Skip to main content

Main navigation

  • Documents
  • Search

User account menu

  • Log in
Home
Nashua City Data

Breadcrumb

  1. Home
  2. Search

Search

Displaying 27061 - 27070 of 38765

Finance Committee - Agenda - 1/17/2018 - P5

By dnadmin on Mon, 11/07/2022 - 11:48
Document Date
Wed, 01/17/2018 - 00:00
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Wed, 01/17/2018 - 00:00
Page Number
5
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__011720…

From: BERGERON PROTECTIVE CLOTHING LLC Document No.: 207259
To: Nashua Fire Rescue Doc. Date: 12/27/2017

Subtotal: 4,038.63 $5,275.67

1 KO7LIMB Globe, Classix Metro Jacket, Brigade 750 (aka Nomex) 4,004.03 1,004.03

Golor: White

Trim Color: Red Orange

For Chief's Officers

“Nomex Outer shell

-Caldura SL2i Thermal Liner

-Crosstech Black Moisture barrier

-3-inch Red/Orang triple trim NYC style

-3-inch Scotchiite letters arched row B: "NASHUA"

-Snaps in/Hook and Dee out closure

-2 %10 x 6 half high packets

-Full Keviar lined pockets

-Sunlance Flashlight holder-right chest

-Self mic strap on stormflap, top slanted towards left

side

~Self mic strap above utility pocket

-Utility pocket 2x4x8 left chest

-Black Gemini XT cuffs

«Nomex wrister with thumb loop

-Crosstech adjustable sleeve wells

-No trim on bottom of extended back

Sizes

Chest 40, Sleeve -1, Length 29- BUXTON (Steve)
17 19724 Letter, 3" Scotchlite 2.50 42.50

Color: RO

Add last name to tail of Jacket: BUXTON
Add rank {o jacket, Letters sewn directly onto jacket: "DEPUTY CHIEF" two fines, row E

and F
Subtotal: 1,006.53 $1,046.53
5 227LMB Globe G-Xtreme 3.0 Pant, Advance 832.73 4,163.64
Color: Gold

Trim Color: Lime Yellow

-Advarnce Outer Shell

-Caldura SL2i Thermal Liner
-Crosstech Black Moisture Barrier
-3-inch Lime/yeliow triple trim at cuff
«Zipper/Velcro fly closure

«Nomex balt closure

~Dragon hide knees

-Silizone padded knees sewn on liner
~2K10x10 pockets

-Keviar lined expansion pockets
-Black Gemini XT self cuffs

NOTE: Please check for errors or omissions of the style, size, spelling, color of material and trim as there is a charge for changes and or
cancellations. if you find an error or omission, contact us ASAP. Shipping and handling Is FO factory. TERMS are NET 30 DAYS

Page Image
Finance Committee - Agenda - 1/17/2018 - P5

Finance Committee - Agenda - 1/17/2018 - P6

By dnadmin on Mon, 11/07/2022 - 11:48
Document Date
Wed, 01/17/2018 - 00:00
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Wed, 01/17/2018 - 00:00
Page Number
6
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__011720…

From: BERGERON PROTECTIVE CLOTHING LLC Document No.: 207259
To: Nashua Fire Rescue Doc. Date: 12/27/2017

Sizes
Waist R38, Length 32- LITTLE (Arthur)
Waist R38, Length 30- SAVARD (Breit)
Waist R38, Length 36- STASIO (Adam)
Waist R36, Length 30- SHEPHERD( Christian)
Waist X40, Length 32-BRECKENRIDGE (Nathan)
4 237LMB Globe, G-Xtrame 3.0 Pant, Black PCA Advance 849,85 849.85

Color: Black

Trim Color: Red Orange

Chief Officers only

Black Advance

-Caldura SL2i Thermal Liner
-Crosstech Black Moisture Barrier
-3-inch red/orange triple trim at cuff
-Zipper/Velcro fly closure

-Nomex belt closure

-Dragon hide knees

-Silizone padded knees sewn on liner
-2x10x16 pockets

-Keviar lined expansion pockets
-Black Gemini XT self cuffs

Size

Waist R32, Length 32- BUXTON (Steve)

Subtotal 3,727.74 14,335.69
Shipping & Handling 39.00 39.00
Total 3,727.74 14,374.69

NOTE: Please check for errors or omissions of the style, size, spelling, color of material and trim as there is a charge for changes and or
cancellations. lf you find an error or omission, contact us ASAP. Shipping and handling is FOB factory. TERMS are NET 30 DAYS

