december 16, 2020 7:00 pm to join zoom meeting: https

47
FINANCE COMMITTEE DECEMBER 16, 2020 7:00 PM To Join Zoom Meeting: https://us02web.zoom.us/j/89906719106?pwd=QXdHbjZ6ekxXNFlvVHJvajJWeGU1Zz09 Meeting ID: 899 0671 9106 Passcode: 966405 Join by telephone: 1-929-205-6099 Meeting ID: 899 0671 9106 Passcode: 966405 If there is a problem with the audio, please dial 603-821-2049 to advise. ROLL CALL PUBLIC COMMENT COMMUNICATIONS From: Kelly Parkinson, Purchasing Manager Re: One (1) International CV515 Truck in the amount of $67,472 funded from account 81500 Vehicles/Trust/FY21CERF From: Kelly Parkinson, Purchasing Manager Re: Turbine Removal at Jackson Falls Dam in the amount of $2,664,500 funded from account R-19-142 Bond From: Kelly Parkinson, Purchasing Manager Re: Cartegraph Software Expansion in the amount of $17,283.33 funded from account 71228 Computer Software From: Kelly Parkinson, Purchasing Manager Re: Phone System Software Maintenance in the amount of $37,806.90 funded from account 54407 Software Maintenance UNFINISHED BUSINESS NEW BUSINESS – RESOLUTIONS NEW BUSINESS – ORDINANCES RECORD OF EXPENDITURES GENERAL DISCUSSION PUBLIC COMMENT REMARKS BY THE ALDERMEN POSSIBLE NON-PUBLIC SESSION ADJOURNMENT

Upload: others

Post on 23-May-2022

1 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: DECEMBER 16, 2020 7:00 PM To Join Zoom Meeting: https

FINANCE COMMITTEE

DECEMBER 16, 2020 7:00 PM To Join Zoom Meeting: https://us02web.zoom.us/j/89906719106?pwd=QXdHbjZ6ekxXNFlvVHJvajJWeGU1Zz09 Meeting ID: 899 0671 9106 Passcode: 966405 Join by telephone: 1-929-205-6099 Meeting ID: 899 0671 9106 Passcode: 966405 If there is a problem with the audio, please dial 603-821-2049 to advise. ROLL CALL PUBLIC COMMENT COMMUNICATIONS From: Kelly Parkinson, Purchasing Manager Re: One (1) International CV515 Truck in the amount of $67,472 funded from account 81500 Vehicles/Trust/FY21CERF From: Kelly Parkinson, Purchasing Manager Re: Turbine Removal at Jackson Falls Dam in the amount of $2,664,500 funded from account R-19-142 Bond From: Kelly Parkinson, Purchasing Manager Re: Cartegraph Software Expansion in the amount of $17,283.33 funded from account 71228 Computer Software From: Kelly Parkinson, Purchasing Manager Re: Phone System Software Maintenance in the amount of $37,806.90 funded from account 54407 Software Maintenance UNFINISHED BUSINESS NEW BUSINESS – RESOLUTIONS NEW BUSINESS – ORDINANCES RECORD OF EXPENDITURES GENERAL DISCUSSION PUBLIC COMMENT REMARKS BY THE ALDERMEN POSSIBLE NON-PUBLIC SESSION ADJOURNMENT

Page 2: DECEMBER 16, 2020 7:00 PM To Join Zoom Meeting: https

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

December 9, 2020

Memo #21-063

TO: Mayor Donchess

Finance Committee

SUBJECT: One (1) International CV515 Truck in the amount of $67,472 funded from account 81500

Vehciles/Trust/FY21CERF

Please see attached communications from Jon Ibara, Superintendent of the Street Department, dated

November 19, 2020 for project specific details related to this purchase. Below please find a summary of

the purchase approval request:

Item: One 2020 CV515 SFA International Truck

Value: $67,472

Vendor: Liberty International Trucks of NH

Department: 161 Streets

Source Fund: 81500 Vehciles

Ordinance: Pursuant to § 5-84 Special purchase procedures A/(3) Purchases which can be

procured through cooperative intergovernmental purchase agreements with

other governmental jurisdictions.

This purchase will be utilizing a government agency contract from the State of New Hampshire.

The Board of Public Works (11/19/20 BPW Meeting), the Street Department, and the Purchasing

Department respectfully request your approval of this contract.

Regards,

Kelly Parkinson Purchasing Manager

Cc: C O'Connor

J Ibara

Administrative Services Purchasing Department

Page 3: DECEMBER 16, 2020 7:00 PM To Join Zoom Meeting: https

City of Nashua, Public Works Division

To: Board of Public Works Meeting Date: November 19, 2020

From: Jon Ibarra, Superintendent Street Department

Re: Purchase of (1) 2020 International CV515 SFA Cab and Chassis.

D. Motion: To approve the purchase of (1) 2020 International CV515 SFA Cab and Chassis from Liberty International of Manchester, NH in the amount of $67,472. Pursuant to the State of New Hampshire Contract #8002661. Funding will be through Department: 161 Street; Fund: Trust; Activity: CERF.

Attachments: Quote from Liberty International, Vehicle history report Discussion: This scheduled CERF purchase will replace the Street Department’s truck unit #12-017, a 2012 Ford F550 CNG pickup truck. The vehicle currently has 45,191

miles and 8325 hours on it. Unit #12-017 has is showing excessive corrosion to the undercarriage, body and hydraulic components. The purchase of the CV515 cab and chassis will be a like for like purchase with the exception of the CNG fuel option as it is no longer offered by the manufacturer.

The Street Department will remove a 1 year old body from the mason’s truck 07-033 which was taken out of service in July for failing state inspection for

frame corrosion/damage and install the body on the new cab and chassis. Vehicle 12-17 will be kept as a backup unit until it reaches a point where repairs cannot be justified.

The new International CV515 is more robust than the F550 and will come with a

6.6 liter diesel engine and automatic transmission and a new 9’ Fisher plow. The truck comes with a 3 year bumper to bumper warranty, 60 months or 100,000 mile engine warranty, axles 3 year or 36,000 miles and a 60 month unlimited mileage warranty on cab/structure and corrosion.

The Superintendent and Fleet Manager both recommend this purchase.

Page 4: DECEMBER 16, 2020 7:00 PM To Join Zoom Meeting: https

CV515 SFA

Sales Proposal For:

CITY OF NASHUA

Presented By:

LIBERTY INT'L TRKS OF NH

Page 5: DECEMBER 16, 2020 7:00 PM To Join Zoom Meeting: https

Prepared For: Presented By:CITY OF NASHUAJohn StewartPO Box 2019Nashua, NH 03061-2019(603)584 - 3565

LIBERTY INT'L TRKS OF NHJames C Ramsay

1400 S. WILLOW STREETMANCHESTER NH 03103 -

(603)623-8873

Model Profile2020 CV515 SFA (CV515)

AXLE CONFIG: 4X4MISSION: Requested GVWR: 21000. Calc. GVWR: 22500DIMENSION: Wheelbase: 165.00, CA: 83.80, Axle to Frame: 63.00ENGINE, DIESEL: {International 6.6} EPA 2017, 350HP @ 2700 RPM, 700 lb-ft Torque @ 1600

RPM, 2900 RPM Governed Speed, 350 Peak HP (Max)TRANSMISSION,AUTOMATIC:

{Allison 2750 RDS} 5th Generation Controls, Close Ratio, 6-Speed with DoubleOverdrive, with PTO Provision, Less Retarder, Includes Park Pawl, with 23,500-lb GVW and 37,500-lb GCW Max, On/Off Highway

AXLE, FRONT DRIVING: {Dana Spicer 60-256} Single Reduction, 7,500-lb Capacity, with Hub PilotedWheel Mounting

AXLE, REAR, SINGLE: {Dana Spicer S16-130} Single Reduction, 15,500-lb Capacity, 190 Wheel EndsGear Ratio: 4.30

CAB: Conventional, Day CabTIRE, FRONT: (2) 225/70R19.5 Load Range G HYBRID HS3 (CONTINENTAL), 649 rev/mile,

87 MPH, All-PositionTIRE, REAR: (4) 225/70R19.5 Load Range G HYBRID HD3 (CONTINENTAL), 647 rev/mile,

87 MPH, DriveSUSPENSION, REAR, SINGLE:15,500-lb Capacity, Vari-Rate SpringsPAINT: Cab schematic 100CX

Location 1: 9219, Winter White (Std)Chassis schematic N/A

September 08, 2020

2 Proposal: 22625-01

Page 6: DECEMBER 16, 2020 7:00 PM To Join Zoom Meeting: https

Code DescriptionCV51500 Base Chassis, Model CV515 SFA with 165.00 Wheelbase, 83.80 CA, and 63.00 Axle to

Frame.

1570 TOW HOOK, FRONT (2) Frame Mounted

1AMM SKID PLATE Steel, Frame Mounted, Protects the Transfer Case from the Ground

1ANB AXLE CONFIGURATION {Navistar} 4x4

Notes: Pricing may change if axle configuration is changed.

1CGH FRAME RAILS High Strength Low Alloy Steel (50,000 PSI Yield), Straight Top Flange withContoured Bottom, Height Transitions from 7.375" (187.325mm) to 9.125" (231.775mm)to 7.625" (193.675mm); Width: 3.079" (78.21mm); Thickness: 0.3125" (7.94mm);383.3" (9735.8mm) Max OAL

1LEG LICENSE PLATE HOLDER Includes Upper & Lower Mounting Plate Hardware, Mountedin Existing Holes in Front Bumper

1LNZ BUMPER, FRONT Contoured, Steel, Chrome Plated, for CV and RE Bus

1WEB WHEELBASE RANGE 128" (325cm) Through and Including 183" (465cm)

1WND AF RANGE 50" (128cm) Through and Including 75" (190cm)

2EWA AXLE, FRONT DRIVING {Dana Spicer 60-256} Single Reduction, 7,500-lb Capacity, withHub Piloted Wheel Mounting

2WLC AXLE, FRONT DRIVING, LUBE {EmGard FE-75W-90} Synthetic Oil; 1 thru 29.99 Pints

3AJN SUSPENSION, FRONT, SPRING Parabolic Taper Leaf, Shackle Type, 7,500-lb Capacity,with Shock Absorbers

4198 BRAKE SYSTEM, HYDRAULIC {Bosch} Split System, with Four Channel ABS, TractionControl, Hydromax Brake Booster and Master Cylinder

4EBD AIR DRYER {Wabco System Saver 1200} with Heater

4EVD DUST SHIELDS, FRONT BRAKE for Hydraulic Brakes

4EVE DUST SHIELDS, REAR BRAKE for Hydraulic Brakes

4GBJ BRAKE, PARKING {Bosch} DSSA Type, 12" x 3"; for Hydraulic Brake Chassis; FootOperated in Cab; Differential Mounted

4SBX AIR COMPRESSOR {YOOSUNG} 7.1 CFM, with Clutch

4VGA AIR DRYER LOCATION Mounted Outside Right Rail, Forward of Front Wheel

4VKM AIR TANK LOCATION (1) Mounted Outside Left Rail, Perpendicular to Rail, Behind BatteryBox

4XCU BRAKES, FRONT {Meritor Quadraulic} Hydraulic Disc Type, with Four 64mm DiameterPistons, 8,000-lb Capacity

Vehicle Specifications September 08, 20202020 CV515 SFA (CV515)

3 Proposal: 22625-01

Page 7: DECEMBER 16, 2020 7:00 PM To Join Zoom Meeting: https

Code Description4XCV BRAKES, REAR {Meritor Quadraulic} Hydraulic Disc Type, with Four 64mm Diameter

