Skip to main content

Main navigation

  • Documents
  • Search

User account menu

  • Log in
Home
Nashua City Data

Breadcrumb

  1. Home
  2. Search

Search

Displaying 17431 - 17440 of 38765

Finance Committee - Agenda - 5/17/2017 - P9

By dnadmin on Mon, 11/07/2022 - 10:25
Document Date
Wed, 05/17/2017 - 00:00
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Wed, 05/17/2017 - 00:00
Page Number
9
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__051720…

STATE OF NEW HAMPSHIRE
Department of Administrative Services
Division of Procurement and Support Services
Bureau of purchase and Property

Concord, New Hampshire 03301

NOTICE OF CONTRACT

DATE: 9/11/15
CONTRACT: AMMUNITION
CONTRACT NO.: 8001897
NIGP CODE: 680-0400

CONTRACTOR: EAGLE POINT GUN CONTRACTOR# 166490
1707 THIRD STREET
THOROFARE NJ 08086

CONTACT PERSON: THOMAS J. MORRIS Hii

TELEPHONE. NO.: 856-848-6945
FACSIMILE. NO.: 856-384-2938
E-MAIL: maforijmonisiii@comcast.net

EFFECTIVE FROM: September 14, 2015 Seplember 30, 2017

DELIVERY :
Orders are to be delivered F.0.B. Destination to any point within the State of New Hampshire. No

surcharges, regulatory charges, custom/duties, special charges. or fuel charges of any kind will be allowed
os an add-on to orders. Freight charges will be allowed for orders that request express deliveries by an

agency.

FEDERAL LAW:

It will be the responsibility of the Contractor to comply with alf federal regulations and proceduyres
regarding all sales and transactions made as a result of this RFB and any resulting contract.

TAX EXEMPT CERTIFICATE:
All prices are to be offered less Federal Excise Tox. A Tax Exemption Certificate will be furnished to the
Contractor upon reques! to the using agency.

ABILITY TO PROVIDE:
Successful Contractor must be capable of providing each Siate of New Hampshire agencies and eligible

participants with their entire requirements of the items required in this contract without any delay or substitution.

ORDERING PROCEDURE:

State agencies will place their orciers by electronic order eniry, by e-mail, by facsilile, or they may establish a
standard delivery order. Eligible participants will utilize their own individually established ordering procedures.

QUESTIONS: ALAN HOFMANN
Purchasing Manager

PHONE; 271-2550

FACSIMILE: 271-7564

E-MAIL: glan hofmann@nh.goy

Page Image
Finance Committee - Agenda - 5/17/2017 - P9

Finance Committee - Agenda - 3/16/2022 - P28

By dnadmin on Sun, 11/06/2022 - 21:45
Document Date
Thu, 03/10/2022 - 12:45
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Wed, 03/16/2022 - 00:00
Page Number
28
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__031620…

13.

14.

15.

16.

any negligent act, omission, or fault or willful misconduct, whether active or passive, of
Professional Engineer or of anyone acting under its direction or control or on its behalf in
connection with or incidental to the performance of this contract. Professional Engineer’ s
indemnity 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.

FISCAL CONTINGENCY All payments under this contract are contingent upon the
availability to the City of Nashua of the necessary funds. This contract shall terminate and
the City of Nashua's obligations under it shall be extinguished at the end of any fiscal year
in which the City of Nashua fails to appropriate monies for the ensuing fiscal year sufficient
for the performance of this contract.

Nothing in this contract shall be construed to provide Professional Engineer with a right of
payment over any other entity. Any funds obligated by the City of Nashua under this
contract that are not paid to Professional Engineer shall automatically revert to the City of
Nashua’s discretionary control upon the completion, termination, or cancellation of the
agreement. The City of Nashua shall not have any obligation to re-award or to provide, in
any manner, the unexpended funds to Professional Engineer. Professional Engineer shall
have no claim of any sort to the unexpended funds.