Page Image
Finance Committee - Agenda - 1/17/2018 - P6

Finance Committee - Agenda - 1/17/2018 - P7

By dnadmin on Mon, 11/07/2022 - 11:48
Document Date
Wed, 01/17/2018 - 00:00
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Wed, 01/17/2018 - 00:00
Page Number
7
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__011720…

@)\ THE CITY OF NASHUA "The Gate City”

Financial Services

Purchasing Department

January 11, 2018
Memo #18-070

TO: MAYOR DONCHESS
FINANCE COMMITTEE

SUBJECT: CONTRACT FOR LEAD PAINT INSPECTION, RISK ASSESSMENT & CLEARANCE
SERVICES (VALUE NOT-TO-EXCEED: $150,000)
DEPARTMENT: 184 URBAN PROGRAMS FUND: HUD LEAD GRANT

Please see attached communication from Carrie Schena, Urban Programs Department Manager, dated
January 10, 2018 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 Urban Programs Department and the Purchasing Department recommend awarding the contract in a
sum not-to-exceed (NTE) $150,000 to Alchemy Lead Management of Manchester, NH.

Respectfully, -

Da oken
Purchasing Manager

Cc: C. Schena 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 - 1/17/2018 - P7

Finance Committee - Agenda - 1/17/2018 - P8

By dnadmin on Mon, 11/07/2022 - 11:48
Document Date
Wed, 01/17/2018 - 00:00
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Wed, 01/17/2018 - 00:00
Page Number
8
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__011720…

Community Development 589-3095

a Planning and Zoni 589-3090
CityofNashua Sameer See tee
Community Development Division Urban Programs «880-3085
City Hall, 229 Main Street, PO Box 2019 adlealitreaia eens ths
Nashua, New Hampshire 03061-2019 FAX 589-3398

www.gonashua.com

Viemo

To: Daniel Kooken, Purchasing Manager

Ge: Sarah Marchant, CD Director
Janet Graziano, Financial Manager

From: Carrie Schena, UPD Manager
Date: January 10, 2018

Re: Lead Paint Risk Assessment/Inspectional Services (Value: $150,000)
ACTIVITY: 1092.18.10.50 ACCOUNT CATEGORY: 54225
LEAD HAZARD CONTROL GRANT: INSPECTION SERVICES

The City was recently awarded a new $2.9 million lead-paint and healthy homes grant from HUD’s Office of
Lead Hazard Control & Healthy Homes. Through this grant, we are required to address lead hazards in
housing occupied by low-income households. All lead hazards must be identified by a NH licensed Risk
Assessor/Lead Paint Inspector per state and federal requirements. The total number of housing units to be
inspected, per our grant agreement with HUD, is approximately 150 over the three-year grant period.

A RFP was issued to solicit qualified proposals to provide this service on 12/15/17 under RFP0018-010518.
Proposals were received from AEI Consultants of Walnut Creek, CA, and Alchemy Lead Management of
Manchester, NH.

The Urban Programs Department evaluated the two proposals received according to the criteria within the
RFP. The Risk Assessor recommended Alchemy Lead Management based upon successful completion of
their contract under the City’s previous lead grant and their demonstrated capacity to handle the volume of
work. The combination of experience, capacity, quality of work and cost of services, ranked this company the
highest in the RFP evaluations. Further this company qualifies as a Woman Owned Business (WBE).

The Urban Programs Department recommends awarding the contract in a sum not-to-exceed (NTE)
$150,000 to Alchemy Lead Management. The source of funding will be the Lead Based Paint Hazard
Control Grant, which has a total of $150,000 budgeted for risk assessment/lead paint inspection services.

Page Image
Finance Committee - Agenda - 1/17/2018 - P8

Finance Committee - Agenda - 1/17/2018 - P9

By dnadmin on Mon, 11/07/2022 - 11:48
Document Date
Wed, 01/17/2018 - 00:00
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Wed, 01/17/2018 - 00:00
Page Number
9
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__011720…

Pricing For
RFP0O018-010518
Lead Paint Inspection, Risk Assessment and Clearances

Service Description Unit Cost

Combined Lead Paint Inspection & Risk Assessment Per unit $298.00
Risk Assessment Dust Wipe Samples / Soil Per Sample Per sample $15 /$15
Preliminary Clearance Inspection .

(to verify removal of components and/or surface coating) Per unit $150.00
Final Clearance Inspection .

