Skip to main content

Main navigation

  • Documents
  • Search

User account menu

  • Log in
Home
Nashua City Data

Breadcrumb

  1. Home
  2. Search

Search

Displaying 6511 - 6520 of 38765

Finance Committee - Agenda - 3/2/2016 - P56

By dnadmin on Mon, 11/07/2022 - 09:55
Document Date
Wed, 03/02/2016 - 00:00
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Wed, 03/02/2016 - 00:00
Page Number
56
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__030220…

5. DISCOVERY OF CONFLICTS, ERRORS, OMISSIONS, AMBIGUITIES, OR DISCREPANCIES,
PROFESSIONAL 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 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 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 completed as specified in the
notice. No amount shall be allowed or paid for anticipated profit on unperformed services or other
unperformed work.

B. TERMINATION FOR CAUSE. This agreement may be terminated by the City of Nashua on 10
calendar day’s written notice to Service Provider in the event of a failure by Service Provider to adhere to any
or all the terms and conditions of the contract or for failure to satisfactorily, in the sole opinion of the City of
Nashua, to complete work in a timely and professional manner. Service Provider shall be given an
opportunity for consultation with the City of Nashua prior to the effective date of the termination. Service
Provider may terminate the contract on 10 calendar days written notice if, through no fault of Service
Provider, the City of Nashua fails to pay Service Provider for 30 days after the date of approval of any
Application for Payment.

4{| Page

Page Image
Finance Committee - Agenda - 3/2/2016 - P56

Finance Committee - Agenda - 3/2/2016 - P57

By dnadmin on Mon, 11/07/2022 - 09:55
Document Date
Wed, 03/02/2016 - 00:00
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Wed, 03/02/2016 - 00:00
Page Number
57
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__030220…

In the event of a termination for cause, 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, less all previous payments. No amount shall be allowed or paid for anticipated profit on unperformed
services or other unperformed work. Any such payment may be adjusted to the extent of any additional costs
occasioned to the City of Nashua by reasons of Service Provider's failure. Service Provider shall not be
relieved of liability to the City of Nashua for damages sustained from the failure, and the City of Nashua may
withhold any payment to the Service Provider until such time as the exact amount of damages due to the City
of Nashua is determined. All claims for payment by the Service Provider must be submitted to the City of
Nashua within 30 days of the effective date of the notice of termination.

If after termination for the failure of Service Provider to adhere to any of the terms and conditions of the
contract or for failure to satisfactorily, in the sole opinion of the City of Nashua, to complete work in a timely
and professional manner, it is determined that Service Provider had not so failed, the termination shall be
deemed to have been a termination at will. In that event, the City of Nashua shall make an equitable
adjustment in the compensation paid to Service Provider. The adjustment shall include a reasonable profit for
services or other work performed up to the effective date of termination less all previous payments.

Cc. 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 Service Provider shall cease conducting business, the City of Nashua shall have the right to
solicit applications for employment from any employee of the Service Provider 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 Service
Provider's principals, officers, employees, agents, sub-contractors, sub consultants, vendors, or suppliers are
expressly recognized to be within Service Provider's control.

7. 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 Service Provider representative. 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 or
direction of the City of Nashua. If the parties are unable to resolve their dispute as described above, 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.

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

9. INSURANCE. Service Provider 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;
> Motor Vehicle Liability: $1,000,000 Combined Single Limit;
*Coverage must include all owned, non-owned and hired vehicles.

> Workers’ Compensation Coverage in compliance with the State of NH Statutes,
$100,000/$500,000/$100,000.
5 | Page

Page Image
Finance Committee - Agenda - 3/2/2016 - P57

Finance Committee - Agenda - 3/2/2016 - P58

By dnadmin on Mon, 11/07/2022 - 09:55
Document Date
Wed, 03/02/2016 - 00:00
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Wed, 03/02/2016 - 00:00
Page Number
58
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__030220…

Service Provider, sub consultants and sub-contractors at every tier will fully comply with NH
RSA Chapter 281-A, “Workers’ Compensation”.