Pistons, 15,500-lb Capacity per Axle

5708 STEERING COLUMN Tilting

5CBG STEERING WHEEL 4-Spoke; 15" Dia., Black

5PSS STEERING GEAR {Bosch S2 8014 Plus} Power

6DHD DRIVELINE SYSTEM {Dana Spicer} SPL100 Main Driveline, Direct Mount Transfer Caseto Transmission, SPL70 Driveline to Front Axle, for 4x4

7BLL EXHAUST SYSTEM Horizontal, Frame Mounted Right Side, Under Rail, for Single Exhaust

7SDS ENGINE EXHAUST BRAKE for International 6.6 Engine

7XAA MANUAL REGEN Capability

8002 ELECTRICAL SYSTEM 12-Volt for CV Model

Includes: HAZARD SWITCH Push On/Push Off, Located on Top of Steering Column Cover: HEADLIGHT DIMMER SWITCH Integral with Turn Signal Lever: PARKING LIGHT PARKING LIGHT Integral with Front Turn Signal and Rear Tail Light: TURN SIGNALS, FRONT Includes Reflectors and Solid State Flashers; Flush Mounted: WINDSHIELD WIPER SWITCH 2-Speed with Wash and Intermittent Feature, Integralwith Turn Signal Lever

8541 HORN, ELECTRIC (2) Disc Style

8AAB DEFROSTER, REAR WINDOW Electric

8GJB ALTERNATOR {Denso SC6} Brush Type, 12 Volt, 220 Amp Capacity

8HBW TRAILER BRAKE CONTROL Integrated

8HXU BODY BUILDER WIRING Rear of Frame; Includes One Sealed Connector for SeparateGround/Backup/ Left and Right Hand Turn, Left and Right Hand Tail/Stop/ AccessoryPower and Combined for Left and Right Hand Stop/Turn

8MWA BATTERY SYSTEM {VARTA} Maintenance-Free, (2) 12-Volt 1300CCA Total, TopThreaded Stud

8NAA TAIL LIGHT WIRING MODIFIED Includes: Wiring for Standard Lt & Rt Tail Lights; Separate8.0' of Extra Cable Wiring for Lt & Rt Body Mounted Tail Lights

8RNM RADIO AM/FM/Clock/Bluetooth, Seek/Scan, with 7" Touch Panel Display

8RNU SPEAKERS (6)

8RNY CAMERA SYSTEM, REAR VIEW Includes Camera, Mounting, Wiring and Interface to theMonitor, for the Back-up Camera System

8THB BACK-UP ALARM Electric, 102 dBA

8TRA TRAILER CONNECTION SOCKET Mounted at Rear of Frame, Wired for Turn SignalsCombined with Stop, Compatible with Trailers with Combined Stop, Tail, Turn Lamps

Vehicle Specifications September 08, 20202020 CV515 SFA (CV515)

4 Proposal: 22625-01

Page 8: DECEMBER 16, 2020 7:00 PM To Join Zoom Meeting: https

Code Description8TUK STOP, TURN, TAIL & B/U LIGHTS Multi-Function, Sealed, LED Lights for Stop, Turn and

Tail Lights, Incandescent Backup Lights, with Rear Reflex Reflector, Includes LED LicensePlate Light

8TUM AUXILIARY HARNESS "Y" Harness for Auxiliary Front Head Lights (High/Low Beam),Marker Lights, and Turn Signals for Front Plow Applications

8VVB BATTERY BOX Steel, with Plastic Cover, 2 Battery Capacity, Parallel to Rail, 28" Wide,Mounted Left Side Under Cab

8WBW JUMP START STUD Remote Mounted

8WTT SWITCH, TOGGLE, FOR WORK LIGHT Lighted; on Instrument Panel and Wiring Effectsfor Customer Furnished End of Frame Light

8XJG FOG LIGHTS (2) Clear Lens, Halogen, Rectangular, with White Light Source

8XJM HEADLIGHTS Halogen, Composite Aero Design, Chrome Trim Bezel, with DaytimeRunning Lights

8XJP SWITCH, AUXILIARY 1 to 4 Latching Switches with 30-Amp Fuses

8XJV CLEARANCE/MARKER LIGHTS (5) Amber LED Lights, Flush Mounted on Cab

8XJW STARTING MOTOR 12 Volt

8XJX POWER INVERTER 12 Volt DC to 110 Volt AC

8XKS SWITCH,TOGGLE, ROOF WORKLIGHT Lighted; in Overhead Console and Wiring Effectsfor Customer Furnished Roof Mounted Light

9AAB LOGOS EXTERIOR Model Badges

9HCG GRILLE Chrome, with Chrome Headlight Bezels

9HCU RADIATOR STONE GUARD Mounted to Front Bumper

9WAC BUG SCREEN Mounted Behind Grille

9WAY FRONT END Tilting, Fiberglass, with Three Piece Construction

9WBN FENDER EXTENSIONS Painted

10060 PAINT SCHEMATIC, PT-1 Single Color, Design 100

10761 PAINT TYPE Base Coat/Clear Coat, 1-2 Tone

10JPA CUSTOMER IDENTITY for National Joint Powers Alliance

10WWS SNOW PLOW PREP PACKAGE Includes Wiring for Roof Mounted Light

10XAX GVWR WEIGHT CLASSIFICATION Class 6 (19,501-26,000 lbs)

12GAD ENGINE, DIESEL {International 6.6} EPA 2017, 350HP @ 2700 RPM, 700 lb-ft Torque @1600 RPM, 2900 RPM Governed Speed, 350 Peak HP (Max)

Includes: GLOW PLUG Automatic with Indicator Light

Vehicle Specifications September 08, 20202020 CV515 SFA (CV515)

5 Proposal: 22625-01

Page 9: DECEMBER 16, 2020 7:00 PM To Join Zoom Meeting: https

Code Description: OIL FILTER, ENGINE Spin-On Type

12TTM FAN DRIVE Viscous Screw On Type, Rear Tether, Electronically Controlled

12VGC AIR CLEANER Single Element, with Water Separator

12VHN FEDERAL EMISSIONS {International 6.6} EPA, OBD and GHG Certified for Calendar Year2020

12WGG THROTTLE, HAND CONTROL Engine Speed Control for PTO; Electronic Controlled, On/Off Switch Mounted on Dash, with Steering Wheel Button Control

12WUU GOVERNOR Electronic Road Speed Type; with 75 MPH Default

12WZE EMISSION COMPLIANCE Federal, Does Not Comply with California Clean Air IdleRegulations

12XBL BLOCK HEATER, ENGINE 120V/800W

12XZD RADIATOR Aluminum, 3-Row, Down Flow, Front to Back System, 730 SqIn Louvered, with578 SqIn Charge Air Cooler, Includes In-Tank Oil Cooler

13AXS TRANSMISSION, AUTOMATIC {Allison 2750 RDS} 5th Generation Controls, Close Ratio,6-Speed with Double Overdrive, with PTO Provision, Less Retarder, Includes Park Pawl,with 23,500-lb GVW and 37,500-lb GCW Max, On/Off Highway

13TLP TRANSFER CASE {Meritor MTC-3203} 2-Speed, Gear Drive, 3,000 lb-ft Torque Rating,Less PTO Provision, Electric Shift Control

Notes: Transfer Case Includes 40W Synthetic Lube

13WYY SHIFT CONTROL PARAMETERS {Allison} 1000 or 2000 Series Transmissions,Performance Programming

13XAL PTO LOCATION Customer Intends to Install PTO at Left Side of Transmission

14897 DIFFERENTIAL, LOCKING Torque Proportioning Limited Slip

14AJE AXLE, REAR, SINGLE {Dana Spicer S16-130} Single Reduction, 15,500-lb Capacity, 190Wheel Ends . Gear Ratio: 4.30

14SAE SUSPENSION, REAR, SINGLE 15,500-lb Capacity, Vari-Rate Springs

14WAP SHOCK ABSORBERS, REAR (2)

14WMN AXLE, REAR, LUBE {EmGard FE-75W-90} Synthetic Oil; 1 thru 29.99 Pints

15SZP FUEL TANK Top Draw, Plastic, Rectangular, 17" Tank Depth, 25 US Gal (95L), IncludesAuxiliary Draw Port and Fuel Filler Assembly, Mounted Between Frame Rails and Forwardof Rear Axle

15WDZ DEF TANK 6.75 US Gal (26L) Capacity, Frame Mounted Outside Right Rail, Under Cab

16030 CAB Conventional, Day Cab

Includes

Vehicle Specifications September 08, 20202020 CV515 SFA (CV515)

6 Proposal: 22625-01

Page 10: DECEMBER 16, 2020 7:00 PM To Join Zoom Meeting: https

Code Description: CAB DOOR LOCKS Power Door Locks All Doors: DOME LIGHT, CAB with OFF/DOOR/ON Settings; Located in Overhead Console: READING LIGHT, CAB Located in Overhead Console: STEP (2) One Per Door: STORAGE POCKET, DOOR (2) Full Length, Driver and Passenger Door

16975 HEATER HOSES Silicone

16ACB MIRROR, INSIDE REAR VIEW with Manual Tilt

16BAN DOOR HANDLE, EXTERIOR Bright Finish

16BBA GLASS, ALL WINDOWS Solar Absorbing, Tint

16CEM COLOR, INTERIOR Dark Ash

16HCT GAUGE CLUSTER English Speedometer, Includes English Odometer; Includes 3.5"Monochromatic Display with Personalization, Warning Messages and Vehicle Information

16KVR SEAT, DRIVER High Back with Integral Headrest, with Recline, Cloth, Manual AdjustLumbar

16LVP SEAT, TWO-MAN PASSENGER High Back with Integral Headrest in Outboard Position,Center Fold-Down Armrest with Storage, Cloth, with Recline

16SPT MIRRORS (2) Manual Folding and Extending, Power Adjust, Heated, Turn Signal IndicatorLocated in Mirror, Bright Heads and Arms, for 96" Load Width

16VKB CAB INTERIOR TRIM Classic, for Day Cab

Includes: SUN VISOR (2) Vinyl

16WAK WINDOW, POWER (2) in Left and Right Doors

16WHJ HOSE CLAMPS, HEATER HOSE {Breeze} Belleville Washer Type

16XAL KEYLESS ENTRY SYSTEM REMOTE with Panic Alarm and Horn Beep LockConfirmation, Includes Two Key Fob Transmitters

16XCP AIR BAG, FRONT, DRIVER SIDE

16XCR AIR BAG, FRONT, PASSENGER SIDE

16XDE AIR BAG, SIDE, DRIVER Seat Mounted, Outboard Side-Impact Airbag

16XDG AIR BAG, SIDE, PASSENGER Seat Mounted, Outboard Side-Impact Airbag

16XDH AIR BAG, SIDE CURTAIN Roof Mounted, for Front and Rear Outboard Seating Positionsfor Driver and Passenger Sides

16XUC ACCESS, CAB Bright Aluminum, Driver & Passenger Sides, One Step per Door, for usewith Day Cab

16XZA AIR CONDITIONER with Heater, Single Zone

Vehicle Specifications September 08, 20202020 CV515 SFA (CV515)

7 Proposal: 22625-01

Page 11: DECEMBER 16, 2020 7:00 PM To Join Zoom Meeting: https

Code Description27DTX WHEELS, FRONT {Accuride 50180} DISC; 19.5x6.75 Rims, Powder Coat Steel, 4-Hand

Hole, 8-Stud, 275mm BC, Hub-Piloted, Flanged Nut, with Steel Hubs

28DTX WHEELS, REAR {Accuride 50180} DUAL DISC; 19.5x6.75 Rims, Powder Coat Steel, 4-Hand Hole, 8-Stud, 275mm BC, Hub-Piloted, Flanged Nut, with Steel Hubs

29SAE WHEEL SEALS, FRONT {Chicago Rawhide Nitrile} for Oil Lubricated Wheel Bearings

7779445428 (4) TIRE, REAR 225/70R19.5 Load Range G HYBRID HD3 (CONTINENTAL), 647 rev/mile, 87 MPH, Drive

7779445433 (2) TIRE, FRONT 225/70R19.5 Load Range G HYBRID HS3 (CONTINENTAL), 649 rev/mile, 87 MPH, All-Position

Services Section:

40131 WARRANTY Standard for CV515, Effective with Vehicles Built December 3, 2018 or Later,CTS-3000A

9'Fisher plow installed

* * * Current State of NH Contract Number 8002661 is applied to the pricing of this proposal * * *

Vehicle Specifications September 08, 20202020 CV515 SFA (CV515)

8 Proposal: 22625-01

Page 12: DECEMBER 16, 2020 7:00 PM To Join Zoom Meeting: https

(US DOLLAR)Description Price

Net Sales Price: $67,472.00

Please feel free to contact me regarding these specifications should your interests or needs change. I am confident you will be pleased with the quality and service of an International vehicle.