(after completion of lead hazard reduction work) Per unit $175.00
“Next Day” dust wipes taken at Final Clearance Inspection Per wipe $15.00
Subsequent clearance Inspections following failure(s) Per unit $175.00

(will be back-charged to contractor)

“Same Day” Dust Wipe Samples taken after a failure

(will be back-charged to contractor) Per sample $15.00

Site fee for visits not listed above, i.e. unable to access
property, soil clearance, etc (requires advance Program Per visit $75.00
approval to be eligible for billing)

Alchemy Lead Management

Company Name

Debbie Valente a 7 [ *:

Name of Person authorized to submit proposal! ~ ey 7 bn
“a ia .

Authorized signature” ¥

1/4/2018
Date

Page Image
Finance Committee - Agenda - 1/17/2018 - P9

Finance Committee - Agenda - 1/17/2018 - P10

By dnadmin on Mon, 11/07/2022 - 11:48
Document Date
Wed, 01/17/2018 - 00:00
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Wed, 01/17/2018 - 00:00
Page Number
10
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__011720…

d anc submitted with proposal response. LP & HM Program will evaluate the oroposals, in

part, basec on the pricing provided, herein

Service Description Unit Cost
Combined Lead Paint inspection & Risk Assessment Per unit 5

Aes
bo
ey)

rsamele $25

Jearance Inspection (Visual)

Per unit > 600

{to verify removal of components and/or surface coating)

Final Clearance Inspection

(after completion of lead hazard reduction work)

ee

“Next Day" dust wines taken at Final Clearance inspection Per wipe 5 36

yent clearance insnections following failure(s}

Lv)
&
rag
i
im
3
&

Per unit $305
Gill be back-charged to contractor)
"Same Day” Cust Wine Samples taken after a failure

Per sample $37.50
iwill be back-charged to contractor)
Site fee for visits mol Usted above, Le. unable ta access property,
soil clearance, etc (requires advance Program epproval ta be Per visit 5 a75
eligible far oiling)

AEI Consultants
Company Name
Aboud Abdelghani

Name of person authorized to submit proposal (please print)

ae

Suthorized Signature

1/3/2018
Date

REPOOTEA(05 18 Lead Paint Inspeetion, Hisk Assessment and Clearance Services Page i 8

Page Image
Finance Committee - Agenda - 1/17/2018 - P10

Finance Committee - Agenda - 1/17/2018 - P11

By dnadmin on Mon, 11/07/2022 - 11:48
Document Date
Wed, 01/17/2018 - 00:00
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Wed, 01/17/2018 - 00:00
Page Number
11
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__011720…

A CONTRACT BETWEEN THE CITY OF NASHUA
AND

PROLIFIC PROPERTY MANAGEMENT DBA ALCHEMY LEAD MANAGEMENT
NAME AND TITLE OF INDEPENDENT CONTRACTOR

189 KELLEY STREET, MANCHESTER, NH 03102
ADDRESS OF INDEPENDENT CONTRACTOR

WHEREAS, the City of Nashua, a political subdivision of the State of New Hampshire, from time to
time requires the services of independent Contractor; and

WHEREAS, it is deemed that the services of Contractor herein specified are both necessary and
desirable and in the best interests of the City of Nashua; and

WHEREAS, Contractor represents they are duly qualified, equipped, staffed, ready, willing and able
to perform and render the services hereinafter described;

Now, THEREFORE, in consideration of the agreements herein made, the parties mutually agree as
follows:

1. DOCUMENTS INCORPORATED. The following exhibits are by this reference incorporated herein and are
made part of this contract:

Exhibit A - General Conditions for Contracts

Exhibit B - Scope of Services

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.

2. WORK TO BE PERFORMED. Except as otherwise provided in this contract, Contractor shall furnish all
services, equipment, and materials and shall perform all operations necessary and required to carry
out and perform in accordance with the terms and conditions of the contract the work described in
Exhibit B.

3. PERIOD OF PERFORMANCE. Contractor shall perform and complete all work within the time periods set
forth in Exhibit B. The time periods set forth in Exhibit B may only be altered by the parties by a written
agreement to extend the period of performance or by termination in accordance with the terms of the
contract. Contractor shall begin performance upon receipt of a Notice to Proceed and a valid purchase
order from the City.

4. COMPENSATION. Contractor agrees to perform the work for a total cost not to exceed $150,000, which,
unless otherwise provided in this contract, shall be paid in accordance with the provisions of Exhibit B.
Requests for payment must include a detailed summary of the expenditures reported in a form that
supports the approved budget. Specifically, contractor agrees to provide the following with each
request for payment:

1. Appropriate invoice forms. The forms shall include the project purchase order number, a listing of
personnel hours and billing rates, and other expenditures for which payment is sought.

