Skip to main content

Main navigation

  • Documents
  • Search

User account menu

  • Log in
Home
Nashua City Data

Breadcrumb

  1. Home
  2. Search

Search

Displaying 4061 - 4070 of 38765

Finance Committee - Agenda - 8/17/2016 - P76

By dnadmin on Mon, 11/07/2022 - 09:50
Document Date
Wed, 08/17/2016 - 00:00
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Wed, 08/17/2016 - 00:00
Page Number
76
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__081720…

Scope of Work
Downtown Wayfinding Sign Package
RFP 0860-061616 July 20, 2016

Scope of Work
Downtown Wayfinding Sign Package
RFP 0860-061616

Submitted to the City of Nashua, New Hampshire

Submitted by the Team of: Greenman-Pedersen, Inc. (GPI) and Courage Creative
duly 20, 2016

TASK 1 - IDENTIFICATION AND ASSESSMENT OF EXISTING WAYFINDING SIGNS

The GPI Team will fully research all relevant materials relating to the existing wayfinding signage currently
_in place within the City. We will start by utilizing the proposed location maps prepared by Barlo Signs as
part of the 2003 project. GP! will integrate the existing Great American Downtown Signs GIS layer into the
Collector App for ArcGIS and utilize the existing data structure to perform a field assessment of all the existing
signs and supports. In addition, the database will be updated to include any wayfinding signage that is
installed but currently not included in the existing database. A critical part of this assessment will be to
evaluate the condition of the existing sign structures. If locations and condition of the existing poles are
deemed sufficient, the existing poles will be restored and reused in an effort to reduce construction costs.

In addition to the inventory and assessment of the existing wayfinding signage, a comprehensive geodatabase
referencing layers obtained from the City of Nashua and open source data made available from ESRI’s ArcGiS
Online, will be developed to assess and analyze the need for and placement of wayfinding sign elements. Spatial
analysis tools within the ArcGIS interface will be deployed to identify areas where signage is needed based on
traffic flow pattems and the built environment in proximity to municipal facilities (such as parking and City buildings)
as well as relevant points of interests ranging from restaurants, retail, natural landscapes, historic landmarks and
more. A network analysis will then be conducted to safely and efficiently route motorists, pedestrians, and bicyclists
to desired destinations.

Upon completion of the field assessment and research, GPI will coordinate a meeting with the City and the
Downtown Improvement Committee to review the condition assessment as well as to identify any additional points
of interest or facilities to be included in the updated wayfinding routing and planning.

Task 1 Deliverable: GIS Map/Database displaying the location and condition of all existing wayfinding signs
as well as all relevant points of interest and municipal facilities.

TASK 2: REVIEW EXISTING TRAFFIC ROUTING AND PROPOSE WAYFINDING SIGN PLACEMENT
RELATIVE TO A CONCEPTUAL DOWNTOWN “PARKING LOOP” AS WELL AS CONDUCT A CURSORY
REVIEW OF THE WAYFINDING SIGN NEEDS FOR REVERSAL OF TRAVEL ON THE “PARKING LOOP”

The GPI Team's strength lies in the expertise, comprehensive knowledge and experience in transportation
planning in downtown areas. GPI’s team of traffic planners and engineers will provide a comprehensive
assessment of the existing roadway network accessing the downtown area and develop recommendations
for appropriate wayfinding signage leading to downtown destinations. The scale of the signs will be
appropriate for the roadway infrastructure, anticipated travel speeds, expected user and MUTCD sign type
requirements. Larger scale signs with appropriate graphics and text would be developed to notify travelers
and visitors along Route 3 as to the presence of the vibrant downtown area. Smaller scale wayfinding signs
would be expected along the arterial and local roadways directing visitors to designated parking areas in the

Page 1 of 4

Page Image
Finance Committee - Agenda - 8/17/2016 - P76

Finance Committee - Agenda - 8/17/2016 - P77

By dnadmin on Mon, 11/07/2022 - 09:50
Document Date
Wed, 08/17/2016 - 00:00
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Wed, 08/17/2016 - 00:00
Page Number
77
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__081720…

Scope of Work
Downtown Wayfinding Sign Package
RFP 0860-061616 July 20, 2016

downtown. Upon leaving the parking facility, more detailed pedestrians scale signage with specific
destinations would be anticipated to guide visitors to downtown attractions and promote a healthier, walkable
community.

GPI’s traffic professionals will review the Downtown Circulation Study in concert with city staff and assess
the needs for additional or modified wayfinding signage under future conditions.