COMPENSATION Review by the City of Nashua of Professional Engineer's submitted
monthly invoice forms and progress reports for payment will be promptly accomplished
by the City of Nashua. If there is insufficient information, the City of Nashua may require
Professional Engineer to submit additional information. Unless the City of Nashua, in its
sole discretion, decides otherwise, the City of Nashua shall pay Professional Engineer in
full within 30 days of approval of the submitted monthly invoice forms and progress
reports.

COMPLIANCE WITH APPLICABLE LAWS Professional Engineer, at all times, shall fully and
completely comply with all applicable local, state and federal laws, statutes, regulations,
ordinances, orders, or requirements of any sort in carrying out the obligations of this
contract, including, but not limited to, all federal, state, and local accounting procedures
and requirements, all immigration and naturalization laws, and the Americans With
Disabilities Act. Professional Engineer shall, throughout the period services are to be
performed under this contract, monitor for any changes to the applicable laws, statutes,
regulations, ordinances, orders, or requirements, shall promptly notify the City of Nashua
in writing of any changes to the same relating to or affecting this contract, and shall submit
detailed documentation of any effect of the change in terms of both time and cost of
performing the contract.

NONDISCRIMINATION If applicable or required under any federal or state law, statute,
regulation, order, or other requirement, Professional Engineer agrees to the following
terms. Professional Engineer will not discriminate against any employee or applicant for
employment because of physical or mental handicap in regard to any position for which
the employee or applicant for employment is qualified. Professional Engineer agrees to
take affirmative action to employ, advance in employment, or to otherwise treat qualified,
handicapped individuals without discrimination based upon physical or mental handicap
in all employment practices, including but not limited to the following: employment,

GC 8 of 13

Page Image
Finance Committee - Agenda - 3/16/2022 - P28

Finance Committee - Agenda - 5/17/2017 - P10

By dnadmin on Mon, 11/07/2022 - 10:25
Document Date
Wed, 05/17/2017 - 00:00
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Wed, 05/17/2017 - 00:00
Page Number
10
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__051720…

AUDITS AND ACCOUNTING:
The Contractar shall allow representatives of the State of New Hampshire to have complete access to ail

records for the purpose of determining compliance with fhe terms and conditions of this contract.

At intervals during the contract term, and prior to the termination of the contract, ihe Coniractor may be
required to provide a complete and accurate accounting of all products and quantities ordered by each
agency and institution and by political sub-divisions and authorized non-profit organizations.

ELIGIBLE PARTICIPANTS:

Politica! sub-divisions (counties, cities, towns, schoot districts, special district or precinct, or any other
governmental organization}, or any nonprofit agency under the provisions of section 501c of the federal internal
revenue code, are eligible to participate under this contract whenever said sub-division or nonprofit agency so
desires. These eniities are autonomous and may participate at their sole discretion. In doing so, they are entitled
to the prices established under the contract. However, they are solely responsible for their association with the
successful Vendor. The State of New Hampshire assumes no liability between the successful Vendor and any of

these entities.

ESTABLISHMENT OF ACCOUNTS:

Each State of New Hampshire agency must have ifs awn individual customer account number. There will be
instances where sub-sections of an agency will need their own individual customer account number. Should
any State of New Harnpshire agency place an order under the contract, the successful Contractor agrees to
establish an account within three (3} working days from the date the order is placed. However, there must be
no delay in any shipment; the agency must receive the items ordered in accordance with the delivery time
required under the “Delivery Time” section of this coniract, as if an account already exists for them,

RETURNED GOODS:
The Contractor must resolve all order and invoice discrepancies within five business days from notification.

Products returned due to quality issues, duplicate shipments, over-shipments, etc. must be picked up by the
successful Contractor within five business days of notification with no restocking or freight charges, and must
be reploced with specified products or the agency will be refunded/credited for the full purchase price.
Unauthorized substitutions for any products are not allawed,

Standard siock products ordered in error by the Siate of New Hampshire musi be returned for full credit

wilhin fifteen days of receipt. Products musi be in re-soleable condition (original container, unused} and
there will be no resiocking fee charged for these products. The using agency will be responsible for any

freight charges fo return these items to the Contracior.