Approved by Seller: Accepted by Purchaser:

Official Title and Date Firm or Business Name

Authorized Signature Authorized Signature and Date

This proposal is not binding upon theseller without Seller's AuthorizedSignature

Official Title and Date

The TOPS FET calculation is an estimate for reference purposes only. The seller or retailer isresponsible for calculating and reporting/paying appropriate FET to the IRS.

The limited warranties applicable to the vehicles described herein are Navistar, Inc.'s standardprinted warranties which are incorporated herein by reference and to which you have beenprovided a copy and hereby agree to their terms and conditions.

Financial Summary September 08, 20202020 CV515 SFA (CV515)

9 Proposal: 22625-01

Page 13: DECEMBER 16, 2020 7:00 PM To Join Zoom Meeting: https

DPW FLEET MAINTENANCE CITY OF NASHUA, NH 1-32/RRV PAGE: 1

DATE: 09/10/2020 10:06 a.m.VEHICLE REPAIR HISTORY REPORT

FACILITY: 00002

STARTING VMRS CODE: 000-000-000 DATE: FIRST VEHICLE: 12-017ENDING VMRS CODE: 999-999-999 DATE: LAST VEHICLE: 12-017

UNIT: 12-017 LF MTR: 42548.0 CUR MTR: 42548.0 YR: 12 MAKE: FORD DEPT: STREETS SIZE: L CLASS: DUMP 1 T FUEL: cVMRS Code DATE WO NUM LF-MILS ODOM WORK DESCRIPTION OUT PARTS LABOR TOTAL HOURS MECHANIC CC RC WA

002 TITLE > CAB/SHEET METALS002-000-000 03222019 0009978 34210 34212 CAB/SHEET METALS 671.68 163.26 834.94 6.00 GARY 1 4 6002-001-000 04292019 0010054 34210 34212 WIPER BLADES 6.77 8.07 14.84 0.30 GUS 1 4 3002-001-000 07282017 0008261 23780 23778 WIPER BLADES 6.59 8.12 14.72 0.30 DARYL 1 4 3002-001-000 07292016 0007187 21510 21508 WIPER BLADES 6.83 13.39 20.22 0.50 GUS 1 4 3002-001-000 03192015 0005575 15580 15581 WIPER BLADES 7.61 7.49 15.10 0.30 GUS 1 4 3002-001-000 02062015 0005421 13500 13500 WIPER BLADES 7.96 0.00 7.96 0.00 1 4 3002-001-000 01232015 0005329 13130 13128 WIPER BLADES 8.39 0.00 8.39 0.00 1 4 3002-001-000 01102014 0003924 7070 7069 WIPER BLADES 8.95 11.29 20.24 0.50 RALPH 1 4 3002-003-000 01312014 0004016 7170 7169 WINDSHIELD WASHER 43.38 87.43 130.81 3.50 JOE A 1 4 3002-005-000 10282016 0007414 22450 22450 WINDSHIELD WASHER 6.08 8.12 14.20 0.30 DARYL 1 4 5002-009-000 10262016 0007414 22450 22450 MIRROR 124.44 26.78 151.22 1.00 GUS 1 4 3002-053-000 02212018 0008857 30410 30410 AIR BAG 34.23 53.56 87.79 2.00 GUS 1 4 3002 TOTAL > CAB/SHEET METALS 932.91 387.51 1320.42

005 TITLE > AIR BAG005-000-000 04292019 0010054 34210 34212 AIR BAG 34.23 53.82 88.05 2.00 GUS 1 4 3005 TOTAL > AIR BAG 34.23 53.82 88.05

013 TITLE > BRAKES013-000-000 07312019 0010336 35290 35285 BRAKES 508.32 199.13 707.45 7.40 GUS 1 4 3013-000-000 01272017 0007655 23230 23225 BRAKES 219.96 214.24 434.20 8.00 GUS 1 4 3013-000-000 01292016 0006542 19110 19105 BRAKES 420.25 214.24 634.49 8.00 GUS 1 11 3013-079-000 04252016 0006853 20210 20206 TRAILER ELECTRIC B 9.17 93.56 102.73 3.50 DAVE 1 4 3013 TOTAL > BRAKES 1157.70 721.17 1878.87

015 TITLE > STEERING015-000-000 01272017 0007655 23230 23225 STEERING 202.88 80.34 283.22 3.00 GUS 1 4 3015-009-000 04012016 0006778 19930 19933 STEERING PUMP 209.32 214.24 423.56 8.00 TOMK 1 4 3015-010-000 07282017 0008261 23780 23778 POWER STEERING OIL 148.26 81.24 229.50 3.00 DARYL 1 4 3015-012-000 07282017 0008261 23780 23778 TIE ROD ENDS 163.12 54.16 217.28 2.00 DARYL 1 4 3015-027-000 07312017 0008261 23780 23778 ALIGNMENT OUT 150.00 0.00 150.00 0.00 1 4 3015-037-000 01292016 0006542 19110 19105 BALL JOINTS 171.69 187.46 359.15 7.00 GUS 1 11 3015 TOTAL > STEERING 1045.27 617.44 1662.71

016 TITLE > SUSPENSION016-019-000 01292016 0006542 19110 19105 FRONT SWAY BAR 12.84 53.56 66.40 2.00 GUS 1 11 3

Page 14: DECEMBER 16, 2020 7:00 PM To Join Zoom Meeting: https

DPW FLEET MAINTENANCE CITY OF NASHUA, NH 1-32/RRV PAGE: 2

DATE: 09/10/2020 10:06 a.m.VEHICLE REPAIR HISTORY REPORT

FACILITY: 00002

STARTING VMRS CODE: 000-000-000 DATE: FIRST VEHICLE:: 12-017ENDING VMRS CODE: 999-999-999 DATE: LAST VEHICLE: 12-017

UNIT: 12-017 LF MTR: 42548.0 CUR MTR: 42548.0 YR: 12 MAKE: FORD DEPT: STREETS SIZE: L CLASS: DUMP 1 T FUEL: cVMRS Code DATE WO NUM LF-MILS ODOM WORK DESCRIPTION OUT PARTS LABOR TOTAL HOURS MECHANIC CC RC WA016 TOTAL > SUSPENSION 12.84 53.56 66.40

017 TITLE > TIRES017-000-000 01192017 0007655 23230 23225 TIRES 335.00 35.57 370.57 1.50 DAN 1 4 3017-001-000 03182015 0005575 15580 15581 LEFT FRONT TIRE 345.00 27.28 372.28 1.20 Dan 1 4 3017-004-000 10032013 0003631 5920 5922 REAR TIRE INNER 0.00 22.89 22.89 1.00 Rick 1 4 3017-006-000 11072019 0010573 36760 36763 2 TIRES 320.00 44.08 364.08 1.80 TOML 1 4 3017-007-000 11272017 0008560 28270 28273 4 TIRES 1020.16 146.94 1167.10 6.00 DAN 1 4 3017 TOTAL > TIRES 2020.16 276.76 2296.92

027 TITLE > AUTOMATIC TRANSMISSI027-005-000 07282017 0008261 23780 23778 TRANSMISSION OIL C 421.30 108.32 529.62 4.00 DARYL 1 4 3027-014-000 07282017 0008261 23780 23778 DIPSTICK TUBE 72.90 54.16 127.06 2.00 DARYL 1 4 3027 TOTAL > AUTOMATIC TRANSMISSI 494.20 162.48 656.68

032 TITLE > CRANKING SYSTEM032-001-000 01192018 0008754 29760 29757 BATTERIES 102.82 26.78 129.60 1.00 GUS 1 4 3032-002-000 09052019 0010419 35290 35285 STARTER 74.89 53.82 128.71 2.00 GUS 1 4 3032 TOTAL > CRANKING SYSTEM 177.71 80.60 258.31

033 TITLE > IGNITION SYSTEM033-000-000 07182018 0008857 30410 30410 IGNITION SYSTEM 142.83 214.24 357.07 8.00 GUS 1 4 3033 TOTAL > IGNITION SYSTEM 142.83 214.24 357.07

034 TITLE > LIGHTING SYSTEM034-000-000 11072019 0010573 36760 36763 LIGHTING SYSTEM 5.98 8.07 14.05 0.30 GUS 1 4 3034-000-000 03222019 0009978 34210 34212 LIGHTING SYSTEM 15.54 54.42 69.96 2.00 GARY 1 4 3034-000-000 07282017 0008261 23780 23778 LIGHTING SYSTEM 4.43 54.16 58.59 2.00 DARYL 1 4 3034-000-000 01272017 0007655 23230 23225 LIGHTING SYSTEM 2.24 47.42 49.66 2.00 DAN 1 4 3034-001-000 03112019 0009933 33990 33987 HEADLAMP 90.57 27.21 117.78 1.00 MIKE 1 4 3034-001-000 02222019 0009885 33560 33556 HEADLAMP 98.12 54.42 152.54 2.00 DARYL 1 4 3034-001-000 11272018 0009643 30410 30411 HEADLAMP 89.46 80.73 170.19 3.00 ED 1 4 3034-001-000 11302017 0008585 28270 28273 HEADLAMP 86.61 12.25 98.86 0.50 TOML 1 4 3034-001-000 02142017 0007794 23780 23778 HEADLAMP 86.61 81.24 167.85 3.00 DARYL 1 4 3034-001-000 12212016 0007550 22450 22450 HEADLAMP 2.45 187.46 189.91 7.00 GUS 1 4 4034-001-000 01262015 0005350 13440 13437 HEADLAMP 90.08 99.92 190.00 4.00 TOMK 1 4 3034-001-000 01102014 0003924 7070 7069 HEADLAMP 130.65 24.98 155.63 1.00 ED 1 4 3034-004-000 02252014 0004065 7960 7962 LIGHT MODULE 40.00 37.47 77.47 1.50 TOMK 1 4 3