Task 2 Deliverable: GIS Map displaying the location and type (scale) of all proposed wayfinding signs as
well as all relevant points of interest and municipal facilities. Additional GIS layers will be developed for future
revised traffic patterns of the core downtown streets. This would inciude a GIS layer depicting the reversal of
traffic on the “Parking Loop’.

TASK 3: DEVELOPMENT OF GRAPHICS AND PROMOTIONAL MATERIALS

While Tasks 1 and 2 are underway, Courage Creative will simultaneously work with the Downtown Improvement
Committee to develop a graphic art for the wayfinding signs. While the assessment of existing signs and
determination of the location of new signs is important, the success of the project will ultimately be
determined by public perception and appreciation. The graphics and message of the signs are therefore
critical. Courage Creative brings a portfolio of similar projects where not only were signs developed for the
roadway corridors, but entire “motif’s” were developed including graphics for kiosks, websites, park or trail
maps, and other promotional materials.

GPI would encourage the City to host a series of pubiic meetings or charrettes as part of the development of
the graphics and branding for the wayfinding signs and downtown area in general. Involving the public early
in the planning process encourages participation and develops a sense of cooperation rather than opposition
and facilitates approvals by governing bodies including the Planning Board and Board of Alderman.

GPI will coordinate with the City of Nashua’s GIS Department to develop a GIS Based Web Application providing
interactive route planning and GPS based directions to specific destinations. Interactive pictures/descriptions of
each destination would be integrated into the application.

Task 3 Deliverable: Attendance at up to three (3) public meetings charrettes with Downtown Improvement
Committee or similar committee to present a series of sign graphics and designs. Attendance at Board of
Aiderman and Planning Board to present final graphical materials.

TASK 4: CONSTRUCTION DOCUMENTS
GPI will prepare construction documenis for the various signs and/or banners developed under Task 3.

Task 4 Deliverable: lt is anticipated that the following will be included with the construction documents:

* AutoCAD plans developed from available resources (Aerial Mapping, GIS, Assessors Maps, etc.) depicting
location of signs

e Summary table of signs listing sign type (code), mounting (new pole, existing pole, etc.) and GIS coordinate

of sign location

Details of the legend, colors, logo, size, mounting, etc. of the various signs and/or banners

Details of mounting methodology (pole, building, kiosk, etc.)

Construction Specifications

Construction Cost Estimate

Page 2 of 4

Page Image
Finance Committee - Agenda - 8/17/2016 - P77

Finance Committee - Agenda - 8/17/2016 - P78

By dnadmin on Mon, 11/07/2022 - 09:50
Document Date
Wed, 08/17/2016 - 00:00
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Wed, 08/17/2016 - 00:00
Page Number
78
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__081720…

Scope of Work

Downtown Wayfinding Sign Package

RFP 0860-061616

FEE

July 20, 2016

GPI anticipates invoicing this project on a Time and Materials basis at the hourly contract rates attached herein.
Based on the Scope of Work outlined above, the fee of Forty Nine Thousand One Hundred Ten dollars ($49,110)
shall not be exceeded unless written authorization in the form of an Amendment is provided by the City.

Rev. 7-15-16 i City of Nast i
_ Di Wayfinding Sign Package
REP 0860-051616
Nicole Rogers George Courage
John Diaz Traffic Engineer/GIS Robert White Graphic
Project ag Coordi landscape Architect Design/Artist Hours Fee
225,00 | $ 100,00 | $ 160.00 | $ 75.00

Task 5 - Idetnification and Assessment of
Existing Wayfinding Signs 4 20 8 14 46 5,230.00
Task 2 - Review of Traffic Routing and .
Proposed Wayfinding Sign Placement 410 50 30 90 12,050.00
Task 3 - Development of Graphics/Logo and
Promotional Materials/Public Participation _ 22 24 20 191 247 22,625.00
[Task 4- Construction Documents and
Details : 4 24 8 35, Tk: 7,205.00
lexpenses 2,000.60
[TOTALS 30 118 66 240 454 49,110.00

Page 3 of 4

Page Image
Finance Committee - Agenda - 8/17/2016 - P78

Finance Committee - Agenda - 8/17/2016 - P79

By dnadmin on Mon, 11/07/2022 - 09:50
Document Date
Wed, 08/17/2016 - 00:00
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Wed, 08/17/2016 - 00:00
Page Number
79
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__081720…

Scope of Work
Downtown Wayfinding Sign Package

RFP 0860-061616 July 20, 2016
FEE SCHEDULE Contract Hourly Billing Rates

Senior Vice President/Branch Manager 5250.00
Vice President/Project Director. $225.00
Assistant Vice President/Project Director 5185.00
Senior Project Manager $175.00
Senior Engineer $160.00
Project Manager _..9150.00
Project Engineer . _ $125.00
Senior Inspector/Coatings Inspector $110.00
Engineer/Inspector $100.00
Senior Technician 590.00
Engineering Technician $80.00
Technician __ _ $65.00
Administration 555.00
Court Testimony/Deposition Negotiated
REIMBURSABLE EXPENSES

Direct, Non-salary expenses will be billed at 1.2 times cost:

1. Transportation and living expenses incurred for assignments outside of the closest CONSULTANT

office, including the use of rental cars.