2. A progress report. The report shall include a description of the work accomplished, problems
experienced, upcoming work, any extra work carried out, and a schedule showing actual
expenditures billed for the period, cumulative total expenditures billed and paid to date under the
contract, and a comparison of cumulative total expenditures billed and paid to the approved
budget.

Page Image
Finance Committee - Agenda - 1/17/2018 - P11

Finance Committee - Agenda - 1/17/2018 - P12

By dnadmin on Mon, 11/07/2022 - 11:48
Document Date
Wed, 01/17/2018 - 00:00
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Wed, 01/17/2018 - 00:00
Page Number
12
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__011720…

The City will pay for work satisfactorily completed by Contractor. The City will pay Contractor within 30
days of approval by the City of the submitted invoice forms and progress reports. The City will make no
payments until the invoice forms and progress reports have been submitted and approved. The parties
expressly agree that progress payments shall not exceed the amounts for any particular task or phase of
work set forth in Exhibit B and may be made in accordance with General Condition paragraph 14.

5. EFFECTIVE DATE OF CONTRACT. This contract shall not become effective until and unless approved by
the City of Nashua.

6. Notices. All notices, requests, or approvals required or permitted to be given under this contract
shall be in writing, shall be sent by hand delivery, overnight carrier, or by United States mail, postage
prepaid, and registered or certified, and shail be addressed to:

CITY REPRESENTATIVE:

Carrie Schena, Urban Programs Manager

City of Nashua, Community Development Division
229 Main Street

Nashua, NH 03060

CONTRACTOR REPRESENTATIVE:
Debbie-Ann Valente

Alchemy Lead Management

189 Kelley Street

Manchester, NH 03102

Any notice required or permitted under this contract, if sent by United States mail, shall be deemed to
be given to and received by the addressee thereof on the third business day after being deposited in
the mail. The City or Contractor may change the address or representative by giving written notice to
the other party.

IN WITNESS WHEREOF, the parties hereto have caused this contract to be signed and intend to be legally
bound thereby.

Independent Contractor (date)

Mayor, City of Nashua (date)

AG -20f 3

Page Image
Finance Committee - Agenda - 1/17/2018 - P12

Finance Committee - Agenda - 1/17/2018 - P13

By dnadmin on Mon, 11/07/2022 - 11:48
Document Date
Wed, 01/17/2018 - 00:00
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Wed, 01/17/2018 - 00:00
Page Number
13
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__011720…

N Oo a F Ww

10.
11.
12.
13.
14.
15.
16.
17.
18.
19.
20.
21.
22.
23.
24.
25.
26.
27.
28.
29.
30.
31.
32.
33.

EXHIBIT A
TABLE OF CONTENTS
GENERAL CONDITIONS

DEFINITIONS

INDEPENDENT CONTRACTOR STATUS AND PROVISION OF WORKERS’
COMPENSATION COVERAGE

STANDARD OF CARE

City REPRESENTATIVE
CHANGES TO SCOPE OF WORK
City COOPERATION

DISCOVERY OF CONFLICTS, ERRORS, OMISSIONS, AMBIGUITIES, OR
DISCREPANCIES

TERMINATION OF CONTRACT

DISPUTE RESOLUTION

NO DAMAGES FOR DELAY

INSURANCE

INDEMNIFICATION

FISCAL CONTINGENCY

COMPENSATION

COMPLIANCE WITH APPLICABLE LAWS
NONDISCRIMINATION

FEDERAL SUBCONTRACTING REQUIREMENTS
CONTRACTOR ENDORSEMENT

ASSIGNMENTS, TRANSFER, DELEGATION, OR SUBCONTRACTING
CITY INSPECTION OF CONTRACT MATERIALS
DISPOSITION OF CONTRACT MATERIALS

PuBLIC RECORDS LAW, COPYRIGHTS, AND PATENTS
FINAL ACCEPTANCE

TAXES

NoON-WAIVER OF TERMS AND CONDITIONS

RIGHTS AND REMEDIES

PROHIBITED INTERESTS

THIRD PARTY INTERESTS AND LIABILITIES

SURVIVAL OF RIGHTS AND OBLIGATIONS
SEVERABILITY

MODIFICATION OF CONTRACT AND ENTIRE AGREEMENT
CHOICE OF LAW AND VENUE

HUD ADMINISTRATIVE REQUIREMENTS

GC--2

GC--2
GC-2
GC--3
GC--3
GC--3

GC--3
GC--4
GC--5
GC--5
GC--5
GC--6
GC--6
GC--6
GC--6
GC--7
GC--8
GC--8
GC--8
GC--8
GC--8
GC--9
GC--9
GC--9
GC--10
GC--10
GC-10
GC--10
GC--10
GC--10
GC--11
GC--11
GC--11