Page 15: DECEMBER 16, 2020 7:00 PM To Join Zoom Meeting: https

DPW FLEET MAINTENANCE CITY OF NASHUA, NH 1-32/RRV PAGE: 3

DATE: 09/10/2020 10:06 a.m.VEHICLE REPAIR HISTORY REPORT

FACILITY: 00002

STARTING VMRS CODE: 000-000-000 DATE: FIRST VEHICLE:: 12-017ENDING VMRS CODE: 999-999-999 DATE: LAST VEHICLE: 12-017

UNIT: 12-017 LF MTR: 42548.0 CUR MTR: 42548.0 YR: 12 MAKE: FORD DEPT: STREETS SIZE: L CLASS: DUMP 1 T FUEL: cVMRS Code DATE WO NUM LF-MILS ODOM WORK DESCRIPTION OUT PARTS LABOR TOTAL HOURS MECHANIC CC RC WA034-008-000 07212015 0006007 17300 17299 CLEARANCE LIGHTS 0.26 12.84 13.10 0.50 GUS 1 4 3034-008-000 03182015 0005575 15580 15581 CLEARANCE LIGHTS 1.67 4.55 6.22 0.20 Dan 1 4 3034 TOTAL > LIGHTING SYSTEM 744.67 787.14 1531.81

041 TITLE > AIR INTAKE SYSTEM041-000-000 02202020 0010879 38840 38840 AIR INTAKE SYSTEM 127.12 92.84 219.96 3.45 GUS 1 4 3041 TOTAL > AIR INTAKE SYSTEM 127.12 92.84 219.96

043 TITLE > EXHAUST SYSTEM043-002-000 07282017 0008261 23780 23778 EXHAUST MANIFOLD 1002.20 754.64 1756.84 28.00 GUS 1 4 3043-019-000 07222019 0010305 35290 35285 OXYGEN SENSOR 215.43 80.73 296.16 3.00 GUS 1 4 3043-019-000 03112019 0009933 33990 33987 OXYGEN SENSOR 117.99 53.82 171.81 2.00 GUS 1 4 3043-020-000 05202019 0010122 34210 34212 CATALYTIC CONVERTO 1146.56 161.46 1308.02 6.00 GUS 1 4 3043 TOTAL > EXHAUST SYSTEM 2482.18 1050.65 3532.83

045 TITLE > POWER PLANT045-000-000 11272018 0009643 30410 30411 POWER PLANT OUT 9984.00 0.00 9984.00 0.00 1 4 3045 TOTAL > POWER PLANT 9984.00 0.00 9984.00

047 TITLE > CNG047-000-000 02162018 0008857 30410 30410 CNG OUT 1062.25 0.00 1062.25 0.00 1 4 3047-003-000 09282016 0007311 21510 21508 TANK INSPECTION OUT 273.50 0.00 273.50 0.00 1 4 1047 TOTAL > CNG 1335.75 0.00 1335.75

049 TITLE > ELECTROINIC ENGINE C049-023-000 06112019 0010189 34210 34212 OXYGEN SENSOR 115.63 107.64 223.27 4.00 GUS 1 4 3049 TOTAL > ELECTROINIC ENGINE C 115.63 107.64 223.27

054 TITLE > HORN AND MOUNTING054-002-000 05202019 0010122 34210 34212 HORN CONTACT 73.20 26.91 100.11 1.00 GUS 1 4 3054 TOTAL > HORN AND MOUNTING 73.20 26.91 100.11

065 TITLE > HYDRAULIC065-001-000 01272017 0007655 23230 23225 HYDRAULIC TANK 8.05 11.86 19.90 0.50 DAN 1 4 2065-004-000 01042019 0009643 31590 31591 HYDRAULIC FILTER 2.97 27.21 30.18 1.00 JOE S 1 4 3065-005-000 01072016 0006456 18670 18671 PRESSURE LINES 17.93 78.17 96.10 3.00 DARYL 1 4 4065-005-000 01262015 0005339 13440 13437 PRESSURE LINES 18.86 101.12 119.98 4.00 ED 1 4 3065-026-000 04252016 0006853 20210 20206 HYD LEAK 0.00 26.73 26.73 1.00 DAVE 1 4 4

Page 16: DECEMBER 16, 2020 7:00 PM To Join Zoom Meeting: https

DPW FLEET MAINTENANCE CITY OF NASHUA, NH 1-32/RRV PAGE: 4

DATE: 09/10/2020 10:06 a.m.VEHICLE REPAIR HISTORY REPORT

FACILITY: 00002

STARTING VMRS CODE: 000-000-000 DATE: FIRST VEHICLE:: 12-017ENDING VMRS CODE: 999-999-999 DATE: LAST VEHICLE: 12-017

UNIT: 12-017 LF MTR: 42548.0 CUR MTR: 42548.0 YR: 12 MAKE: FORD DEPT: STREETS SIZE: L CLASS: DUMP 1 T FUEL: cVMRS Code DATE WO NUM LF-MILS ODOM WORK DESCRIPTION OUT PARTS LABOR TOTAL HOURS MECHANIC CC RC WA065 TOTAL > HYDRAULIC 47.81 245.09 292.90

066 TITLE > PREVENTIVE MAINT.066-000-000 07272017 0008261 23780 23778 PREVENTIVE MAINT. 33.58 0.00 33.58 0.00 1 4 XX066-001-000 10282016 0007414 22450 22450 PM A INSPECTION 20.00 81.24 101.24 3.00 DARYL 1 4 5066-001-000 10192015 0006243 17980 17981 PM A INSPECTION 20.00 70.89 90.89 3.00 DARYL 1 4 5066-002-000 08032020 0011319 42550 42548 PM B INSPECTION 37.16 46.55 83.72 1.73 GUS 1 4 XX066-002-000 02202020 0010879 38840 38840 PM B INSPECTION 37.07 46.55 83.62 1.73 GUS 1 4 6066-002-000 07112019 0010273 35290 35285 PM B INSPECTION 33.94 40.37 74.30 1.50 GUS 1 4 6066-002-000 03222019 0009978 34210 34212 PM B INSPECTION 36.49 40.82 77.31 1.50 GARY 1 4 6066-002-000 01042019 0009643 31590 31591 PM B INSPECTION OUT 0.00 0.00 0.00 0.00 1 4 6066-002-000 07282017 0008261 23780 23778 PM B INSPECTION 0.00 40.62 40.62 1.50 DARYL 1 4 6066-002-000 01272017 0007655 23230 23225 PM B INSPECTION 26.75 71.13 97.88 3.00 DAN 1 4 6066-002-000 04132016 0006829 20150 20150 PM B INSPECTION 39.23 80.34 119.57 3.00 GUS 1 4 6066-002-000 03182015 0005575 15580 15581 PM B INSPECTION 36.97 136.38 173.35 6.00 Dan 1 4 6066-002-000 04042014 0004308 9370 9370 PM B INSPECTION 28.04 80.12 108.16 3.50 Rick 1 4 6066-002-000 08062013 0003471 5460 5457 PM B INSPECTION 45.73 91.56 137.29 4.00 Rick 1 4 6066 TOTAL > PREVENTIVE MAINT. 394.96 826.57 1221.53

073 TITLE > DUMP BODY073-000-000 04252016 0006853 20210 20206 DUMP BODY 0.00 213.84 213.84 8.00 DAVE 1 4 4073 TOTAL > DUMP BODY 0.00 213.84 213.84

074 TITLE > TRAILER PLUG ADAPTER074-006-000 03222019 0009978 34210 34212 TRAILER PLUG 4.48 54.42 58.90 2.00 GARY 1 4 3074 TOTAL > TRAILER PLUG ADAPTER 4.48 54.42 58.90

104 TITLE > WING PLOW104-002-000 12192014 0005120 11570 11572 WING CUTTING EDGE 54.60 120.00 174.60 1.00 GROUP 1 4 4104 TOTAL > WING PLOW 54.60 120.00 174.60

110 TITLE > PLOW PARTS110-000-000 01292016 0006542 19110 19105 PLOW PARTS 323.64 160.68 484.32 6.00 GUS 1 11 3110-000-000 02172015 0005455 14310 14310 PLOW PARTS 2.75 75.84 78.59 3.00 Rick 1 4 3110-000-000 12162014 0005120 11570 11572 PLOW PARTS 190.49 87.43 277.92 3.50 GUS 1 4 3110 TOTAL > PLOW PARTS 516.88 323.95 840.83

112 TITLE > V-BOX PARTS112-000-000 01042019 0009643 31590 31591 V-BOX PARTS 259.49 163.26 422.75 6.00 JOE S 1 4 4

Page 17: DECEMBER 16, 2020 7:00 PM To Join Zoom Meeting: https

DPW FLEET MAINTENANCE CITY OF NASHUA, NH 1-32/RRV PAGE: 5

DATE: 09/10/2020 10:06 a.m.VEHICLE REPAIR HISTORY REPORT

FACILITY: 00002

STARTING VMRS CODE: 000-000-000 DATE: FIRST VEHICLE:: 12-017ENDING VMRS CODE: 999-999-999 DATE: LAST VEHICLE: 12-017

UNIT: 12-017 LF MTR: 42548.0 CUR MTR: 42548.0 YR: 12 MAKE: FORD DEPT: STREETS SIZE: L CLASS: DUMP 1 T FUEL: cVMRS Code DATE WO NUM LF-MILS ODOM WORK DESCRIPTION OUT PARTS LABOR TOTAL HOURS MECHANIC CC RC WA112-000-000 12212016 0007550 22450 22450 V-BOX PARTS 514.55 428.08 942.63 16.00 TOMK 1 4 3112-000-000 01312014 0004016 7170 7169 V-BOX PARTS 193.98 190.24 384.22 8.00 TOML 1 4 3112 TOTAL > V-BOX PARTS 968.02 781.58 1749.60

113 TITLE > TOWING JOB113-000-000 02132018 0008857 30410 30410 TOWING JOB OUT 229.00 0.00 229.00 0.00 1 4 1113 TOTAL > TOWING JOB 229.00 0.00 229.00

123 TITLE > STATE INSPECTION123-000-000 08032020 0011319 42550 42548 STATE INSPECTION 0.00 53.82 53.82 2.00 GUS 1 4 XX123-000-000 07112019 0010273 35290 35285 STATE INSPECTION 0.00 40.37 40.37 1.50 GUS 1 4 10123-000-000 07282017 0008261 23780 23778 STATE INSPECTION 0.00 81.24 81.24 3.00 DARYL 1 4 3123-000-000 07292016 0007187 21510 21508 STATE INSPECTION 0.00 26.78 26.78 1.00 GUS 1 4 10123-000-000 07212015 0006007 17300 17299 STATE INSPECTION 0.00 25.67 25.67 1.00 GUS 1 4 1123-000-000 03182015 0005575 15580 15581 STATE INSPECTION 0.00 56.83 56.83 2.50 Dan 1 4 10123-000-000 02072014 0004065 7960 7962 STATE INSPECTION 0.00 99.92 99.92 4.00 TOMK 1 4 10123-000-000 02202013 0003153 2970 2970 STATE INSPECTION 0.00 72.39 72.39 3.00 GUS 1 6 16123-000-000 02202013 0003148 2950 2950 STATE INSPECTION 0.00 72.39 72.39 3.00 GUS 1 5 6123-000-000 09062012 0002908 340 342 STATE INSPECTION 0.00 24.13 24.13 1.00 TED 1 11 16123 TOTAL > STATE INSPECTION 0.00 553.54 553.54

131 TITLE > CUTTING EDGE131-000-000 01212020 0010818 37950 37950 CUTTING EDGE 132.16 174.00 306.16 1.16 GROUP 1 4 3131-001-000 02262015 0005491 14310 14310 PLOW 296.10 120.00 416.10 1.00 GROUP 1 4 4131-004-000 01052018 0008718 29460 29457 FLIP EDGE 25.00 0.00 25.00 0.00 GROUP 1 4 4131 TOTAL > CUTTING EDGE 453.26 294.00 747.26

139 TITLE > SPINNER PARTS139-000-000 02202014 0004065 7960 7962 SPINNER PARTS 4.83 67.74 72.57 3.00 RALPH 1 4 3139 TOTAL > SPINNER PARTS 4.83 67.74 72.57

