Skip to main content

Main navigation

  • Documents
  • Search

User account menu

  • Log in
Home
Nashua City Data

Breadcrumb

  1. Home
  2. Search

Search

Displaying 23361 - 23370 of 38765

Finance Committee - Agenda - 12/2/2020 - P175

By dnadmin on Mon, 11/07/2022 - 13:24
Document Date
Wed, 11/25/2020 - 15:47
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Wed, 12/02/2020 - 00:00
Page Number
175
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__120220…

A. AP20 gear type crankshaft mounted front pump with a
Spicer driveline and end yokes shall be standard

B. 435 galion hydraulic off tank with a sight gauge, filter
assembly, shut off valves and all necessary contral valves
required for operation as a plow/sander/pre-wet system shail
be included.

- #304 SS Combination Hydraulic Tank

and Valve Enclosure.

C. Spreaders shall be equipped with a Rexroth Basic CS550
grcund speed control or equivalent. .

- CERTIFIED POWER XDS

D. Light functions shalt be operated by a CS105 PD controller or
equivalent.

- Certified Power XDS

£. Operator shail have an arm rest electric control equipped

with joystick.

Yes

F_ All cylinders must have nitrated shafts. Na chrome adowed.

|G. All hoses must be secure and protected against chaffing.

H. All tubing on truck shall be stainiess steel,

{1 as-built set of electrical schematics readable with the naked
eye shall be provided for each truck/bedy type.

For Gertified XDS Control System only

| J. 8 hours training stall be supplied for operators and
| mechanics..

iFB1005-092719 6 Wheel Dump Truck Up-Fits

Page | 11

Page Image
Finance Committee - Agenda - 12/2/2020 - P175

Finance Committee - Agenda - 12/2/2020 - P176

By dnadmin on Mon, 11/07/2022 - 13:24
Document Date
Wed, 11/25/2020 - 15:47
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Wed, 12/02/2020 - 00:00
Page Number
176
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__120220…

8. Warranty

A. Front plow and hitch assembly musi carry a three (3) year
warranty from manufacturing defects.

- YES

8. Wing plow, hitch and tower must carry a three (3) year
warranty from manufacturing detects.

- YES

Cc. Dump body, hydraulic pump and valves must carry a three
{3} year warranty from manufacturing defects.

- YES

#304SS BODY FOR STREET & PARKS DEPARTMENT BID

9. Bid Pricing: PACKAGE
ltem Description Unit Price lirstall Cost Total Price

10' Conventional body Tanco #304 SSMDS 10-36-42 or SSMDS 10-27-27 for the Street & ParksDepartment

Nose plows t+ Tenco TCP-1 1-S-E4-HA2 Trip Edge Plow with 1/4" Moldboard
+

. * - |
Nose hitch - Tenco H345-FW-R Ontario 1.
Wing piows - Tenco TCW-11H-39-0.25 Moldboard Trip Edge
Wing hitch - FFC52-R Cable Fiont Wing Post and a FAFX3-R Patrol Rear Wing Post
10° Sander - Tenco TCD-10-63-AS-SS304L 7.8 cufyd Slide In Sander with SS screens, and

Céeg Systenit with T60 USG

Liquid System

liquid anti-ice system =| _ Varitech 1,035 USG 3 Lane Anti-Icing Systera, hydraulic closed loop system,

16 GPM @ 2,000 PST, Leg Kit

Totals .

Bid totals: . $106,957.00 (OnelHundred Six Thousand Nine Hundred Fifty-Seven Dollars)

IFB1005-692719 6 Wheel Dump Truck Up-Fits

Page | 12

Page Image
Finance Committee - Agenda - 12/2/2020 - P176

Finance Committee - Agenda - 7/6/2022 - P98

By dnadmin on Sun, 11/06/2022 - 21:47
Document Date
Fri, 07/01/2022 - 09:35
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Wed, 07/06/2022 - 00:00
Page Number
98
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__070620…

10.

11.

necessary, make an adjustment in the compensation paid to Professional Engineer such that
Professional Engineer receives total compensation in the same amount as it would have
received in the event of a termination-at-will.