(Sole Proprietors not subject to Workers’ Compensation requirements)

Service Provider shall maintain in effect at all times during the performance under this contract all specified
insurance coverage with insurers. None of the requirements as to types and limits to be maintained by Service
Provider are intended to and shall not in any manner limit or qualify the liabilities and obligations assumed by
Service Provider under the contract. The City of Nashua shall not maintain any insurance on behalf of
Service Provider. Subcontractors are subject to the same insurance requirements as the Service Provider and it
shall be the Service Provider’s responsibility to ensure compliance of this requirement. Service Provider will
provide the City of Nashua with certificates of insurance for coverage as listed below and endorsements
affecting coverage required by the contract within ten (10) calendar days after the City of Nashua issues the
notice of award. The City of Nashua requires thirty (30) days written notice of cancellation or material change
in coverage. The certificates and endorsements for each insurance policy are to be signed by a person
authorized by the insurer and who is licensed by the State of New Hampshire. Certificates must name the
City of Nashua as an additional insured, except for Professional liability insurance. Service Provider is
responsible for filing updated Certificates of Insurance with the City of Nashua’s Risk Management
Department during the life of the contract. The certificate should be mailed to:

Risk Management
City of Nashua

229 Main Street
Nashua, NH 03060

> All deductibles and self-insured retentions shall be fully disclosed in the certificate(s) of insurance.

> If aggregate limits of less than $2,000,000 are imposed on bodily injury and property damage, Service
Provider must maintain umbrella liability insurance of at least $1,000,000. All aggregates must be
fully disclosed on the required certificate of insurance

> The specified insurance requirements do not relieve Service Provider of its responsibilities or limit
the amount of its liability to the City of Nashua or other persons, and Service Provider is encouraged
to purchase such additional insurance, as it deems necessary.

> The insurance provided herein is primary, and no insurance held or owned by the City of Nashua
shall be called upon to contribute to a loss.

> Service Provider is responsible for and required to remedy all damage or loss to any property,
including property of the City of Nashua, caused in whole or part by Service Provider or anyone
employed, directed, or supervised by Service Provider.

10. INDEMNIFICATION. Regardless of the coverage provided by any insurance, Service Provider agrees
to indemnify and shall defend and hold harmless the City of Nashua, its agents, officials, employees and
authorized representatives and their employees from and against any and all suits, causes of action, legal or
administrative proceedings, arbitrations, claims, demands, damages, liabilities, interest, attorneys' fees, costs
and expenses of any kind or nature to the extent caused, occasioned, or contributed to in whole or in part by
reason of any negligent act, omission, or fault or willful misconduct, whether active or passive, of Service
Provider or of anyone acting under its direction or control or on its behalf in connection with or incidental to
the performance of this contract. Service Provider's indemnity, defense 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.

11. 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 Service Provider 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 Service Provider
shall automatically revert to the City of Nashua’s discretionary control upon the completion, termination, or

6 | Page

Page Image
Finance Committee - Agenda - 3/2/2016 - P58

Finance Committee - Agenda - 3/2/2016 - P59

By dnadmin on Mon, 11/07/2022 - 09:55
Document Date
Wed, 03/02/2016 - 00:00
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Wed, 03/02/2016 - 00:00
Page Number
59
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__030220…

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 Service Provider. Service Provider shall have no claim of any sort to the
unexpended funds.

12, COMPLIANCE WITH APPLICABLE LAWS. Service Provider, 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. Service Provider 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.

13. NONDISCRIMINATION. - In connection with the performance of work under this contract, Service
Provider agrees not to discriminate against any employee or applicant for employment because of race,
religion, color, national origin, sex, age, or sexual orientation. This agreement includes, but is not limited to,
the following: employment, upgrading, demotion or transfer, recruitment or recruitment advertising, layoff or
termination, rates of pay or other forms of compensation, and selection for training, including apprenticeship.

14. SERVICE PROVIDER ENDORSEMENT. Service Provider shall sign, seal, and/or stamp as appropriate
any necessary documents as required under the laws of the State of New Hampshire.