142 TITLE > BELTS142-001-000 04012016 0006778 19930 19933 TENSIONER 110.81 80.34 191.15 3.00 TOMK 1 4 3142 TOTAL > BELTS 110.81 80.34 191.15

Page 18: DECEMBER 16, 2020 7:00 PM To Join Zoom Meeting: https

DPW FLEET MAINTENANCE CITY OF NASHUA, NH 1-32/RRV PAGE: 6

DATE: 09/10/2020 10:06 a.m.VEHICLE REPAIR HISTORY REPORT

FACILITY: 00002

STARTING VMRS CODE: 000-000-000 DATE: FIRST VEHICLE:: 12-017ENDING VMRS CODE: 999-999-999 DATE: LAST VEHICLE: 12-017

METER: STANDARD SUBTOTALS OF VMRS CODES FOR DIVISION > AL PERIOD: CURRENTTOT COST

VMRS CODEVMRS CODE QUANTITY LABOR HRS LABOR COST PARTS COST TOTAL COST PERCENT /METER002 CAB/SHEET METALS 12 14.70 387.51 932.91 1320.42 4.14% 0.03582005 AIR BAG 1 2.00 53.82 34.23 88.05 0.28% 0.00239013 BRAKES 4 26.90 721.17 1157.70 1878.87 5.90% 0.05097015 STEERING 6 23.00 617.44 1045.27 1662.71 5.22% 0.04511016 SUSPENSION 1 2.00 53.56 12.84 66.40 0.21% 0.00180017 TIRES 5 11.50 276.76 2020.16 2296.92 7.21% 0.06232027 AUTOMATIC TRANSMISSI 2 6.00 162.48 494.20 656.68 2.06% 0.01782032 CRANKING SYSTEM 2 3.00 80.60 177.71 258.31 0.81% 0.00701033 IGNITION SYSTEM 1 8.00 214.24 142.83 357.07 1.12% 0.00969034 LIGHTING SYSTEM 15 30.00 787.14 744.67 1531.81 4.81% 0.04156041 AIR INTAKE SYSTEM 1 3.45 92.84 127.12 219.96 0.69% 0.00597043 EXHAUST SYSTEM 4 39.00 1050.65 2482.18 3532.83 11.09% 0.09585045 POWER PLANT 1 0.00 0.00 9984.00 9984.00 31.34% 0.27087047 CNG 2 0.00 0.00 1335.75 1335.75 4.19% 0.03624049 ELECTROINIC ENGINE CON 1 4.00 107.64 115.63 223.27 0.70% 0.00606054 HORN AND MOUNTING 1 1.00 26.91 73.20 100.11 0.31% 0.00272065 HYDRAULIC 5 9.50 245.09 47.81 292.90 0.92% 0.00795066 PREVENTIVE MAINT. 14 33.46 826.57 394.96 1221.53 3.83% 0.03314073 DUMP BODY 1 8.00 213.84 0.00 213.84 0.67% 0.00580074 TRAILER PLUG ADAPTER 1 2.00 54.42 4.48 58.90 0.18% 0.00160104 WING PLOW 1 1.00 120.00 54.60 174.60 0.55% 0.00474110 PLOW PARTS 3 12.50 323.95 516.88 840.83 2.64% 0.02281112 V-BOX PARTS 3 30.00 781.58 968.02 1749.60 5.49% 0.04747113 TOWING JOB 1 0.00 0.00 229.00 229.00 0.72% 0.00621123 STATE INSPECTION 10 22.00 553.54 0.00 553.54 1.74% 0.01502131 CUTTING EDGE 3 2.16 294.00 453.26 747.26 2.35% 0.02027139 SPINNER PARTS 1 3.00 67.74 4.83 72.57 0.23% 0.00197142 BELTS 1 3.00 80.34 110.81 191.15 0.60% 0.00519

TOTALS: 103 301.17 8193.83 23665.05 TOT: 31858.88 100.00% 0.86434

Page 19: DECEMBER 16, 2020 7:00 PM To Join Zoom Meeting: https

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

December 10, 2020

Memo #21-064

TO: Mayor Donchess

Finance Committee

SUBJECT: Turbine Removal at Jackson Falls Dam in the amount of $2,664,500 funded from account

R-19-142 Bond

Please see attached communications from Sarah Marchant, Director of Community Development, dated

December 4, 2020 for project specific details related to this purchase. Below please find a summary of

the purchase approval request:

Item: Turbine, Generator & Controls Removal, Site Preparation & New Equipment

Installation

Value: $2,664,500

Vendor: Bancroft Contracting Corporation

Department: 181 Community Development

Source Fund: Bond authorized by R-19-142

Ordinance: Pursuant to § 5-84 Special purchase procedures. A/ (4) Sole-source

procurements, where the proposed purchase is manufactured by only one

company

The Community Development Division, and the Purchasing Department respectfully request your

approval of this contract.

Regards,

Kelly Parkinson Purchasing Manager

Cc: S Marchant

J Graziano

Administrative Services Purchasing Department

Page 20: DECEMBER 16, 2020 7:00 PM To Join Zoom Meeting: https

Jim Donchess

Mayor ● City of Nashua

229 Main Street • PO Box 2019 • Nashua, New Hampshire 03061-2019

603.589.3260 • fax 603.594.3450 • [email protected]

www.NashuaNH.gov

To: Board of Aldermen

From: Mayor Jim Donchess

Date: December 9, 2020

Re: Contract in Excess of $1M Award – Turbine Removal at Jackson Falls Dam

Pursuant to NRO : § 5-74/B: E. Approval by the Finance Committee of a contract award in excess of

$1,000,000 shall be submitted to the full Board of Aldermen at its next regularly scheduled meeting

for final approval prior to award of the contract.

The Finance Committee has approved and placed on file the notification of the award of the

referenced contract at the December 16, 2020 meeting and as such I am requesting the full Board of

Alderman approve the following contract:

Item: Turbine, Generator & Controls Removal, Site Preparation & New

Equipment Installation

Value: $2,664,500

Vendor: Bancroft Contracting Corporation

Purchasing Memo#: 21-064 dated December 9, 2020

Contract Term: n/a

Thank you.

Page 21: DECEMBER 16, 2020 7:00 PM To Join Zoom Meeting: https

City of Nashua Community Development Division

City Hall, 229 Main Street, PO Box 2019

Nashua, New Hampshire 03061-2019

Community Development 589-3095 Planning and Zoning 589-3090 Building Safety 589-3080 Code Enforcement 589-3100 Urban Programs 589-3085 Transportation Department 880-0100 Waterways 589-3092 FAX 589-3119 www.nashuanh.gov

Date: December 4, 2020

To: John Griffin, CFO; Kelly Parkinson, Purchasing Manager

From: Sarah Marchant, Community Development Division Director

Re: Jackson Mills Turbine, Generator and Controls (TGC) Replacement

Background

The City of Nashua became the owner/operator of the Jackson Mills hydroelectric facility in

January of 2015, after the 30 year lease with the operator expired. This one megawatt facility

produces an average of 4,000,000 kwh of clean power per year which the City net meters to

maximize revenue. This facility was originally built in 1984 and as such is in need of

replacement of the turbine, generator and major controls. The project has been repaired twice

since 2015 in an attempt to keep it going until we can get started on a replacement.

The City has hired The HL Turner Group as the project engineer and has contracted with Mavel

Americas to fabricate the new turbine. The remaining requirement for the project is to hire the

General Contractor that will be responsible for removal of existing turbine, generator, and

controls; preparation of the site and Powerhouse for new equipment; and installation, startup and

testing of new equipment.

Bond Authorization

In preparation for the replacement the Mayor and Board of Aldermen passed R-19-142

authorizing the issuance of bond for improvements to both Mine Falls and Jackson Mills hydro

projects. The issuance of the bond specifically included a new turbine, generator and

replacement controls (TGC) at Jackson Mills.

General Contractor

Bancroft was part of the original installation team in the 1980’s and they are the only general

contracting firm in this region with expertise in hydro facilities. In addition, they have recently

completed work for Pennichuck who recommended Bancroft to the City. In accordance with

NRO 5-84 Special Purchase Procedures competitive bidding shall not be required for specialized

services when evaluated in the context of that NRO.

The City, in conversations with Essex Power Services and HL Turner, solicited Bancroft

Contracting as the general contractor for the project. In evaluating price, the City spoke with

Pennichuck who went out to bid for a major dam project. Bancroft was the lowest bidder on their

dam reconstruction project, which included similar highly specialized work to build coffer dams,

dewater and provide specialized construction services. Pennichuck reported that the project was

completed on time and budget. In addition to Pennichuck’s positive experience with Bancroft,

the team of professionals at Bancroft includes a number of the same staff who originally built

Page 22: DECEMBER 16, 2020 7:00 PM To Join Zoom Meeting: https

2 | P a g e

Jackson Mills Dam in the 1980s. Bancroft has extensive experience at this unique dam and

competitive pricing.

Timeline

The timeline of this project is extremely sensitive to completing the work in low flow conditions,

generally late summer into early fall. As such, part of selecting a general contractor is their

ability to deliver the installation during the summer and fall of 2021.

Attached is a high level scope of work Bancroft will provide. After many months of analysis the

Community Development Division recommends awarding the contract for the General

Contractor for the Jackson Mills Hydroelectric Turbine, Generator and Controls replacement to

Bancroft Contracting Corporation of South Paris, ME, in the amount of $2,664,500.

Page 23: DECEMBER 16, 2020 7:00 PM To Join Zoom Meeting: https

AG - 1 of 7

STANDARD FORM OF AGREEMENT

BETWEEN OWNER AND CONTRACTOR

THIS AGREEMENT is dated as of the day of in the year 2020 by and between

the City of Nashua, New Hampshire (hereinafter called OWNER) and Bancroft Contracting Corporation

and its successors, transferees and assignees together (hereinafter called CONTRACTOR).

OWNER and CONTRACTOR, in consideration of the mutual covenants hereinafter set forth, agree as

follows:

ARTICLE 1 - WORK

1.01 CONTRACTOR shall complete all Work as specified or indicated in the Contract Documents.

ARTICLE 2 - THE PROJECT

2.01 The Project for which the Work under the Contract Documents may be the whole or only a part is

generally described as follows:

The work is located at the Jackson Mills Hydroelectric project. The work includes removal of

existing turbine, generator, and controls; preparation of the site and Powerhouse for new equipment;

and installation, startup and testing of new equipment.

ARTICLE 3 - ENGINEER

3.01 The Project has been designed by: The HL Turner Group

27 Locke Road

Concord, NH 03301

who is hereinafter called ENGINEER and who is to act as OWNER's representative, assume all duties and

responsibilities, and have the rights and authority assigned to ENGINEER in the Contract Documents in

connection with completion of the Work in accordance with the Contract Documents.

ARTICLE 4 - CONTRACT TIMES

4.01 Time of the Essence

A. All time limits for Milestones, if any, Substantial Completion, and completion and readiness

for final payment as stated in the Contract Documents are of the essence of the Contract.

4.02 Dates for Substantial Completion

A. The anticipated start date of the contract is on or about December 31, 2020. Project will

begin once a written “Notice to Proceed” is issued. Substantial Completion shall be by January 1, 2022.

Substantial Completion occurs when all work is complete except punch list items. Final completion shall be

by February 28, 2022. Final completion occurs when all work including the punch list items is completed

and ready for final payment.

