrastructure Service Leader
Signature Date 4/5/2022
2 of 2
— TZEM EYER Standard Rates
300 UNICORN PARK DRIVE, 5™ FLOOR
WOBURN, MA 01801
(P) 781.481.0210 (F) 781.481.0203 (W) www.f-t.com
F&T 2022 STANDARD RATES
As of January 1, 2022
Professional Fees
e Principal/Vice President $325.00 per hour
e Market/Service Leader 300.00 per hour
e Senior Project Engineer 250.00 per hour
e Project Manager 200.00 per hour
e Commissioning Engineer 200.00 per hour
e BIM Manager 195.00 per hour
e Project Engineer 185.00 per hour
e Designer / Design Engineer 150.00 per hour
e Clerical/Administration 110.00 per hour
Reimbursable Expenses
e Copying and Laser Printing (using in-house equipment) $0.15 each
e Copying and Laser Printing (Outside Service) Cost x 1.1
e Plotting (using in-house equipment):
Bond Plots $1.25 per square foot
Vellum Plots $1.90 per square foot
e Plotting (Outside Service) Cost x 1.1
e Express Mail Cost x 1.1
e Courier Cost x 1.1
e Overnight Travel Cost x 1.1
e Local Travel $0.585 per mile plus parking and/or tolls
e Project IT Expense 4% fixed percentage mark-up for soft costs including CAD/BIM software and
equipment, engineering software, and data backup, security, and management.
Miscellaneous Expenses Cost x 1.1
The above rates are subject to change without notice.
Fitzemeyer & Tocci - Hourly Rates 2022
Mechanical/Electrical Engineers
Page 1 of 1
City of Nashua
Purchasing Department
Administrative Services Division (603) 589-3330
229 Main Street - Nashua, NH 03060 Fax (603) 594-3233
June 28, 2022
Memo #23-292
TO: Mayor Donchess
Finance Committee
SUBJECT: Bulletproof Vests in the amount not to exceed $26,240.50 funded from 61110 Protective
Clothing/BVP Grant
Please see attached communications from Karen Smith, Buisiness Office Manager, dated June 21, 2022 for
project specific details related to this purchase. Below please find a summary of the purchase approval
request:
Item: 26 Second Chance SX0O2 Level II Bulletproof Vests
Value: not to exceed $26,240.50
Vendor: Atlantic Tactical
Department: 150 Police Department
Source Fund: 61110 Protective Clothing/ BVP Grant
Ordinance: Pursuant to § 5-84 Special purchase procedures A/(3) Purchases which can be
procured through cooperative intergovernmental purchase agreements with
other governmental jurisdictions
The Nashua Police Department, and the Purchasing Department respectfully request your approval of this
contract.
Regards,
Kelly Parkinson
Purchasing Manager
Ce: K Smith
NASHUA POLICE
DEPARTMENT Date: 21 June 2022
a
Intradepartmental Communication
To: Kelly Parkinson Purchasing Manager
From: Karen A. Smith, Business Manager
Subject: Nashua Police Department Bulletproof Vests
The Nashua Police Department (NPD) is requesting to purchase vest not to exceed twenty-six (26)
second chance $X02 Level II bulletproof vests as needed during fiscal FY23 budget year. The vests are
for current officers vests that will reach the five year warranty and for potential new hire recruits as needed
for the fiscal year. The current vests are being retained for use during training.