CONTRACTOR’S BALANCE OF PRODUCT LINE ITEMS

The items in each category include the items mosi commonly purchased by State of New Hampshire
agencies, and will be used for award purposes. During the term of contract, the state may purchase other
items in relation fo the contract description from the successful Contractor's Balance of Product Line. All

items ordered will include all shipping/charges as specified above in Contract Prices.

MINIMUM ORDERS:
There will be no minimum order whether in item quantity or doliar value associated with this contract.

Orders of case fats only.

INVOICING:

Invoicing shall be done to the Agency Remit Account on the basis of each order completed. Invoices shall
clearly indicate the quantity, descristion. packaging, dote delivered, and contract price. Invoicing for eligible
participants will be in accordance with their individual requirements.

TERMINATION:
The State of New Hampshire shall have the right to ferminate the purchase contract at any time by giving

the successful Vendor a thirty (30) day written notice.

Page Image
Finance Committee - Agenda - 5/17/2017 - P10

Finance Committee - Agenda - 5/17/2017 - P11

By dnadmin on Mon, 11/07/2022 - 10:25
Document Date
Wed, 05/17/2017 - 00:00
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Wed, 05/17/2017 - 00:00
Page Number
11
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__051720…

SECTION #1- SPEER

PRICING IS BASED ON PRICE PER 1000 ROUNDS - ORDERS WILL BE PLACED BY ROUNDS PER CASE.
BALANCE OF PRODUCT LINEIS 10% DISCOUNT FROM SPEER UST PRICE SCHEDULE

z
PRICE PER
ITEM MFG/PART # ee pe 1000 DELIVERY TIME
ROUNDS
CASE

"387 Sig Lead Free SPEER 53368 1000 415.83 | 30-360 DAYS
357 Sig 125 or, JHP SPEER 54234 1000 400.05 | 30-360 DAYS
357 Sig 125 or. TMJ-Reduced Lead SPEER 54232 1000 260.55 | 30-360 DAYS
"357 Sig 125 gr. TMJ “Speer 53919 [1000 | 258.49 | 30-360 DA

omm 124 of. TMJ, Brass Case,
a Reduced Lead

SPEER 53653.

130-360 DAYS

30-360 DAYS

30-360 DAYS

5, 56 mm —_ 551 FMJ BT aa

~ SPEER 53885

oo 360 DAYS

20-360 DAYS

SPEER 24459 _
“45 Auto 250g" TMJ SPEER 3480 1000 236.01 | 30-360 DAYS
9 mm 147 gr MJ SPEER 53620 1000 191.06 | 30-360 DAYS

ITEM

125 gr. JHP.

Wi] FM J Std
40 S&W | FMJ
5&W 180

55 gr. JSP
223 55 gr. FMJ

9mm 147 or. JHP
1

9mm 124 gr. FM, Brass Case,

45 230 gr. JHP

.45 230 Reduced Lead

.22 LR Sid V Rimfire

|
]

12 Ga. B

308 Boat Tail JHP

MFG/PART #

AE35782
L P357SHSTI

AE40R1
FEDERAL AE40Ni
FEDERAL
FEDERAL AE223
9

FEDERAL AESDP
FEDERAL AEN]

FEDERAL AE45N1
7]

Ft
LE-127-00

LE-127
FEDERAL LE-1

Federal GM30&M

#
ROUNDS
PER STD

900
1000

1000
J
1000

PRICE
PER 1000
ROUNDS

9

701

4]

SECTION #2- FEDERAL BALANCE OF PRODUCT LINE!IS 30% DISCOUNT FROM FEDERAL LIST PRICE SCHEDULE

DELIVERY TIME

DAYS
30-360 DAYS

DAYS
30- AYS
30-3460 DAYS

30-360 DAYS
30-360 DAYS

YS

20-360 DA
30-340 DAYS

30-360 DAYS
A

30-360 DAYS

DAYS

30-360 DAYS
30-360 DA
A

360 DAYS

30-360 DAYS

Page Image
Finance Committee - Agenda - 5/17/2017 - P11

Finance Committee - Agenda - 5/17/2017 - P12

By dnadmin on Mon, 11/07/2022 - 10:25
Document Date
Wed, 05/17/2017 - 00:00
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Wed, 05/17/2017 - 00:00
Page Number
12
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__051720…