C. GENERAL PROVISIONS FOR TERMINATION Upon termination of the contract, the City
of Nashua may take over the work and prosecute it to completion by agreement with
another party or otherwise. In the event Professional Engineer shall cease conducting
business, the City of Nashua shall have the right to solicit applications for employment
from any employee of the Professional Engineer assigned to the performance of the
contract.

Neither party shall be considered in default of the performance of its obligations hereunder
to the extent that performance of such obligations is prevented or delayed by any cause,
existing or future, which is beyond the reasonable control of such party. Delays arising
from the actions or inactions of one or more of Professional Engineer's principals, officers,
employees, agents, subcontractors, consultants, vendors, or suppliers are expressly
recognized to be within Professional Engineer's control.

DISPUTE RESOLUTION _ The parties shall attempt to resolve any dispute related to this
contract as follows. Either party shall provide to the other party, in writing and with full
documentation to verify and substantiate its decision, its stated position concerning the
dispute. No dispute shall be considered submitted and no dispute shall be valid under this
provision unless and until the submitting party has delivered the written statement of its
position and full documentation to the other party. The parties shall then attempt to resolve
the dispute through good faith efforts and negotiation between the City of Nashua
Representative and a Professional Engineer Representative. At all times, Professional
Engineer shall carry on the work under this contract and maintain and complete work in
accordance with the requirements of the contract or determination or direction of the City
of Nashua. If the parties are unable to resolve their dispute as described above within 30
days, if requested in writing by either the City of Nashua or the Professional Engineer
within 14 days after the 30 days described above , the parties shall attempt to resolve the
dispute by entering into structured non-binding negotiations with the assistance of a
mediator on a without prejudice basis. The mediator shall be appointed by agreement of
the parties, which agreement shall not be unreasonably withheld. If the parties cannot agree
to a mediator within 30 days or the dispute cannot be settled within a period of thirty (30)
days with the mediator, the parties’ reserve the right to pursue any available legal and/or
equitable remedies for any breaches of this contract except as that right may be limited by
the terms of this contract.

NO DAMAGES FOR DELAY Apart from a written extension of time, no payment,
compensation, or adjustment of any kind shall be made to Professional Engineer for
damages because of hindrances or delays in the progress of the work from any cause, and
Professional Engineer agrees to accept in full satisfaction of such hindrances and delays
any extension of time that the City of Nashua may provide.

INSURANCE Professional Engineer 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;
> $1,000,000 Combined Single Limit Automobile Liability;

GC 6 of 13

Page Image
Finance Committee - Agenda - 7/6/2022 - P98

Finance Committee - Agenda - 12/2/2020 - P177

By dnadmin on Mon, 11/07/2022 - 13:24
Document Date
Wed, 11/25/2020 - 15:47
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Wed, 12/02/2020 - 00:00
Page Number
177
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__120220…

\ THE CITY OF NASHUA “The Gate Ci

Administrative Services
Purchasing Department

November 2G, 2020
Memo #21-062

TO: Mayor Danchess
Finance Committee

SUBJECT: Snow Plowing Services in the amount noi te exceed $40,000 funded from account 54207
Snow Plowing Services

Please see attached cammunications from Tim Cummings, Director of Econamic Development, dated
December 2, 2020 for project specific details related to this purchase. Below please find a summary of
the purchase approval request:

ltem: Snow Plowing to cover 18 lots that are the responsibility of the Parking Dept
Value: $40,000 (nat to exceed)
Vendor: The Doty Group

Department: 166 Parking
Source Fund: 54207 Snow Plowing Services

Ordinance: Pursuant to § 5-84 Special purchase procedures A/(6) Purchases which have
preceded by competitive sealed bidding, where no responsible bidder has
responded.

The Parking Department, and the Purchasing Department respectfully request your approval of this
contract.