Shipping charges for plans, equipment, etc.

Purchase of specialized equipment and rental of equipment from outside vendors.

Reproduction of drawings and reports.

Construction materials and spent tools specifically for the project.

Automobile expenses for personal or company venicles wiil be charged at $0.50 per mile plus toll

charges for travel from the CONSULTANT office to the project and return and for travel at the job

in conduct of work. No mark-up of this charge.

7. Insurance in excess or in addition to insurance coverage’s or at limits not normally carried by
CONSULTANT or its subconsultants.

@ OF & Gh

Services of Others

On occasion, CONSULTANT engages the specialized services of others as subconsultants on the project. When
considered necessary in CONSULTANT’s sole discretion, subconsultants will be used. The CLIENT agrees to
reimburse the actual cost of these services plus a 20% service charge prior to the release of any work product
which involves subconsultants’ work.

Page 4 of 4

Page Image
Finance Committee - Agenda - 8/17/2016 - P79

Finance Committee - Agenda - 8/17/2016 - P80

By dnadmin on Mon, 11/07/2022 - 09:50
Document Date
Wed, 08/17/2016 - 00:00
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Wed, 08/17/2016 - 00:00
Page Number
80
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__081720…

CONTRACT FOR SERVICE PROVIDER

TITLE:

A CONTRACT BETWEEN

THE CITY OF NASHUA, 229 MAIN STREET, NASHUA, NH 03061-2019
AND

GREENMAN-PEDERSEN, INC.
NAME AND TITLE OF SERVICE PROVIDER

21 DANIEL STREET, 2° FLOOR, PORTSMOUTH, NH 03801
ADDRESS OF SERVICE PROVIDER

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

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

WHEREAS, Service Provider 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 Service Provider shall complete the work described in the
Contract Documents. The following are by reference incorporated herein and are made part of this
contract:
1. This Agreement signed by the City of Nashua and Service Provider, including the General
Terms and Conditions.
2. Bid Form or Proposal
3. Insurance Certificate
4, Written change orders or orders for minor changes in the Work issued after execution of this
Agreement; and
5. Fully Executed City of Nashua Purchase Order

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.

In the event of a conflict between the terms of the Proposal and the terms of this Agreement, a written
change order and/or fully executed City of Nashua Purchase Order, the terms of this Agreement, the
written change order or the fully executed City of Nashua Purchase Order shail control over the terms
of the Proposal.

1 | Page

Page Image
Finance Committee - Agenda - 8/17/2016 - P80

Finance Committee - Agenda - 8/17/2016 - P81

By dnadmin on Mon, 11/07/2022 - 09:50
Document Date
Wed, 08/17/2016 - 00:00
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Wed, 08/17/2016 - 00:00
Page Number
81
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__081720…

2. WORK TO BE PERFORMED. Except as otherwise provided in this contract, Service Provider shall
furnish all services, equipment, and materials and shall perform all operations necessary and required
to carry out and perform the work as described in and in accordance with the specifications in the City
of Nashua’s request for proposals and the terms and conditions of the contract.

3. PERIOD OF PERFORMANCE. Service Provider shall perform and complete all work within the time
periods set forth. The time periods 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. Service
Provider shall begin performance upon receipt of an Executed Contract and a valid Purchase Order
issued from the City.

4, COMPENSATION. Service Provider agrees to perform the work for a total cost not to exceed
Dollars (S 49,116.00 )

The Contract Sum shall include all items and services necessary for the proper execution and
completion of the Work.

Unless Service Provider has received a written exemption from the City of Nashua, Service Provider
shall submit an itemized Application for Payment for operations completed in accordance with the
values stated in the Agreement. Such applications shall be supported by such data substantiating the
Service Provider’s right to payment as the City of Nashua may reasonably require. Service Provider
shall submit monthly requests for payment for services performed under this agreement directly to:

City of Nashua
Accounts Payable

PO Box 2019

Nashua, NH 03061-2019
Attn:

To facilitate the proper and timely payment of applications, the City of Nashua requires that all
invoices contain a valid PURCHASE ORDER NUMBER.