Page 24: DECEMBER 16, 2020 7:00 PM To Join Zoom Meeting: https

AG - 2 of 7

Substantial completion is defined as that point in time at or after commissioning when the local

power utility, Eversource, accepts the facility as a “merchant power plant” satisfying the requirements of grid

interconnection to transport and receive compensation for the power/energy it delivers to Eversource.

Merchant power plants are a form of non-utility or independent power generation designed for

competitive wholesale power marketplaces. Unlike conventional independent power projects, merchant

plants do not have upfront, long-term power purchase agreements to cover their output. Merchant plants are

being built to sell to competitive, spot markets.

4.03 Liquidated Damages

A. CONTRACTOR and OWNER recognize that time is of the essence of this Agreement and

that OWNER will suffer financial loss if the Work is not completed within the times specified in paragraph

4.02 above, plus any extensions thereof allowed in accordance with Article 12 of the General Conditions.

The parties also recognize the delays, expense and difficulties involved in proving in a legal or arbitration

proceeding the actual loss suffered by OWNER if the Work is not completed on time. Accordingly, instead

of requiring any such proof, OWNER and CONTRACTOR agree that as liquidated damages for delay (but

not as a penalty) CONTRACTOR shall pay OWNER ONE HUNDRED dollars ($100) for each calendar

day that expires after the time specified in paragraph 4.02 for Substantial Completion until the Work is

substantially complete. After Substantial Completion, if CONTRACTOR shall neglect, refuse or fail to

complete the remaining Work within the time specified in paragraph 4.02 for completion and readiness for

final payment or any proper extension thereof granted by OWNER, CONTRACTOR shall pay OWNER

TWO HUNDRED dollars ($200) for each calendar day that expires after the time specified in paragraph

4.02 for completion and readiness for final payment until the Work is completed and ready for final payment.

B. In the event that the CONTRACTOR fails to pay OWNER the specified liquidated damages amount

within thirty (30) days of CONTRACTOR being notified of said damages, OWNER may deduct the

amount of the assessed liquidated damages from the final payment or retention withheld pursuant to Article

14 of the General Conditions.

ARTICLE 5 - CONTRACT PRICE

5.01 Subject to additions and deductions by Change Order, the OWNER shall pay CONTRACTOR, in

accordance with the Contract Documents, the Contract Sum of:

TWO MILLION, SIX HUNDRED SIXTY-FOUR THOUSAND, FIVE HUNDRED DOLLARS ($2,664,500)

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

the Work determined below:

A. for all Unit Price Work, an amount equal to the sum of the established Unit Price for each

separately identified item of Unit Price Work times the estimated quantity of that item, as indicated in the

attached Bid Schedule;

B. as provided in paragraph 11.03 of the General Conditions estimated quantities are not

guaranteed, and determinations of actual quantities and classification are to be made by ENGINEER as

provided in paragraph 9.08 of the General Conditions. Unit prices have been computed as provided in

paragraph 11.03 of the General Conditions.

Page 25: DECEMBER 16, 2020 7:00 PM To Join Zoom Meeting: https

AG - 3 of 7

C. Clarifications as set forth CONTRACTOR’S Bid Proposal, as incorporated herein and

attached hereto as Exhibit A.

ARTICLE 6 - PAYMENT PROCEDURES

6.01 Submittal and Processing of Payments

A. CONTRACTOR shall submit Applications for Payment in accordance with Article 14 of the

General Conditions. Applications for Payment will be processed by ENGINEER as provided in the General

Conditions.

B. Applications for Payment under this agreement shall be submitted electronically via email to

[email protected]

and

Deb Chisholm: [email protected]

In addition, and to facilitate the proper and timely payment of applications, the OWNER requires that

all submitted invoices contain a valid PURCHASE ORDER NUMBER

6.02 Progress Payments; Retainage

A. Progress Payments. The OWNER will once each month make a progress payment to the

CONTRACTOR on the basis of an estimate of the total amount of work done to the time of the estimate and

its value as prepared by the CONTRACTOR and approved by the ENGINEER. All such payments will be

measured by the schedule of values established in paragraph 2.07.A of the General Conditions (and in the

case of Unit Price Work based on the number of units completed) or, in the event there is no schedule of

values, as provided in the General Requirements.

B. Retainage. The OWNER will retain a portion of the progress payment, each month, in

accordance with the following procedures:

1. The OWNER will establish an escrow account in the bank of the OWNER’s choosing. The account will be established such that interest on the principal will be paid to the CONTRACTOR. The principal will be the accumulated retainage paid into the account by the OWNER. The principal will be held by the bank, available only to the OWNER, until termination of the contract.

2. Until the work is 50% complete, as determined by the ENGINEER, retainage shall be 10%

of the monthly payments claimed. The computed amount of retainage will be deposited in the escrow account established above.

3. After the work is 50% complete, and provided the CONTRACTOR has satisfied the

ENGINEER in quality and timeliness of the work, and provided further that there is no specific cause for withholding additional retainage no further amount will be withheld. The escrow account will remain at the same balance throughout the remainder of the project.

6.03 Final Payment

Page 26: DECEMBER 16, 2020 7:00 PM To Join Zoom Meeting: https

AG - 4 of 7

A. Upon final completion and acceptance of the Work in accordance with paragraph 14.07 of the

General Conditions, OWNER shall hold 2% retainage of the escrow account balance during the 1 (one) year

warranty period and release it only after the project has been accepted.

ARTICLE 7 - CONTRACTOR'S REPRESENTATIONS

7.01 In order to induce OWNER to enter into this Agreement CONTRACTOR makes the following

representations:

A. CONTRACTOR has examined and carefully studied the Contract Documents and the other

related data identified in the Bidding Documents.

B. CONTRACTOR has visited the Site and become familiar with and is satisfied as to the

general, local, and Site conditions that may affect cost, progress, and performance of the Work.

C. CONTRACTOR is familiar with and is satisfied as to all federal, state, and local Laws and

Regulations that may affect cost, progress, and performance of the Work.

D. CONTRACTOR has carefully studied (if any): (1) reports of explorations and tests of subsurface

conditions at or contiguous to the Site and all drawings of physical conditions in or relating to existing

surface or subsurface structures at or contiguous to the Site (except Underground Facilities) which have been

provided by the ENGINEER including site survey, bathymetric survey as well as point cloud survey as provided

in paragraph 4.02 of the General Conditions and (2) reports and drawings of Hazardous Environmental

Condition, if any, at the Site which has been identified in the Supplementary Conditions as provided in

paragraph 4.06 of the General Conditions.

E. CONTRACTOR is entitled to rely upon the general accuracy of the “technical data” as

provided in paragraph 4.2 of the General Conditions. CONTRACTOR acknowledges that such reports and

drawings are not Contract Documents and may not be complete for CONTRACTOR's purposes.

CONTRACTOR acknowledges that OWNER and ENGINEER do not assume responsibility for the

accuracy or completeness of information and data shown or indicated in the Contract Documents with

respect to Underground Facilities at or contiguous to the site.

F. CONTRACTOR has obtained and carefully studied (or assumes responsibility for having

done so) all additional or supplementary examinations, investigations, explorations, tests, studies, and data

concerning conditions (surface, subsurface and Underground Facilities) at or contiguous to the Site which

may affect cost, progress, or performance of the Work or which relate to any aspect of the means, methods,

techniques, sequences and procedures of construction, if any, expressly required by the Contract Documents

to be employed by CONTRACTOR, and safety precautions and programs incident thereto.

G. CONTRACTOR does not consider that any further examinations, investigations,

explorations, tests, studies, or data are necessary for the performance of the Work at the Contract Price,

within the Contract Times, and in accordance with the other terms and conditions of the Contract

Documents.

H. CONTRACTOR is aware of the general nature of work to be performed by OWNER and

others at the Site that relates to the Work as indicated in the Contract Documents.

I. CONTRACTOR has correlated the information known to CONTRACTOR, information

and observations obtained from visits to the Site, reports and drawings identified in the Contract Documents

and all additional examinations, investigations, explorations, tests, studies, and data with the Contract

Documents.

Page 27: DECEMBER 16, 2020 7:00 PM To Join Zoom Meeting: https

AG - 5 of 7

J. CONTRACTOR has given ENGINEER written notice of all conflicts, errors, ambiguities or

discrepancies that CONTRACTOR has discovered in the Contract Documents, and the written resolution

thereof by ENGINEER is acceptable to CONTRACTOR.

K. The Contract Documents are generally sufficient to indicate and convey understanding of all

terms and conditions for performance and furnishing of the Work.

ARTICLE 8 - CONTRACT DOCUMENTS

8.01 Contents

A.

1. The Contract Documents are defined in Article 1 of the General Condition as amended

herein.

2. The following documents are incorporated by reference or otherwise indicated:

a. CONTRACTOR’S Bid Proposal attached hereto as Exhibit A;

b. Project Description - Jackson Mills Turbine Replacement Project - City of Nashua

attached hereto as Exhibit B;

c. CONTRACTOR’S Project Schedule attached hereto as Exhibit C;

d. CONTRACTOR’S labor rates provided pursuant to paragraph 11.01 of the General

Conditions and attached hereto as Exhibit D; and

e. CONTRACTOR’S equipment rates provided pursuant to paragraph 11.01 of the

General Conditions and attached hereto as Exhibit E.

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 shall control

over the terms of the proposal.

ARTICLE 9 - MISCELLANEOUS

9.01 Terms

A. Terms used in this will have the meanings indicated in the General Conditions.

9.02. Assignment of Contract

A. No assignment by a party hereto of any rights under or interests in the Contract will be

binding on another party hereto without the written consent of the party sought to be bound; and, specifically

but without limitation, moneys that may become due and moneys that are due may not be assigned without

such consent (except to the extent that the effect of this restriction may be limited by law), and unless

specifically stated to the contrary in any written consent to an assignment, no assignment will release or

discharge the assignor from any duty or responsibility under the Contract Documents.

9.03 Successors and Assigns

Page 28: DECEMBER 16, 2020 7:00 PM To Join Zoom Meeting: https

AG - 6 of 7

A. OWNER and CONTRACTOR each binds itself, its partners, successors, assigns, and legal

representatives to the other party hereto, its partners, successors, assigns, and legal representatives in respect

to all covenants, agreements, and obligations contained in the Contract Documents.

9.04 Severability

A. Any provision or part of the Contract Documents held to be void or unenforceable under any

Law or Regulation shall be deemed stricken, and all remaining provisions shall continue to be valid and

binding upon OWNER and CONTRACTOR, who agree that the Contract Documents shall be reformed to

replace such stricken provision or part thereof with a valid and enforceable provision that comes as close as

possible to expressing the intention of the stricken provision.

9.05 Choice of Law and Venue

A. This agreement shall be governed exclusively by the laws of the State of New Hampshire and

any claim or action brought relating to this contract, the work performed or contracted to be performed

thereunder, or referable in anyway thereto shall be brought in Hillsborough County (New Hampshire)

Superior Court Southern Judicial District or in the New Hampshire 9th Circuit Court—Nashua and not

elsewhere.

Address for giving notices to OWNER: Address for giving notices to CONTRACTOR:

Deb Chisholm, Waterways Manager Garrick Frost

City Hall Bancroft Contracting Corporation

229 Main Street 23 Phillips Road

Nashua, NH 03060-2019 South Paris, Maine 04281

With a copy to

Cellia K. Leonard, Deputy Corporation Counsel

229 Main Street, Nashua, NH 03060-2019

IN WITNESS WHEREOF, OWNER and CONTRACTOR have signed this Agreement in triplicate. One

counterpart each has been delivered to OWNER, CONTRACTOR and ENGINEER. All portions of the

Contract Documents have been signed, initialed or identified by OWNER and CONTRACTOR or

identified by ENGINEER on their behalf.