Regards,

Kelly Parkinson
Purchasing Manager

Ce: T Cummings
J Graziano

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

Page Image
Finance Committee - Agenda - 12/2/2020 - P177

Finance Committee - Agenda - 12/2/2020 - P178

By dnadmin on Mon, 11/07/2022 - 13:24
Document Date
Wed, 11/25/2020 - 15:47
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Wed, 12/02/2020 - 00:00
Page Number
178
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__120220…

| THE CITY OF NASHUA “the Cate Cy

Economie Development Division — Parking Department

Office of the Mayor
TO: Kelly Parkinson, Purchasing Manager
FROM: Tim Cummings, Director of Economic Development
DATE: December 2, 2020

SUBJECT: FY21 Snow Plowing Contract (Value not to exceed: $40,000)
Department: 166 Parking

The snow plowing vendor, Accurate Dimensions, LLC of Bedford, New Hampshire with whom
the City of Nashua planned to contract with for the Fiscal Year 2021 snow plowing season
decided not to move forward with the snow plowing contract for this winter season. Therefore,
the Economic Development Division is requesting approval to contract with The Doty Group,
Inc. of Merrimack, NH for snow plowing and optional sand/salt treatment and snow removal
services in the amount not to exceed $40,000.

The contract covers snow plowing services for up to eighteen (18) parking lots under the
responsibility of the Parking Department. The contractor intends to provide snow plowing
services through May 15, 2021. The contractor will provide salt/sand treatment services and
removal of snow on an as-needed basis.

The Doty Group, Inc., whom the City used for eight (8) previous winters plowing the City’s
municipal lots, is a reputable and responsible company.

Thank You,

cy
“og
ane fo?

of ous je, fiend

Tim Cummings
Director of Economic Development

Ce: J. Graziano, J. Stansfield

229 Main Street, Suite 234 * Nashua, New Hampshire 03060 « Phone (603) 589-3106

Page Image
Finance Committee - Agenda - 12/2/2020 - P178

Finance Committee - Agenda - 12/2/2020 - P179

By dnadmin on Mon, 11/07/2022 - 13:24
Document Date
Wed, 11/25/2020 - 15:47
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Wed, 12/02/2020 - 00:00
Page Number
179
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__120220…

Subject: Snow Plowing Agreement

AGREEMENT
The City of Nashua, New Hampshire and the Contractor hereby mutually agree as follows:

GENERAL PROVISIONS
1. IDENTIFICATION.

THIS AGREEMENT (the “Agreement’’) dated as of (the “Effective Date”), is
between the CITY OF NASHUA, NEW HAMPSHIRE, c/o of the Parking Department, 229 Main
Street, Nashua NH 03060, a New Hampshire municipal corporation, phone: 603-589-3106
(“City”), and The Doty Group, Merrimack, NH Phone: (603) 490-0103 (“Contractor”). Each of
City and Contractor are sometimes referred to herein as a “Party” and collectively as the “Parties”.

2. CONTRACTOR CONTRACT MANAGER

Contractor shall designate a Contract Manager who shall be responsible for all contractual
authorization and administration under the Contract. This person is:

Contract Manager: Nathan Doty
Title: Vice President

Address: 126 Star Drive, Unit 1, Merrimack, NH
03054
Tel: 603-490-0103

Email: contactthedotygroup@email.com

3. CITY PURHCASING MANAGER

The City shall designate a Contract Manager who shall function as the City’s representative with
regard to Contract administration. This person is:

Contract Manager: Kelly Parkinson
Title: Purchasing Manager
Address: 229 Main Street
Nashua, NH 03060
Tel: 603-589-3333

Email: Parkingsonk@nashuanh. gov

Page Image
Finance Committee - Agenda - 12/2/2020 - P179

Finance Committee - Agenda - 12/2/2020 - P180

By dnadmin on Mon, 11/07/2022 - 13:24
Document Date
Wed, 11/25/2020 - 15:47
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Wed, 12/02/2020 - 00:00
Page Number
180
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__120220…

4.

5.

7.

SCOPE OF WORK

Services shall include snow plowing, salt and sand treatment, and removal services. Snow
plowing services shall be conducted within one hour after accumulation of snow greater than three
(3) inches. Salt and sand treatment may be required prior to and following each storm but will be
dependent on each storm as to whether or not treatment will be required, prior to or following a
storm. Contractor must be available for salt and sand treatment and snow removal services on an
as-needed basis to be determined by the Parking Manager. The Contractor shall perform routine
maintenance and repair on all equipment required to provide snow plowing and removal service.
All labor, tools, transportation, disposal costs, materials, equipment and permits required to
perform snow plowing and removal shall be the responsibility of the Contractor. Contractor shall
clearly identify areas such as, but not limited to, curbing, shrubs, manholes, fencing, guardrails,
electrical junction boxes or any other areas that are susceptible to damage when concealed by
snowfall prior to the first snowfall.