15, ASSIGNMENT, TRANSFER, DELEGATION, OR SUBCONTRACTING. Service Provider shall not assign,
transfer, delegate, or subcontract any rights, obligations, or duties under this contract without the prior written
consent of the City of Nashua. Any such assignment, transfer, delegation, or subcontracting without the prior
written consent of the City of Nashua is void. Any consent of the City of Nashua to any assignment, transfer,
delegation, or subcontracting shall only apply to the incidents expressed and provided for in the written
consent and shall not be deemed to be a consent to any subsequent assignment, transfer, delegation, or
subcontracting. Any such assignment, transfer, delegation, or subcontract shall require compliance with or
shall incorporate all terms and conditions set forth in this agreement, including all incorporated Exhibits and
written amendments or modifications. Subject to the foregoing provisions, the contract inures to the benefit
of, and is binding upon, the successors and assigns of the parties.

16. CITY OF NASHUA INSPECTION OF CONTRACT MATERIALS. The books, records, documents and
accounting procedures and practices of Service Provider related to this contract shall be subject to inspection,
examination and audit by the City of Nashua.

17. TAXES. Service Provider shall pay all taxes, levies, duties, and assessments of every nature due in
connection with any work performed under the contract and make any and all payroll deductions required by
law. The contract sum and agreed variations to it shall include all taxes imposed by law. Service Provider
hereby indemnifies and holds harmless the City of Nashua from any liability on account of any and all such
taxes, levies, duties, assessments, and deductions.

18. NON-WAIVER OF TERMS AND CONDITIONS. None of the terms and conditions of this contract shall
be considered waived by the City of Nashua. There shall be no waiver of any past or future default, breach,
or modification of any of the terms and conditions of the contract unless expressly stipulated to by the City of
Nashua in a written waiver.

19. RIGHTS AND REMEDIES. The duties and obligations imposed by the contract and the rights and
remedies available under the contract shall be in addition to and not a limitation of any duties, obligations,
rights, and remedies otherwise imposed or available by law.

20. PROHIBITED INTERESTS. Service Provider shall not allow any officer or employee of the City of
Nashua to have any indirect or direct interest in this contract or the proceeds of this contract. Service Provider
warrants that no officer or employee of the City of Nashua has any direct or indirect interest, whether

7 | Page

Page Image
Finance Committee - Agenda - 3/2/2016 - P59

Finance Committee - Agenda - 4/6/2022 - P145

By dnadmin on Sun, 11/06/2022 - 21:44
Document Date
Fri, 04/01/2022 - 08:56
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Wed, 04/06/2022 - 00:00
Page Number
145
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__040620…

THIS FORM MUST.BE SUBMITTED WITH ALL RESPONSES TO IFB

— Bidder does not consider that any further examinations, investigations, explorations, tests, studies, of
data are necessary for the determination of this bid for performance of the Work at the price(s) bid and
within the times and in accordance with the other terms and conditions of the BIO Documents

F Bidder is aware of the general nature of work to be performed by the City and others at the Site that
relates to the Work as indicated in the BID Documents.

G 6idder has correlated the information known to Bidder, information and observations obtained from
visits to the Site, reports and drawings identified in the BID Documents, and all additional examinations,
investigations, explorations, tests, studies, and data with the BID Documents.

H, Bidder has given written notice of all conflicts, errors, ambiguities, or discrepancies that Bidder has
discovered in the BID Documents, and the written resolution thereof by the City is acceptable to Bidder.

The BID Documents are generally sufficient to indicate and convey understanding of all terms and
conditions for performance of the Work for which the BID submitted

Bidder further represents that this BID genuine and not made in the interest of or on behalf of any undisclosed
individual or entity and is not submitted in conformity with any agreement of rules of any group, association,
organization or corporation; Bidder has not directly or indirectly induced or solicited any other Bidder to submit
a false or sham BID Bidder has not solicited or induced any individual or entity to refrain from bidding; and has
not sought by collusion to obtain for itself any advantage over any other Bidder or over the City.