Anderson, Adam
inn a
From: Eagle Point Gun <majortimorrisii@comcast.net>
Sent: Wednesday, June 01, 2016 7:56 AM
To: Anderson, Adam; Andrew Morris; Candace Neavin; Tim Archer; Brian Vare - Eagle Point Gun;
eaglepointgunsac@comcast.net; Eigen, Ira
Subject: Ammuntion Quotation Nashua PD NH
Hello Adam,

Pursuant to your below Request, the following is provided. All ammunition items quoted on are factory new Federal
Cartridge and CCI/Speer. All prices are pursuant to New Hampshire State Contract #8001897 and are good through 30
SEP17. There is no minimum or maximum order BUT ammunition must be ordered in full case lots and | have quoted by
the case. Just use the Unit prices provided to determine your totals. All prices include the freight, tailgate delivery, and
would be a drop ship direct from the Manufacturer to your Department location in New Hampshire. Delivery times on
factory drop ships have been running 30-360 days ARO BUT things have been getting better. When you place an order, if
you do not have an acknowledge letter from us in ten days or so, make sure we received the order. Mailed orders are
preferred, Faxed orders would be #2 in preference. Purchasing pushes a button on an email and never does a follow up

is the least preferred.

.223 cal. 62pr. Trophy-Bonded Tactical Soft Point Federal #LE223T3 @ $234.67 per case of 200 rds.
.223 cal. 5Sgr. No Lead Frangible Federal Ballisticlean #8C223NTSA @ $383.65 per case of 500 rds.
40 cal. 165gr. Gold Dot Hollow Point CCl/Speer #53970 @ $326.76 per case of 1,000 rds.

The above are the three items you wrote about plus the 180gr. we discussed on the telephone, Let us know what you
want to do and feel free to contact us if we can ever be of service. We also sell Remington ammunition and firearms,
Speedwell paper targets, PMC ammunition, Benelli firearms, Sig Sauer firearms, EOTech sights, Surefire lights, Aimpoint
sights, Gransfors Bruks axes and entry tools, assorted gun cleaning supplies, and other items. We also take used
weapons in trade for credit against everything that we sell. We appreciate your business.

Best regards,
Tom

Thomas J. Morris Il!

On 5/26/2016 6:44 AM, Anderson, Adam wrote:

Hello, my name is Adam Anderson from Nashua Police Department. We are looking to purchase
Ammunition through the New Hampshire State Contract #8001897. Some of the Federal/Speer
ammunition we are looking to purchase is not listed in the sheet attached to your contract. Below is the
ammunition we are looking to purchase.

’ FEDERAL
LE223T3 - .223 cal 62 grain Federal Tactical Bonded - 200 round cases
BC223NTSA - .223 cal 55 grain Federal no jead frangible — 500 round cases
SPEER
53970 - .40 cal 165 grain Speer Gold Dot Hollow Point — 1000 round cases
tam looking for how much per case these rounds would be.

Page Image
Finance Committee - Agenda - 5/17/2017 - P12

Finance Committee - Agenda - 5/17/2017 - P13

By dnadmin on Mon, 11/07/2022 - 10:25
Document Date
Wed, 05/17/2017 - 00:00
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Wed, 05/17/2017 - 00:00
Page Number
13
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__051720…

THE CITY OF NASHUA “The Cate City

Financtal Services

Purchasing Department

May 11, 2017
Memo #17-118

TO: MAYOR DONCHESS
FINANCE COMMITTEE

SUBJECT: 2017 LOW FLOOR CUTAWAY VAN PROCURMENT FOR NASHUA TRANSIT (VALUE

$758,790)
DEPARTMENT: 186 TRANSPORTATION; FUND: TRANSIT GRANTS

Please see attached communication from Camille Pattison, Transportation Manager, dated April 14, 2017
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 Department and Purchasing Department recommends awarding the contract to
replace six of the City’s Low Floor Cutaway Vans to DATTCO, OF New Britain, CT in the amount of

$758,790.