TERM & EXTENSION

This agreement will be from the date approved by the City of Nashua Purchasing Department
and terminating on May 15, 2021. This agreement may be extended for additional periods
under the same terms, conditions and pricing structure upon the written agreement of the
Contractor and the City of Nashua, NH.

DAMAGE

A. The Contractor agrees to indemnify and hold the City of Nashua, NH harmless from any
and all liability, claims, and actions of whatever kind arising out of injuries or damage
caused, arising from, resulting or due to its performance of its snow plowing services.

B. The Contractor agrees that any damage to building(s), materials, equipment or other
property caused, arising from, resulting or due to its performance of the snow plowing
service will be repaired or replaced at its sole expense.

INSURANCE

1. The Contractor shall carry the following minimum requirements relating to insurance
coverage and policy limits:

° General Liability - $1,000,000
* Motor Vehicle - $1,000,000 combined single limit for bodily injury and property damage
e Workers’ Compensation as required by the NH statute

The agent/insurance carrier must issue the certificate of insurance. The declaration page of a
personal autg policy is not acceptable. Insurance coverage must be provided via a commerctal
policy, The agent/insurance carrier must be licensed in the City of Nashua, New Hampshire and
acceptable to the City of Nashua, New Hampshire.

Page Image
Finance Committee - Agenda - 12/2/2020 - P180

Finance Committee - Agenda - 12/2/2020 - P181

By dnadmin on Mon, 11/07/2022 - 13:24
Document Date
Wed, 11/25/2020 - 15:47
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Wed, 12/02/2020 - 00:00
Page Number
181
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__120220…

8. INSURANCE CERTIFICATES

1. Insurance certificates evidencing the above are to be furnished the City as time of execution of
the contract and shall provide for not less than 30 days prior notice to the City of any cancellation
or major change in the policies.

2. The Risk Management Department is to be furnished a copy of the following documentation:
e Acopy of current motor vehicle registrations
e Acopy ofall operators’ current drivers’ licenses
e The Parking Department is to verify that all vehicles to be operated have
current inspection stickers; this needs to be noted when writing to the Risk
Management Department

3. The City of Nashua must be named as an additional insured on all certificates.

4. The Contractor must provide proof of compliance meeting Federal Department of
Transportation Commercial Driver Licensing requirements as to drug and alcohol testing.

5. NOTICE OF CANCELLATION: Each insurance policy required by the insurance provisions
of this prequalification shall provide the required coverage and shall not be suspended, voided,
cancelled, or reduced in coverage in limits except after thirty (30) days prior written notice has
been given to the City of Nashua Risk Management Department. Such notice shail be sent directly
to The City of Nashua Risk Management Department, PO Box 2019, 229 Main Street, Nashua, NH
03061-2019 and shall be sent by certified mail, return receipt requested.

6. The Contractor agrees to provide City of Nashua, NH with the services indicated in the Exhibit
A of this agreement at the prices as listed below.

Two vehicles per storm are required at the hourly rates listed below. The use of a third vehicle
must be approved by the Parking Operations Manager or person designated by said Manager.

1. $100.00/hr Ford 6 wheel dump (F450/F550)
$100.00/hr Ford 4 wheel flatbed (F250/F350)
$200.00/hr Front end ioader with 2 yd. bucket
$125.00/hr Tri-axle dump trailer (20 yds.)
$150.00/hr Tri-axle dump trailer (30 yds.)

wae wd

Lot Locations

City Hall Lots & Loading Dock
Maple Street Lot

Garden Street & Lot

School Street Lot

High Street Lot

we we N

Page Image
Finance Committee - Agenda - 12/2/2020 - P181

Finance Committee - Agenda - 12/2/2020 - P182

By dnadmin on Mon, 11/07/2022 - 13:24
Document Date
Wed, 11/25/2020 - 15:47
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Wed, 12/02/2020 - 00:00
Page Number
182
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__120220…

6. Factory Street Lot

7. Water Street Lot

8. Le Parc Renaissance Lot

9, Railroad Square Lot

10. Pearson/Park Avenue Lot

11. Library Lot

12. Library Annex Lot

13. Library Employee Lot

14. Spring Street Lot

15. Senior Center Lot (West Side Only)
16. Conway Arena Lot

17. Crown Street Parking Ride Lot
18. Pine Street Ext. Lot

9, PAYMENTS

The Contractor shall invoice the requesting agency within seven (7) days of service. Payment
shall be paid in full within thirty (30) days after receipt of the properly documented invoice and
acceptance of the work to the City of Nashua Parking Department’s satisfaction.