The Nashua Police Department recommends purchasing the vest order from Atlantic Tactical of New
Cumberland, PA under State of New Hampshire contract #8002809 not to exceed $26,240.50. Funding is
available in the 2020 and 2021 Bulletproof Vest Partnership Grants for a portion of the vest purchase
price. The Police Department's required match will be funded from the Department's Protective Clothing
account,
Sincerely,
hae SN
Karen A. Smith
Business Manager
i-a
ai
yp Vo wwan aa”
OUTFITTING AMERICA'S HEROES
772 Corporate Circle, New Curnberland, PA 17070
Phone: 717-774-3339 + 800-781-2677 * FAX: 717-774-4463
REMIT TO: 3319 Anvil Place, Raleigh, NC 27603
SALES QUOTE
SQ-80743099 \6/8/2022
Customer Ty Contact | Ship To
Nashua PD (NH) | NASHUA POLICE DEPARTMENT (NH)
Accounts Payable POLICE PATROL
Po Box 2019 CITY OF NASHUA
229 Main St 6 PANTHER DR
NASHUA NH 03061 NASHUA NH 03062
Tel: (603)-589-3330, (603) -594-
3613
Fax: (603)-589-3344
| Account F Terms Due Date Account Rep - | Schedule Date |
NAS1001 NET 30 Email Delivery 7/8/2022 William Jones 6/8/2022
Quotation PO # Reference Ship VIA Page Printed
SQ-80743099 MacDonald Armor 1 FDX G Ground | 1 6/8/2022 |
Littem Description Qty! Price) UM | Discount) § Amount
| 1}quoTE-saPwusc NH STATEWIDE 21-QUO-002348 - 1 $0.00| EA | $0.00
8002809 - ARMOR & EQUIPMENT |
2 |
| 3/SBA1219784M |Safariland 1219784-M SX Level II A?7 | 1 | $816.75 BA | $816.75
- Male Panel Set
4
| 5 SBA1348925NV Safariland Armor 1348925 M Series | A | $104.50 BA $104.50
Concealable Carrier Navy . i i
6 ’ | | i
7|SBA1001628 Safariland 1001628 IMPAC HT 5X8 1 | sea| EA $88.00
Single Curve Rectangle ]
8 | ] | |
9 NEED SIZE |
‘ 1
Thank you for giving us the opportunity to quote on Vrax Details Taxable ‘a $0.00
your request. Please reference the above quote number EXEMPT #0. 000 MXXKEXXERLENK
when placing your order. If you have any questions or
‘additional quotes needed, please contact the Sales total T b
Representative shown on this form or email ee $0.00
quotes@atlantictactical.com, We appreciate your Exempt $1,009.25
business!
Payment Details potas ees
O1/01/ 00 No Payment History
Balance $1,009.25
Evereat® Document Formal © 1999 - 2006 Everest Sofiware, inc AN Rights Reserved. www.everestpofwareine.com 800-382-072 ry ‘
STATE OF NEW HAMPSHIRE
Department of Administrative Services
Division of Procurement and Support Services
Bureav of Purchase and Property
State House Annex
Concord, New Hampshire 03301
Effective Date: December 31, 2020
NOTICE OF CONTRACT
COMMODITY: SAFARILAND ™ BODY ARMOR
CONTRACT NO.: 8002809
NIGP: 680-0815
VENDOR: Ailantic Tactical Inc VENDOR #: 254684 BOO]
763 Corporate Circle
New Cumberland PA 17070
CONTACT PERSON(s): Bill Jones, Regional Account Manager
Mobile: (603) 722-9476 / Toll Free: (800) 781-2677
Fax: (717}-774-4463
E-Mail: Wiliam, Jones@atlantictactical.com
Thomas Caruso
Tel. No.: {800) 781-2677 X1142 or (717) 774-3339 X1142
Fax No.: {717) 774-4463
E-Mail: Tom.Caruso@atlantictactical.com
CONTRACT PERIOD: March 1, 2021 through February 29, 2024
PAYMENT TERMS: Net 30
PAYMENT: Payments shall be made via Procurement Card (P-Card -Credit Card) or ACH*.
Orders charged upon delivery/shipment.
*If the agency is enrolled in the P-card Program, payments shall be made via P-
card. The resulting contract has mandatory Procurement Card usage for
agencies enrolled in the State P-Card Program.
INVOICING: Invoices shall be submitted after completion of work to the requesting agency.
Payment shall be after receipt of invoice and acceptance of the work to the
State's satisfaction.
DELIVERY TIME: Within 60 working cays from placement of order.
F.O.B.: F.0.B. Destination to any location within the State of New Hampshire
ORDERING: State agencies will place their orders direct to vendor by electronic order entry, by
e-mail, by FAX, or they may establish a standard delivery order. Political sub-divisions
and authorized non-profit organizations will utilize their own individually established
ordering procedures.
MINIMUM ORDERS: There is no minimum order required under this contract.
QUESTIONS: Direct any questions to Loretta Razin, 603-271-0579,
EE |
RFB #2377-21 Page |