eZ
Ail i

Lan Kooken

Purchasing Manager

Ce: C. Pattison S. Marchant J. Graziano

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

Page Image
Finance Committee - Agenda - 5/17/2017 - P13

Finance Committee - Agenda - 5/17/2017 - P14

By dnadmin on Mon, 11/07/2022 - 10:25
Document Date
Wed, 05/17/2017 - 00:00
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Wed, 05/17/2017 - 00:00
Page Number
14
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__051720…

© Community Development 589-3095
City of Nashua Planning and Zoning 589-3090

. ee Building Safety 589-3080
Community Development Division Code Enforcement 589-3100
City Hall, 229 Main Street, PO Box 2019 Co eras amiesion °- Senate
Nashua, New Hampshire 03061-2019 Transportation 880-0100
www.nashuanh.gov FAX 589-3119

Date: April 14, 2017
To: Jim Donchess, Mayor
From: Camille Pattison, Transportation Manager

Re: Finance Committee - Contract to Purchase up to 9 Replacement Low Floor Cutaway Vans for
the City of Nashua ($758,790)

The Nashua Transit System (NTS) went out to bid under RFP0/52-031417 Low Floor Cutaway
Vans to replace six of its para-transit vans, with the option for up to three more, over the winter of
2017, in accordance with both the City of Nashua and FTA procurement procedures. We received
three total proposals, by two vendors. DATTCO provided a proposal for Champion Vans and
Alliance Bus Group provided proposals for Arboc and Glaval Vans. Per FTA requirements, the
City determined that DATTCO met the criteria as a responsible contractor in accordance with 49
USS.C. § 5325Q) of the United States Code.

The proposal from DATTCO was at a base cost of $124,897 for each Low Floor Cutaway Bus. The
City requested costs for additional options. The City selected one of the additional options and
asked DATTCO to send a best and final offer, which resulted in a final cost of $126,465.

Total cost of 6 Vans is $758,790.

As the City is looking replace these ADA accessible vehicles, the Federal Transit Administration
(FTA) will pay up to 85% of the capital costs of this purchase. The NTS has been saving FTA
capital funds for four years in anticipation of our overdue fleet replacement needs and has 5310,
5339 and 5307 funds in reserve to cover 85% of the costs. In addition, the City of Nashua worked
with the Nashua Regional Planning Commission (NRPC) and the State of NH, to secure matching
funds from the State to offset the City’s costs in this purchase. The State of NH has committed to
half of the 15% local match through their FY17 fiscal budget and State Transportation Improvement
Plan (STIP), which leaves only 7.5% ($56,909.25) of the total contract to be funded by the City.
The City’s portion is part of the approved CERF funding plan for FY17.

Nashua Transit recommends awarding the contract to replace six of the City’s Low Floor Cutaway
Vans to DATTCO, New Britain, CT, in the amount of $758,790.

Page Image
Finance Committee - Agenda - 5/17/2017 - P14

Finance Committee - Agenda - 5/17/2017 - P15

By dnadmin on Mon, 11/07/2022 - 10:25
Document Date
Wed, 05/17/2017 - 00:00
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Wed, 05/17/2017 - 00:00
Page Number
15
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__051720…

www.RideBigBlue.com

To: File

From: Camille Pattison

Date: March 22, 2017

RE: RFP

Vendor Total Bus Cost Product Manufacturer Total Average

Cost Design and | Reputation and Points
Performance | Performance

DATTCO $124,897 29 30.75 20.75 80.5

Champion

Alliance $129,271 27 29.5 21.75 78.25

Arboc

Alliance $115,645 35 25.25 18 78.25

Glaval

Cost

Points were awarded based on lowest cost. The lowest bidder received full points and the
incremental difference was then used to award points to the next lowest bidder. Costs include
the base vehicle price multiplied by 6, the number of vans being purchased now. One point is
deducted for each $10,000 in difference. Since the difference in cost for Champion was
$55,512, they were deducted 6 points, and the difference in cost for Arboc was $81,756 they
were deducted 8 points.