CITY OF NASHUA – OWNER

James Donchess, Mayor City of Nashua

Page 29: DECEMBER 16, 2020 7:00 PM To Join Zoom Meeting: https

AG - 7 of 7

Date:

CONTRACTOR:

By:

(Authorized Representative)

Print Name:

Date:

Page 30: DECEMBER 16, 2020 7:00 PM To Join Zoom Meeting: https

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

December 9, 2020

Memo #21-065

TO: Mayor Donchess

Finance Committee

SUBJECT: Cartegraph Software Expansion in the amount of $17,283.33 funded from account 71228

Computer Software

Please see attached communications from Bruce Codagnone, CIO/IT Director, dated October 21, 2020 for

project specific details related to this purchase. Below please find a summary of the purchase approval

request:

Item: 3-Year Amendment to expand use of Cartegraph Software to include DPW

implementation & training

Value: $17,283.33

Vendor: Cartegraph

Department: 160 Engineering, (20%) 168 Solid Waste (30%) & 169 Wastewater (50%)

Source Fund: 71228 Computer Software

Ordinance: Pursuant to NRO § 5-83 Professional Services (A) In the purchase of accounting,

architectural, auditing, engineering, legal, medical and ambulance services and

purchases of independent professional consultant services for personnel, data

processing, actuarial, planning, management and other comparable purchases

competitive bidding shall not be required.

The Information Technology Department, the Department of Public Works and the Purchasing

Department respectfully request your approval of this contract.

Regards,

Kelly Parkinson Purchasing Manager

Cc: J Graziano

B Codagnone

Administrative Services Purchasing Department

Page 31: DECEMBER 16, 2020 7:00 PM To Join Zoom Meeting: https

Jim Donchess

Mayor ● City of Nashua

229 Main Street • PO Box 2019 • Nashua, New Hampshire 03061-2019

603.589.3260 • fax 603.594.3450 • [email protected]

www.NashuaNH.gov

To: Board of Aldermen

From: Mayor Jim Donchess

Date: December 9, 2020

Re: Multi-Year Contract Award – Cartegraph Expansion for DPW Implementation

Pursuant to NRO : § 5-74/B: A contract that extends from the current fiscal year into succeeding

fiscal year(s) in which no funds have been appropriated nor otherwise designated for this purpose

shall be approved by the full Board of Aldermen before the contract shall become binding on the

City.

The Finance Committee has approved and placed on file the notification of the award of the

referenced contract at the December 16, 2020 meeting and as such I am requesting the full Board of

Alderman approve the following contract:

Item: 3-Year Amendment to expand use of Cartegraph Software to

include DPW implementation & training

Value: $17,283.33

Vendor: Cartegraph

Purchasing Memo#: 21-065 dated December 9, 2020

Contract Term: 3 Years

Thank you.

Page 32: DECEMBER 16, 2020 7:00 PM To Join Zoom Meeting: https

229 Main Street • Nashua, New Hampshire 03060 • Phone (603) 589-3300 • Fax (603) 594-3434

Memorandum

To: Mayor Donchess

Finance Committee

From: Bruce Codagnone, IT Division Director

Nick Miseirvitch, Deputy Director IT

Date: October 21, 2020

CC: Lisa M. Fauteux, Director of Public Works

RE: Amendment to Contract with Cartegraph adding Orange Advantage Extended Support

Since 2015, the City of Nashua uses a web-based application from Cartegraph for resident issue

tracking and asset management. The Division of Public Works is expanding its use of the

application and requires training and implementation support beyond what the standard

support contract and the City IT Department can provide.

The City support contract with Cartegraph was renewed in August 2020 for a three year period.

This Amendment to the current support contract will add the Orange Advantage package from

Cartegraph which provides 36 hours of customized assistance per year (first year prorated) for

use by the Division of Public Works (DPW) from an assigned team. These hours can be used for

training, system configuration, and project or implementation consulting.

The addition of this support will allow DPW to complete the integration of City infrastructure

assets into Cartegraph such as catch basins, manhole covers, sidewalk and paving information,

City parks and assets at the Wastewater Treatment Facility.

Funding for the Amendment will be through the Division of Public Works’ operating budgets

annually. Payment will be due in annual installments 15 days prior to the anniversary of the

initial term as follows:

1. $5,083.33 due upon execution of the Purchase Agreement.

2. $6,100.00 due 15 days prior to 1st year anniversary of term start date.

3. $6,100.00 due 15 days prior to 2nd year anniversary of term start date.

Administrative Services Division

Information Technology Department

Page 33: DECEMBER 16, 2020 7:00 PM To Join Zoom Meeting: https

City of Nashua

Cartegraph Softwareand Services Contract

PA#:PA-3570

Date:9/15/2020

Cartegraph Systems LLC3600 Digital DriveDubuque, IA 52003

cartegraph.com

800 688.2656563 556.8120Fax 563 556.8149

Page 34: DECEMBER 16, 2020 7:00 PM To Join Zoom Meeting: https

City of Nashua, NH  |  9/15/2020

Purchase AgreementCartegraph is pleased to present this Purchase Agreement for the implementation of world classtechnology solutions. This Purchase Agreement is made and entered into between City of Nashua(hereinafter referred to as Customer) and Cartegraph Systems LLC (hereinafter referred to asCartegraph). In the case that any terms or conditions provided in the Cartegraph Solutions Agreementdifferent from, are provided in more detail by, or are made irrelevant by the terms and conditionsprovided in this Purchase Agreement, the terms in this Purchase Agreement shall control. Forall terms and conditions not addressed by this Purchase Agreement, the Cartegraph SolutionsAgreement shall control.

LICENSEE ADDRESS:City of Nashua229 Main StreetP.O. Box 2019Nashua, NH03061-2019

CUSTOMER ADDRESS:City of Nashua229 Main StreetP.O. Box 2019Nashua, NH03061-2019

Investment SummaryThe addendums attached here to include:Addendum A - Support ServicesAddendum B - Field Services

Page 2 of 8

Page 35: DECEMBER 16, 2020 7:00 PM To Join Zoom Meeting: https

City of Nashua, NH  |  9/15/2020

Product Year 1 Year 2 Year 3

On-Premise Fee Quantity 1.00 1.00 1.00

Price USD 0.00 USD 0.00 USD 0.00

OMS Plus Quantity 1.00 1.00 1.00

Price USD 0.00 USD 0.00 USD 0.00

Facilities Quantity 1.00 1.00 1.00

Price USD 0.00 USD 0.00 USD 0.00

Parks &RecreationDomain

Quantity 1.00 1.00 1.00

Price USD 0.00 USD 0.00 USD 0.00

TransportationDomain

Quantity 1.00 1.00 1.00

Price USD 0.00 USD 0.00 USD 0.00

Sanitary SewerDomain

Quantity 1.00 1.00 1.00

Price USD 0.00 USD 0.00 USD 0.00

Signal Domain Quantity 1.00 1.00 1.00

Price USD 0.00 USD 0.00 USD 0.00

StormwaterDomain

Quantity 1.00 1.00 1.00

Price USD 0.00 USD 0.00 USD 0.00

WalkabilityDomain

Quantity 1.00 1.00 1.00

Price USD 0.00 USD 0.00 USD 0.00

Waste WaterTreatment PlantDomain

Quantity 1.00 1.00 1.00

Price USD 0.00 USD 0.00 USD 0.00

Page 3 of 8

Page 36: DECEMBER 16, 2020 7:00 PM To Join Zoom Meeting: https

City of Nashua, NH  |  9/15/2020

Product Year 1 Year 2 Year 3

Water DistributionDomain

Quantity 1.00 1.00 1.00

Price USD 0.00 USD 0.00 USD 0.00

Water TreatmentPlant Domain

Quantity 1.00 1.00 1.00

Price USD 0.00 USD 0.00 USD 0.00

Asset Builder Quantity 1.00 1.00 1.00

Price USD 0.00 USD 0.00 USD 0.00

Internal Requests Quantity 1.00 1.00 1.00

Price USD 0.00 USD 0.00 USD 0.00

OMS IntegrationToolkit

Quantity 1.00 1.00 1.00

Price USD 0.00 USD 0.00 USD 0.00

Scenario Builder Quantity 1.00 1.00 1.00

Price USD 0.00 USD 0.00 USD 0.00

OMS User Quantity 100.00 100.00 100.00

Price USD 0.00 USD 0.00 USD 0.00

Orange Advantage(36 Hours)

Quantity 1.00 1.00 1.00

Price USD 5,083.33 USD 6,100.00 USD 6,100.00

TOTAL: USD 5,083.33 USD 6,100.00 USD 6,100.00

NOTES:• The pricing listed above does not include applicable sales tax.• The Cartegraph OMS pricing listed above does not include Esri ArcGIS licenses.• Hosting includes 250GB of available file storage. If additional storage is required, the

Organization can purchase in 1TB increments.• This Purchase Agreement is an amendment add-on to Purchase Agreement 2904.• Contract term dates:

• 10/1/2020 - 7/28/2021• 7/29/2021 - 7/28/2022• 7/29/2022 - 7/28/2023

Page 4 of 8

Page 37: DECEMBER 16, 2020 7:00 PM To Join Zoom Meeting: https

City of Nashua, NH  |  9/15/2020

-

Payment Terms and ConditionsIn consideration for the Solutions and Services provided by Cartegraph to Customer, Customer agreesto pay Cartegraph the Fees in U.S. Dollars as described below:-I. DELIVERYCustomer shall be provided with the ability to access and use the Solutions upon execution of thisPurchase Agreement. If applicable, Services will be scheduled and delivered upon your acceptance ofthis Purchase Agreement, which will be considered as your notification to proceed.-II. SERVICES SCHEDULINGCustomer agrees to work with Cartegraph to schedule Services in a timely manner. All undeliveredServices shall expire 365 days from the signing of this Purchase Agreement.-III. SOLUTIONS INVOICINGThe fee for solutions will be due in annual installments 15 days prior to the anniversary of the initialterm as follows:

1. $5,083.33 due upon execution of the Purchase Agreement.2. $6,100.00 due 15 days prior to 1st year anniversary of term start date.3. $6,100.00 due 15 days prior to 2nd year anniversary of term start date.

-IV. PAYMENT TERMSAll payments are due Net 30 days from start date of invoice.

Page 5 of 8

Page 38: DECEMBER 16, 2020 7:00 PM To Join Zoom Meeting: https
Page 39: DECEMBER 16, 2020 7:00 PM To Join Zoom Meeting: https

City of Nashua, NH  |  9/15/2020

Cartegraph Systems LLCAddendum A - Support ServicesCartegraph Support and Training Services – Scope of WorkThe Support Services listed in the Investment Summary of the Purchase Agreement are specificCartegraph Services which will be delivered to the Customer based on the descriptions below and onthe terms and conditions and subject to the limitations set forth in this Addendum A, the applicablePurchase Agreement, and the Cartegraph Solutions Agreement. Cartegraph will coordinate with theCustomer on service delivery expectations and timeframes.As part of Customer’s subscription to access and use of the Cartegraph Solutions, Customer willreceive:1.    Support Servicesa. Campus – www.campus.cartegraph.comOur User Assistance area is a convenient and easily-shareable resource designed to help you and your co-workers better understand the functions and capabilities of your Cartegraph Solutions. Instantly access usertips, step-by-step instructions, videos, and more.b. Dedicated, Unlimited, Toll-free Phone Support - 877.647.3050 and Live ChatWhen questions need answers and difficulties arise, count on our industry-leading Support team to provide theguidance and assistance you need. Reach us as often as you need Monday-Friday, 7:00 am-7:00 pm CT. LiveChat is available within the product or through Campus.c. Support via Case Submittal or EmailIf a phone call or live chat is not your best option, you can always request support via our online case submittalform available in Campus or via email. Email support is available at [email protected]. Training & Education Servicesa.    Convenient Online Resources:All the information you need, one click away. Take advantage of online training opportunities, tutorial videos,upcoming event information, and more.b.   Customer Led User Groups: Meet and network with similar Cartegraph users in your region. Customer led User Groups allow you to find outwhat other organizations are doing to get more from their Cartegraph solutions and services.3. Releases & Upgradesa. New Releases:Cartegraph is continuously innovating and enhancing the Cartegraph OMS collection of products. As a customerwith an active subscription, you will receive each new release of the software.i. Cloud-hosted customers: Your cloud-hosted site will be upgraded by our Cartegraph System Consultants afterthe release is available.ii. On-premise customers: For your on-premises installation, our Technical Consultants will work with yourorganization’s IT staff to deliver the latest software release. Software will be made available after installation tothe Cartegraph cloud-hosted customers.b. Service Packs:A Service Pack consists of lower-severity bug fixes and/or small platform updates.i. If required, cloud-hosted sites will receive Service Packs as needed. These Service Packs are installed by theCartegraph System Consultants. 