The invoice shall be sent to the address of the using agency under agreement.

10. GENERAL REQUIREMENTS FOR SNOW PLOWING SERVICES

1.

Contractor shall ensure that all equipment used is properly registered and inspected, The
City reserves the right to verify this information.

Upon Notice of Acceptance, Contractor must provide phone numbers where employees can
be reached. The inability of the City to make contact with Contractor within a reasonable
amount of time is cause for the City to use other contractors.

. All snow plowing operations, including the location and timing of snow plowing and

treatment, will be scheduled directly by the Parking Manager or authorized representative.

The Contractor shall provide services in order to ensure the snow is plowed to designated
areas in each of the municipal parking iots per the direction of the Parking Department. The
Contractor shall ensure that all leased parking spaces remain accessible to lease parking
customers following the snow event. If, for any reason, a leased parking space must be
utilized for storage of snow, the Contractor must contact the Parking Department
immediately.

-4-

Page Image
Finance Committee - Agenda - 12/2/2020 - P182

Finance Committee - Agenda - 12/2/2020 - P183

By dnadmin on Mon, 11/07/2022 - 13:24
Document Date
Wed, 11/25/2020 - 15:47
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Wed, 12/02/2020 - 00:00
Page Number
183
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__120220…

10.

11.

12.

13.

Snow removal operations will be at the discretion and scheduled directly by the Parking
Department, The contractor should have the proper equipment available to load the plowed
snow into a transport vehicle, and then take that vehicle to a City of Nashua approved snow
dump site.

All equipment must be equipped with a revolving or flashing amber light.
Subcontracting is not allowed.

The City shall have no obligation to engage the services of the Contractor for a specified
number of times.

Contractor shall be knowledgeable and comply with all federal, state, and local laws, rules,
regulations, and ordinances that may be applicable to the operation of the equipment
provided by Contractor for snow plowing services.

The Contractor shall do all the work and furnish all the materials, tools, equipment and
safety devices necessary to perform snow plowing at all 18 (eighteen) municipal parking
facilities, in a workman like manner and within the time specified. It shall complete the
entire work to the satisfaction of the Parking Manager and in accordance with the
specifications herein mentioned, at the prices herein agreed upon and fixed therefore.

The Contractor shall conduct its work so as to interfere as little as possible with private
business and public travel. It shall, at its own expense, wherever necessary or required,
furnish safety devices and take such other precautions as may be necessary to protect life
and property.

The Contractor shall be responsible for all work done under this contract; for the protection
of the work; and, for preventing injuries to persons and damage to property and utilities on
or about the snow plowing work. It shall in no way, be relieved of its responsibilities by
any right of the Parking Manager to give permission or issue orders relating to any part of
the work, or by any such permission given or orders issued, or by failure of the Parking
Manager to give such permission or such orders.

The Contractor shall bear all losses resulting to him or to the owner on account of the
amount or character of the work, or because of the nature of the land in or on which the
work is done is different from what was estimated or expected, or account of the weather,
elements or other causes. The contractor shall assume the defense of all claims of
whatsoever character against the Contractor of the City, and indemnify, save harmless, and
insure the City, its officer or agents, against all claims arising out of injury or damage to

5.

Page Image
Finance Committee - Agenda - 12/2/2020 - P183

Pagination

  • First page « First
  • Previous page ‹‹
  • …
  • Page 2333
  • Page 2334
  • Page 2335
  • Page 2336
  • Current page 2337
  • Page 2338
  • Page 2339
  • Page 2340
  • Page 2341
  • …
  • Next page ››
  • Last page Last »

Search

Meeting Date
Document Date

Footer menu

  • Contact