Manufacturer | Single Van | X6 - Total Deduction | Points
Cost Cost
$55,512 29
Champion $124,897 $749,382 6 points
$81,756 27
Arboc $129,271 $775,626 8 points
Glaval $115,645 $693,870 0 35

Page Image
Finance Committee - Agenda - 5/17/2017 - P15

Finance Committee - Agenda - 5/17/2017 - P16

By dnadmin on Mon, 11/07/2022 - 10:25
Document Date
Wed, 05/17/2017 - 00:00
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Wed, 05/17/2017 - 00:00
Page Number
16
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__051720…

Product Design and Performance

The Champion has a significantly lower ground clearance, both in the standard position, and
in the kneeling position, than the Arboc and Glaval. This is a significant benefit for access to
the senior and disabled populations that typical ride this vehicle. The Champion also has the
capability to raise the chassis an additional 2” for greater ground clearance, and utilizes the
Equalizer Ramp Technology. This technology allows for the ramp to adjust to varying curb
heights, and minimizing the grade of the slope. The Arboc provides a smooth layout, with
the door location allowing for increased interaction between the driver and rider. The
Champion and Glaval included a tire pressure monitoring system, the Arboc did not mention

it.

Manufacturer’s Reputation and Performance

DATTCO provided a thorough description of items covered in the training program for the
Champion. Alliance did not address training for the Arboc and Glaval. DATTCO also
provided the most thorough technical publications. DATTCO and Alliance both had good
references. Champion had some poor reviews with mechanical issues. The early Arbocs had
some mechanical issues, but seem to be resolved in more recent models. The Champion met
the warranty standards, but Arboc provided better overall warranties, Glaval’s corrosion
warranty was a little low.

File

Page Image
Finance Committee - Agenda - 5/17/2017 - P16

Finance Committee - Agenda - 5/17/2017 - P17

By dnadmin on Mon, 11/07/2022 - 10:25
Document Date
Wed, 05/17/2017 - 00:00
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Wed, 05/17/2017 - 00:00
Page Number
17
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__051720…

Contract

CITY OF NASHUA CONTRACT FOR
THE SALE OF GOODS

This Contract for the Sale of Goods ("Contract") is made and entered into as of the
__ day of 2017 ("Effective Date") by and between the City of Nashua, a
municipal corporation ("City" or "Buyer"), and DATTCO, a Champion ("Seller") and
hereby acknowledges the Request for Proposal # 0152-031417 (“RFP”). This Contract, the
RFP and the Seller’s accepted proposal are collectively referred to as the "Contract
Documents."

RECITALS

A. City issued the RFP on January 24, 2017 which RFP is incorporated herein by this
reference;

B. City is in need of up to nine (9) low floor cutaway vans ("Vans" or "Goods"), as
more fully described in the Contract Documents;

C. Seller submitted a proposal in response to the RFP which is acceptable to the City;

C. City has determined that Seller is capable of providing the Vans at a reasonable
price and in a timely manner; and,

D. City agrees to purchase the Vans from Seller, subject to the terms and conditions of
the Contract Documents.

NOW, THEREFORE, in consideration of the mutual covenants and promises of
City and Seller contained herein and the receipt of good and valuable consideration, the
receipt of which is hereby acknowledged, City and Seller hereby agree as follows:

AGREEMENT
I. Recitals. The above Recitals are true and correct and incorporated herein by
reference.
2. Purchase of Vans. Seller agrees to sell to City and City agrees to purchase

from Seller six (6) Vans as an initial purchase with the option to purchase three (3) more
Vans all pursuant to the terms of this Contract and the other Contract Documents. A
complete listing of the required specifications for the Vans is contained in "Section 5
Technical Specifications” of the RFP. In the event of a conflict between this Contract and
the other Contract Documents, the terms of this Contract shall control for all purposes.

Page Image
Finance Committee - Agenda - 5/17/2017 - P17

Pagination

  • First page « First
  • Previous page ‹‹
  • …
  • Page 1740
  • Page 1741
  • Page 1742
  • Page 1743
  • Current page 1744
  • Page 1745
  • Page 1746
  • Page 1747
  • Page 1748
  • …
  • Next page ››
  • Last page Last »

Search

Meeting Date
Document Date

Footer menu

  • Contact