The requirements of the New Hampshire Revised Statutes Annotated shall apply to this project. The Bidder is
responsible for compliance with all applicable statutes. The entire set of the Revised Statutes Annotated is
available online at:

htto://gencourt. state_nh.us/rsa/html/indexes/: Jefault.html

Bidder will complete the Work in accordance with the Contract Documents for the following prices:

See Attached Bid Schedule

A. Bidder acknowledges that estimated quantities are not guaranteed, and are solely for the purpose of
comparison of bids, and final payment for al! Unit Price Bid items will be based on actual quantiues
provided, determined as provided in the Contract Documents.

1FBO779-021022 2022 SEWER REPLACEMENT PROJECT Page |2o0f 5

Page Image
Finance Committee - Agenda - 4/6/2022 - P145

Finance Committee - Agenda - 3/2/2016 - P60

By dnadmin on Mon, 11/07/2022 - 09:55
Document Date
Wed, 03/02/2016 - 00:00
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Wed, 03/02/2016 - 00:00
Page Number
60
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__030220…

contractual, noncontractual, financial or otherwise, in this contract or in the business of Service Provider. If
any such interest comes to the attention of Service Provider at any time, a full and complete disclosure of the
interest shall be immediately made in writing to the City of Nashua. Service Provider warrants that no
gratuities (including, but not limited to, entertainment or gifts) were offered or given by Service Provider to
any officer or employee of the City of Nashua with a view toward securing a contract or securing favorable
treatment with respect to the awarding or amending or making of any determinations with respect to the
performance of this contract.

21. THIRD PARTY INTERESTS AND LIABILITIES. The City of Nashua and Service Provider, including
any of their respective agents or employees, shall not be liable to third parties for any act or omission of the
other party. This contract is not intended to create any rights, powers, or interest in any third party and this
agreement is entered into for the exclusive benefit of the City of Nashua and Service Provider.

22. SURVIVAL OF RIGHTS AND OBLIGATIONS. The rights and obligations of the parties that by their
nature survive termination or completion of this contract shall remain in full force and effect.

23. SEVERABILITY. In the event that any provision of this contract is rendered invalid or unenforceable
by any valid act of Congress or of the New Hampshire legislature or any court of competent jurisdiction, or is
found to be in violation of state statutes or regulations, the invalidity or unenforceability of any particular
provision of this contract shall not affect any other provision, the contract shall be construed as if such invalid
or unenforceable provisions were omitted, and the parties may renegotiate the invalid or unenforceable
provisions for sole purpose of rectifying the invalidity or unenforceability.

24, MODIFICATION OF CONTRACT AND ENTIRE AGREEMENT. This contract constitutes the entire
contract between the City of Nashua and Service Provider. The parties shall not be bound by or be liable for
any statement, representation, promise, inducement, or understanding of any kind or nature not set forth in
this contract. No changes, amendments, or modifications of any terms or conditions of the contract shall be
valid unless reduced to writing and signed by both parties.

25. CHOICE OF LAW AND VENUE. This contract shall be governed exclusively by the laws of the State
of New Hampshire and any litigation shall be brought in a court located in the State of New Hampshire.

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

City of Nashua, NH (signature) (signature)

(Printed Name and Title) (Printed Name and Title)

Date Date

8 | Page

Page Image
Finance Committee - Agenda - 3/2/2016 - P60

Finance Committee - Agenda - 3/2/2016 - P61

By dnadmin on Mon, 11/07/2022 - 09:55
Document Date
Wed, 03/02/2016 - 00:00
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Wed, 03/02/2016 - 00:00
Page Number
61
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__030220…

(22) THE CITY OF NASHUA “the Cate cy

Financial Services

Purchasing Department

February 25, 2016
Memo #16-112

TO: MAYOR DONCHESS
FINANCE COMMITTEE

SUBJECT: SCADA UPGRADES DESIGN SERVICES (VALUE: $188,500)
DEPARTMENT: 169 WASTEWATER; FUND: WERF
ACCOUNT CLASSIFICATION: 81 CAPITAL OUTLAY/IMPROVEMENTS

Please see the attached communication from David Simmons, Wastewater Department Superintendent
dated February 29, 2016 for the information related to this purchase.