Applications for Payment shall be submitted no later than fifteen (15) days after the end of each month.
The City of Nashua will pay for work satisfactorily completed by Service Provider within thirty (30)
days from the time of final approval by the City of Nashua of the submitted Application for Payment.

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

2 | Page

Page Image
Finance Committee - Agenda - 8/17/2016 - P81

Finance Committee - Agenda - 8/17/2016 - P82

By dnadmin on Mon, 11/07/2022 - 09:50
Document Date
Wed, 08/17/2016 - 00:00
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Wed, 08/17/2016 - 00:00
Page Number
82
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__081720…

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 shall be addressed to:

-CITY OF NASHUA REPRESENTATIVE: SERVICE PROVIDER REPRESENTATIVE:
James Vayo, AICP Christer Ericsson
Downtown Economic Development Specialist sr. Vice President
Economic Development Division Greenman-Pedersen
229 Main Street 21 Daniel Street - 2nd FL
Nashua, NH 03061 Portsmouth, NH 03801

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 of Nashua or Service Provider may change the address or representative by giving

written notice to the other party

3 | Page

Page Image
Finance Committee - Agenda - 8/17/2016 - P82

Finance Committee - Agenda - 8/17/2016 - P83

By dnadmin on Mon, 11/07/2022 - 09:50
Document Date
Wed, 08/17/2016 - 00:00
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Wed, 08/17/2016 - 00:00
Page Number
83
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__081720…

General Terms and Conditions

1. DEFINITIONS. Unless otherwise required by the context, "Service Provider” and its successors,
transferees and assignees (together “Service Provider”) includes any of the Service Provider's
consultants, sub consultants, contractors, and sub-contractors

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

1. Withholding of income taxes by the City of Nashua:

2. Industrial insurance coverage provided by the City of Nashua;

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

4. Participation or contributions by either the Service Provider or the City of Nashua to
the public employee’s retirement system;

5. Accumulation of vacation leave or sick leave provided by the City of Nashua;

6. Unemployment compensation coverage provided by the City of Nashua.

3. STANDARD OF Care, Service Provider shall be responsible for the quality, accuracy, timely
completion, and coordination of all work performed under this contract. Service Provider warrants
that all work shall be performed with the degree of skill, care, diligence, and sound practices and
judgment that are normally exercised by recognized firms with respect to services of a similar nature.
It shall be the duty of Service Provider 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 of Nashua may have,
Service Provider 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 Service Provider's failure to perform in accordance with this standard of care. Any
approval by the City of Nashua of any services furnished or used by Service Provider shall not in any
way relieve Service Provider of the responsibility for professional and technical accuracy and
adequacy of its work. City of Nashua review, approval, or acceptance of, or payment for any of
Service Provider's work under this contract shall not operate as a waiver of any of the City of Nashua's
rights or causes of action under this contract, and Service Provider shall be and remain liable in
accordance with the terms of the contract and applicable law. Service Provider shall furnish competent
and skilled personnel to perform the work under this contract.

4, CHANGES TO SCOPE OF WorK. The City of Nashua may, at any time, by written order, make
changes to the general scope, character, or cost of this contract and in the services or work to be
performed, cither increasing or decreasing the scope, character, or cost of Service Provider's
performance under the contract. Service Provider shall provide to the City of Nashua within 10
calendar days, a written proposal for accomplishing the change. The proposal for a change shall
provide enough detail, including personnel hours for each sub-task and cost breakdowns of tasks, for
the City of Nashua to be able to adequately analyze the proposal. The City of Nashua will then

4| Page

Page Image
Finance Committee - Agenda - 8/17/2016 - P83

Finance Committee - Agenda - 4/20/2022 - P145

By dnadmin on Sun, 11/06/2022 - 21:43
Document Date
Fri, 04/15/2022 - 11:50
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Wed, 04/20/2022 - 00:00
Page Number
145
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__042020…

Jim Donchess
Mayor e City of Nashua

To: Board of Aldermen

Filed With: Sue Lovering, City Clerk

From: Jim Donchess

Date: April 15, 2022

Re: Emergency PO Request — Repairs of 2 Sewer Mains at the intersection of Main & Park Streets

Pursuant to 5-90 (G) of the NRO, | have authorized Emergency Purchase Order Request for the repair of a two
sewer mains at the intersection of Main Street and Park Street in an amount of $150,000 to S.U.LR.
Construction West of Winchester, NH for the work required as detailed below.