Page Image
Finance Committee - Agenda - 1/17/2018 - P13

Finance Committee - Agenda - 1/17/2018 - P14

By dnadmin on Mon, 11/07/2022 - 11:48
Document Date
Wed, 01/17/2018 - 00:00
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Wed, 01/17/2018 - 00:00
Page Number
14
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__011720…

GENERAL CONDITIONS

DEFINITIONS. Unless otherwise required by the context, “Contractor" includes any of the Contractor's
consultants, subconsultants, contractors, and subcontractors

INDEPENDENT CONTRACTORS STATUS AND PROVISION OF WORKERS’ COMPENSATION COVERAGE. The
parties agree that Contractor shall have the status of and shall perform all work under this contract as
an independent contractor, maintaining control over all its consultants, subconsultants, contractors, or
subcontractors. The only contractual relationship created by this contract is between the City and
Contractor, and nothing in this contract shall create any contractual relationship between the City and
Contractor's consultants, subconsultants, contractors, or subcontractors. The parties also agree that
Contractor is not a City employee and that there shall be no:

(1) Withholding of income taxes by the City:

(2) Industrial insurance coverage provided by the City;

(3) Participation in group insurance plans which may be available to employees of the City;

(4) 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.

Contractor agrees, if not exempt, to maintain required workers’ compensation coverage throughout
the entire term of the contract. If Contractor does not maintain coverage throughout the entire term of
the contract, Contractor agrees that City may, at any time the coverage is not maintained by
Contractor, order the Contractor to stop work, suspend the contract, or terminate the contract. For
each six-month period this contract is in effect, Contractor agrees, prior to the expiration of the six-
month period, to provide another written request to its insurer for the provision of a certificate and
notice of lapse in or nonpayment of coverage. If Contractor does not make the request or does not
provide the certificate before the expiration of the six-month period, Contractor agrees that City may
order the Contractor to stop work, suspend the contract, or terminate the contract.

STANDARD OF CARE. Contractor shall be responsible for the professional quality, technical accuracy,
timely completion, and coordination of all work performed under this contract. Contractor warrants
that all work shall be performed with the degree of professional skill, care, diligence, and sound
practices and judgment that are normally exercised by recognized professional firms with respect to
services of a similar nature. It shall be the duty of Contractor to assure at its own expense that all
work is technically sound and in conformance with all applicable federal, state, and local laws,
statutes, regulations, ordinances, orders, or other requirements. In addition to all other rights which
the City may have, Contractor shall, at its own expense and without additional compensation, re-
perform work to correct or revise any deficiencies, omissions, or errors in the work or the product of
the work or which result from Contractor's failure to perform in accordance with this standard of care.
Any approval by the City of any products or services furnished or used by Contractor shall not in any
way relieve Contractor of the responsibility for professional and technical accuracy and adequacy of its
work. City review, approval, or acceptance of, or payment for any of Contractor's work under this
contract shall not operate as a waiver of any of the City’s rights or causes of action under this contract,
and Contractor shall be and remain liable in accordance with the terms of the contract and applicable
law.

Contractor shall furnish competent and skilled personnel to perform the work under this contract. The
City reserves the right to approve key personnel assigned by Contractor to perform work under this
contract. Approved key personnel shall not be taken off of the project by Contractor without the prior
written approval of the City, except in the event of termination of employment. Contractor shall, if
requested to do so by the City, remove from the job any personnel whom the City determines to be
incompetent, dishonest, or uncooperative.

City REPRESENTATIVE. The City may designate a City representative for this contract. If designated,
all notices, project materials, requests by Contractor, invoice forms, and progress reports, and any
other communication about the contract shall be addressed or be delivered to the City Representative.

GC - 2 of 14

Page Image
Finance Committee - Agenda - 1/17/2018 - P14

Pagination

  • First page « First
  • Previous page ‹‹
  • …
  • Page 2703
  • Page 2704
  • Page 2705
  • Page 2706
  • Current page 2707
  • Page 2708
  • Page 2709
  • Page 2710
  • Page 2711
  • …
  • Next page ››
  • Last page Last »

Search

Meeting Date
Document Date

Footer menu

  • Contact