Pursuant to § 5-83 Professional services. A (2) Specific experience with similar projects; or earlier
phases of the same project.

The Wastewater Department Superintendent, Board of Public Works (February 29, 2016) and the
Purchasing Department recommend the award of this contract in the amount of $188,500 to Woodard &

Curran of Portland, ME.

Respectfully,
y /

4,

AE boPe

C. ‘ban Kooken
Purchasing Manager

Coe: D Simmons L Fauteux

229 Main Street » Nashua, New Hampshire 03061 e Phone (603) 589-3330 e Fax (603) 589-3344

Page Image
Finance Committee - Agenda - 3/2/2016 - P61

Finance Committee - Agenda - 3/2/2016 - P62

By dnadmin on Mon, 11/07/2022 - 09:56
Document Date
Wed, 03/02/2016 - 00:00
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Wed, 03/02/2016 - 00:00
Page Number
62
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__030220…

To:

From:

Re:

E. Motion:

Attachments:

Discussion:

City of Nashua, Public Works Division

Board of Public Works Meeting Date: February 29, 2016

David A. Simmons, Superintendent
Wastewater Department

SCADA Upgrades Design Services

To approve a contract to Woodard & Curran for professional services for
immediate upgrades to SCADA, the installation of a wireless control systems
and the design costs for upgrading the overall control and SCADA system in
an amount of $188,500. Funding will be through: Department: 169 -
Wastewater; Fund: WERF; Account Classification: 81 Capital
Outlay/Improvements.

Memorandum of Agreement-SCADA Upgrades and TRM List - Scope of
Work and Fee.

The Wastewater Plant has been using the services of Woodard Curran for
SCADA upgrades to the Wet Weather Facility due to their extensive
experience and expertise with SCADA systems at wastewater plants. Upon an
initial evaluation of the plant wide SCADA system, Woodard and Curran
determined the entire SCADA system is in need of upgrades. They have
broken down the SCADA upgrades over a period of 3 years, the first being
FY2016.

Woodard and Curran will initially perform SCADA upgrades that can be
performed in a short time frame or approximately 3 months, and are identified
in the attached TRM list. This work will significantly improve the existing
SCADA system reliability and backup. Their fee for these services comes to
$48,932. In addition, they will install a wireless SCADA network at 12 control
controls panels such that operators will be able to update their plant checks
with tablets. This cost comes to $33,000. Finally, they will do a complete
design of the control system and associated SCADA system. This work will
involve upgrading 13 control panels such that there will be uniformity of the
system components to allow for simplified operations, have less chance for
mistakes, standard maintenance and ease of parts procurement. This effort will
also involve upgrades to allow SCADA control for all control panels. The total
costs for this design effort comes to $106,568. The total for all three of these
upgrades comes to $188,500, and is part of the WERF list, Asset ID: SCADA.

The SCADA work will be completed over 3-years, the first year being
FY2016. Based on Woodard & Curran’s design effort, additional SCADA
upgrades will be identified for FY 2017 and FY 2018.

Page Image
Finance Committee - Agenda - 3/2/2016 - P62

Finance Committee - Agenda - 3/2/2016 - P63

By dnadmin on Mon, 11/07/2022 - 09:56
Document Date
Wed, 03/02/2016 - 00:00
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Wed, 03/02/2016 - 00:00
Page Number
63
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__030220…

A \
__

a A

WOODARD
& CURRAN

COMMITMENT & INTEGRITY T 800.446.5518

DRIVE RESULTS T 781.251.0200
F 781.251.0847

WOODARD & CURRAN
MEMORANDUM OF AGREEMENT
Project Number: _P228730.13 Client PO Number:
Client Name: —_ City of Nashua, NH
Contact Name: _Dave Simmons Contact Email: _simmonsd@nashuanh.gov
Address: 2 Sawmill Road Phone: 603.589.3560
City: Nashua State: NH Zip: _03060

Project Name: _ City of Nashua, NH - SCADA TRM List, Wireless and Design Phase

Project Location: _Nashua, NH

@ See Attachment A

Services: Woodard & Curran will execute the work listed in Attachment A. The Troubleshoot,
Repair and Maintain list presented to the staff on January 12, 2016 and amended and updated

on January 21, 2016. Woodard & Curran will design, install and configure a wireless SCADA System.
Woodard & Curran will design and produce bidding documents for Phase 1 of SCADA Upgrades.