We need to mobilize our sewer contractor SUR West to the Main Street and Park Street
intersection to make an emergency repair to a sewer main (see attached markup). The
work is complex, given depth (~11’), location, and proximity to other utilities (gas,
communications, water, electric, drain, sewer). It will likely need to be done at night,
and may take a week or more. We’re in the process of seeking a quote from SUR West for
the work, but the estimate is $150,000. Time is of the essence as barriers are scheduled
for installation on Main Street on May 1°.

Thank you.

cc: DPW Administration

229 Main Street * PO Box 2019 * Nashua, New Hampshire 03061-2019
603.589.3260 * fax 603.594.3450 * NashuaMayor@NashuaNH. gov
www.NashuaNH. gov

Page Image
Finance Committee - Agenda - 4/20/2022 - P145

Finance Committee - Agenda - 8/17/2016 - P84

By dnadmin on Mon, 11/07/2022 - 09:50
Document Date
Wed, 08/17/2016 - 00:00
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Wed, 08/17/2016 - 00:00
Page Number
84
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__081720…

determine in writing if Service Provider should proceed with any or all of the proposed change. Ifthe
change causes an increase or a decrease in Service Provider's cost or time required for performance of
the contract as a whole, an equitable adjustment shall be made and the contract accordingly modified
in writing. Any claim of Service Provider for adjustment under this clause shall be asserted in writing
within 30 days of the date the City notified Service Provider of the change.

5. DISCOVERY OF CONFLICTS, ERRORS, OMISSIONS, AMBIGUITIES, OR DISCREPANCIES.
Service Provider warrants that it has examined all contract documents, has brought all conflicts, errors,
discrepancies, and ambiguities to the attention of the City of Nashua in writing, and has concluded
that the City of Nashua’s resolution of each matter is satisfactory to Service Provider. All future
questions Service Provider may have concerning interpretation or clarification of this contract shall be
submitted in writing to the City of Nashua within 10 calendar days of their arising. The writing shall
state clearly and in full detail the basis for Service Provider's question or position.

The City of Nashua’s representative shall render a decision within 15 calendar days. The City of
Nashua's decision on the matter is final. Any work affected by a conflict, error, omission, or
discrepancy which has been performed by Service Provider prior to having received the City of
Nashua's resolution shall be at Service Provider's risk and expense. At all times, Service Provider
shall carry on the work under this contract and maintain and complete work in accordance with the
requirements of the contract or determination of the City of Nashua. Service Provider is responsible
for requesting clarification or interpretation and is solely liable for any cost or expense arising from
its failure to do so.

6. TERMINATION OF CONTRACT.

A. TERMINATION, ABANDONMENT, OR SUSPENSION AT WILL. The City of Nashua, in
its sole discretion, shall have the right to terminate, abandon, or suspend all or part of the project and
contract at will. If the City of Nashua chooses to terminate, abandon, or suspend all or part of the
project, it shall provide Service Provider 10 day’s written notice of its intent to do so.

If all or part of the project is suspended for more than 90 days, the suspension shall be treated as a
termination at will of all or that part of the project and contract.

Upon receipt of notice of termination, abandonment, or suspension at will, Service Provider shall:

1. Immediately discontinue work on the date and to the extent specified in the notice.

2. Provide the City of Nashua with a list of all unperformed services.

3. Place no further orders or sub-contracts for materials, services, or facilities, other than
as may be necessary or required for completion of such portion of work under the
contract that is not terminated.

4. Immediately make every reasonable effort to obtain cancellation upon terms
satisfactory to the City of Nashua of all orders or sub contracts to the extent they relate
to the performance of work terminated, abandoned, or suspended under the notice,
assign to the City of Nashua any orders or sub contracts specified in the notice, and
revoke agreements specified in the notice.

5. Not resume work after the effective date of a notice of suspension until receipt of a
written notice from the City of Nashua to resume performance.

In the event of a termination, abandonment, or suspension at will, Service Provider shall receive all
amounts due and not previously paid to Service Provider for work satisfactorily completed in
accordance with the contract prior to the date of the notice and compensation for work thereafter

5 | Page

Page Image
Finance Committee - Agenda - 8/17/2016 - P84

Pagination

  • First page « First
  • Previous page ‹‹
  • …
  • Page 403
  • Page 404
  • Page 405
  • Page 406
  • Current page 407
  • Page 408
  • Page 409
  • Page 410
  • Page 411
  • …
  • Next page ››
  • Last page Last »

Search

Meeting Date
Document Date

Footer menu

  • Contact