Start Date: March 15, 2016 End Date: June 30, 2016
Fee Basis:
@ Lump Sum Amount $188,500.00 C1 Estimated Fee Amount _$

Cl Expenses (see attached schedule)

Pricing is valid for 60 days from date of proposal.

If the above fee is indicated as Time & Expenses with an estimate, our fee will be based on the time expended and costs
incurred, Additional services requested, unusual problems or difficulties may necessitate a higher fee. If a maximum fee
amount is indicated, this amount will not be exceeded without further authorization by the Client. Woodard & Curran will
provide these services under the terms and conditions of the Contract for Professional Services between the City of Nashua,
NH, and Woodard & Curran as agreed to by both parties in June 2015.

Billings will be: @ Monthly C1 At completion of services 0 Other
Terms willbe: Mi Net 30 days 0 Other

The above is intended as a summary of our agreement for the performance of the work described. Please
examine same carefully and, if accurate, indicate your approval and acceptance in the space provided
below,

, Woodard & Curran
Date: February 16, 2016 By: oe. I, 2
Title: (_/ | Seflior Vice President
7
Accepted:

The undersigned hereby states that they are the person or duly authorized agent of the person or
organization contracting for the above services on the above described project; and that the terms and
conditions stated are understood and herewith agreed to and accepted. Woodard & Curran. is hereby
authorized to proceed with the services outlined above.

Date: By:
Title:

City of Nashua, NH (#P228730. 13) 1 February 16, 2016

Page Image
Finance Committee - Agenda - 3/2/2016 - P63

Finance Committee - Agenda - 3/2/2016 - P64

By dnadmin on Mon, 11/07/2022 - 09:56
Document Date
Wed, 03/02/2016 - 00:00
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Wed, 03/02/2016 - 00:00
Page Number
64
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__030220…

WOODARD & CURRAN
ATTACHMENT A

WOODARD _ pesponsiBILITY OF THE CLIENT

&CURRAN

Provide access to the SCADA System, Computers and other control equipment and
documentation;

Ensure all electrical systems, communications and power are properly functioning to allow the
improvements;

Assumes any existing instrumentation required to implement upgrades including but not limited
to flow, level and chlorine analyzers are properly functioning;

Determine internally with plant personnel the criteria for users, permissions and passwords;
Attend meetings and provide feedback as needed

RESPONSIBILITY OF WOODARD & CURRAN

All tasks in the following TRM list;

Create Wireless Access points at (13) thirteen control panels

Complete Phase 1 — Detailed Design and Bidding Phase: Under this phase, the detailed design
for the plant sites would be completed. Woodard & Curran recommends that the detailed design
for all plant sites (regardless of schedule) be completed as one project for greater efficiency.
The deliverables would be structured so the City can choose the sites to upgrade and develop
a set of contract documents for those sites. This budget assumes one bidding phase.
Complete all work on or before June 30, 2016 contingent upon receipt of purchase order from
the City of Nashua by March 30, 2016.

City of Nashua, NH (#P228730.13) 2 February 16, 2016

Page Image
Finance Committee - Agenda - 3/2/2016 - P64

Pagination

  • First page « First
  • Previous page ‹‹
  • …
  • Page 648
  • Page 649
  • Page 650
  • Page 651
  • Current page 652
  • Page 653
  • Page 654
  • Page 655
  • Page 656
  • …
  • Next page ››
  • Last page Last »

Search

Meeting Date
Document Date

Footer menu

  • Contact