Page 7 of 8

Page 40: DECEMBER 16, 2020 7:00 PM To Join Zoom Meeting: https

City of Nashua, NH  |  9/15/2020

ii. On-premises customers that contacted Cartegraph Technical Support about an issue that is resolved with theService Pack, will be provided the service pack for installation. These on-premises customers can then schedulea time to install the Service Pack with our Technical Support teamc. Hot Fixes:If an issue is determined to be a defect and falls outside the standard release cycle, Cartegraph will issue a hotfix and provide application specialists with detailed levels of product knowledge to work with you in achieving atimely and effective resolution Cartegraph will provide the Support Services only to Customer, provided that Cartegraph reserves the right tocontact any third party as necessary to facilitate the delivery of Support Services or other services relating tothe Solutions. Said support applies only to the most current version of the product and the previous version insuccession.All Support Services are dependent upon the use by Customer of the Solutions in accordance with Cartegraph’sdocumentation and specifications. Cartegraph is under no obligation to modify the Solutions so that themodified Solutions would depart from Cartegraph’s published documentation and specifications for suchSolutions.

Page 8 of 8

Page 41: DECEMBER 16, 2020 7:00 PM To Join Zoom Meeting: https

Addendum B

• Cartegraph Systems LLC Addendum B - Field Services (Fee for Service)

Cartegraph Field Services – Scope of Work

• The Field Services listed in the Investment Summary of the Purchase Agreement are specific Cartegraph

Services which will be delivered to the Customer based on the descriptions below and on the terms and

conditions and subject to the limitations set forth in this Addendum B, the applicable Purchase

Agreement, and the Cartegraph Solutions Agreement. Cartegraph will coordinate with the Customer on

service delivery expectations and timeframes.

Cartegraph – Scope of Work

The scope of work includes the following professional services:

Orange Advantage

• Cartegraph will provide the following services on an annual basis for the duration of the contract terms:

o Up to thirty-six (36) hours of remote services for post-production system development. The

deliverables will be defined, and agreed upon, by both your and Cartegraph’s project managers.

Topics may include any of the following:

▪ Project or implementation consulting

▪ System configuration for your current products

▪ Training

Cartegraph will provide all services remotely via audio, video, and web conferences unless otherwise noted.

Exclusions The following service items are not included in the scope of this project:

• Implementation of any custom modification or integration developed by Cartegraph, your internal staff, or any third-party is not included in the scope of this project unless specifically listed above.

• Data conversion services from other software system(s) or sources (including Cartegraph Navigator databases) are not included in the scope of this project unless specifically listed above.

• Any service items discussed during demonstrations, conference calls, or other events are not included in the scope of this project unless specifically listed above.

Page 42: DECEMBER 16, 2020 7:00 PM To Join Zoom Meeting: https

Addendum B

Customer/Cartegraph Responsibilities

Project representatives from Customer and Cartegraph accepts responsibility for all aspects of project planning,

management, and execution not specifically identified as the responsibility of Cartegraph in the Agreement or in

the Purchase Agreement. Ongoing management of the day-to-day allocation of Customer and Cartegraph

resources and management of project tasks is the responsibility of the Customer and Cartegraph project

representatives. Customer and Cartegraph project representatives will provide overall guidance and direction for

the project and will direct the project accordingly. Further, and with regard to the Cartegraph obligations listed in

this Purchase Agreement, Customer understands that it is vital to the success of the project that Customer

provides assistance in the following matters:

1. For those services listed under Field Services, Cartegraph personnel will conduct information gathering and evaluation sessions with various Customer Users and management. While Cartegraph respects the time and workload of Customer staff, dedicated time on the part of the appropriate Customer resources is necessary to complete these exercises.

2. The installation process requires the assistance of Customer personnel and suitable access to hardware and systems (e.g., security clearance). Customer is required to supervise the installation process while systems are accessible to Cartegraph. All hardware and software, for both personal computers and servers, is expected to be available, installed, and operating as specified in Cartegraph’s system requirements documentation such that delivery and execution of Cartegraph Field Services will not be impeded.

3. Customer and Cartegraph understand that the successful performance of Field Services depends upon Customer fulfilling its responsibilities. The Project assumes that Customer will provide all personnel required to achieve a successful implementation, including a dedicated project manager responsible for reviewing the implementation scope of work, ensuring all attended meetings are attended by invited staff, and providing leadership and insight on all relevant internal issues such as policy/procedure, organizational structure, project stakeholders, technical architecture, data, and current systems. Customer responsibility also includes internal documentation, internal change management, task completion, staff coordination and schedule commitment.

4. Customer will provide Internet access and IT staff support as required. For those services that are web-based, Cartegraph utilizes WebEx Meeting (or similar) technology.

5. Customer shall ensure that their workstation platform and database meet Cartegraph system requirements as specified in the Cartegraph System Requirements documentation. Solutions will be supported within new versions of these workstation platforms and databases within a reasonable period of time from their release from their manufacturer. Cartegraph will discontinue support of its Solutions within older versions of these workstation platforms and databases as their support is discontinued by their manufacturers.

6. Customer agrees to work with Cartegraph to schedule Field Services in a timely manner. All undelivered Field Services shall expire 365 days from the execution of this Purchase Agreement, unless noted differently in Services Scope listed above. Upon expiration of services, the project may be cancelled at Cartegraph’s discretion.

Not-to-Exceed Purchase Agreement

Cartegraph will not exceed the total included in this Purchase Agreement without written approval from

Customer. In the event it becomes apparent to Cartegraph that additional Service will be needed due to any

changes in the scope of this Purchase Agreement, Cartegraph will notify Customer prior to exceeding the

approved efforts and obtain written approval if additional Services are required.

Page 43: DECEMBER 16, 2020 7:00 PM To Join Zoom Meeting: https

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

December 9, 2020

Memo #21-066

TO: Mayor Donchess

Finance Committee

SUBJECT: Phone System Software Maintenance in the amount of $37,806.90 funded from account

54407 Software Maintenance

Please see attached communications from Bruce Codagnone, CIO/IT Director, dated December 7, 2020

for project specific details related to this purchase. Below please find a summary of the purchase

approval request:

Item: CCS Smartnet Cisco Phone System Software Maintenance

Value: $37,806.90

Vendor: Custom Computer Specialists

Department: 122 Information Technology

Source Fund: 54407 Software Maintenance

Ordinance: Pursuant to § 5-84 Special purchase procedures. A/ (5) Purchases from a sole

manufacturer, where it is determined to be more efficient and economical to

reduce costs of maintenance of additional repair parts, supplies or services.

The Information Technology Department, and the Purchasing Department respectfully request your

approval of this contract.

Regards,

Kelly Parkinson Purchasing Manager

Cc: J Graziano

B Codagnone

Administrative Services Purchasing Department

Page 44: DECEMBER 16, 2020 7:00 PM To Join Zoom Meeting: https

229 Main Street • Nashua, New Hampshire 03060 • Phone (603) 589-3300 • Fax (603) 594-3434

1

December 7, 2020

TO: MAYOR Donchess

FINANCE COMMITTEE

SUBJECT: Annual Software Maintenance

This request is for the annual software maintenance required for the continued operation of Cisco Smartnet core switches

and phone system

Bruce Codagnone

CIO / IT Director

Cc: K. Kleiner

D. Kooken

Information Technology

Page 45: DECEMBER 16, 2020 7:00 PM To Join Zoom Meeting: https

Custom Computer Specialists,Inc. 70 Suffolk Ct.Hauppauge, New York 11788United Stateshttp://www.customonline.com(P) 800-598-8989 (F) 631-543-2512

DateOct 07, 2020 09:02 AMEDT

ExpirationDate11/13/2020

Modified DateOct 07, 2020 09:25 AM EDT

Quotation (Open)

Doc #69564 - rev 1 of 1DescriptionSmartnet Renewal 1 YrSalesRepBurton, Catherine M. (P) 401-775-1247 Customer ContactMcMullen, Dan

Customer CITY OF NASHUA (C109835) McMullen, DanACCOUNTS PAYABLE DEPT229 MAIN ST PO BOX 2019NASHUA, NH 03061United States

Bill To CITY OF NASHUAACCOUNTS PAYABLE DEPT229 MAIN ST PO BOX 2019NASHUA, NH 03061United States(P) 6035893330 (F) 6035893209

Ship To CITY OF NASHUAACCOUNTS PAYABLE DEPT229 MAIN ST PO BOX 2019NASHUA, NH 03061United States(P) 6035893330 (F) 6035893209

Customer PO: Terms:Undefined

Ship Via:Drop Ground

Special Instructions: Carrier Account #:

# Description Part # Qty Unit Price Total

1 Cisco SMARTnet Software Support Service Technical support - for LIC-CUCM-12X-BAS, MIG-12X-ESSTOBAS, UPG-CUCM-BASIC, UPG-UCM1012-BAS, UPG-UCM1112-BAS, UPG-UCM9TO12-BAS - phone consulting - 1 year - 24x7

CON-ECMU-LICCXCMB

147 $20.25 $2,976.75

2 Cisco SMARTnet Extended service agreement - replacement - 8x5 - response time: NBD - for P/N: CP-8800-V-KEM=, CP-8800-V-KEM-RF

CON-SNT-CP88E0VK

3 $22.43 $67.29

3 Cisco SMARTnet Extended service agreement - replacement - 8x5 - response time: NBD - for P/N: CP-BEKEM, CP-BEKEM=, CP-BEKEM-RF, CP-BEKEM-WS

CON-SNT-CPBEKEM

4 $11.32 $45.28

4 Cisco SMARTnet Software Support Service Technical support - for Cisco Unity Connection Voice Messaging (v. 10.x) - 1 license - phoneconsulting - 1 year - 24x7

CON-ECMU-UNITCN0S

55 $13.20 $726.00

5 Cisco SMARTnet Extended service agreement - replacement - 8x5 - response time: NBD - for P/N: CP-8851-K9, CP-8851-K9++=, CP-8851-K9=, CP-8851-K9-RF, CP-8851-K9-WS, CP-8851-R-K9=

CON-SNT-CP8851K9

5 $17.61 $88.05

6 Cisco SMARTnet Software Support Service Technical support - for ER11-USR-1 - phone consulting - 1 year - 24x7

CON-ECMU-ER11USR1

65 $1.76 $114.40

7 Cisco SMARTnet Software Support Service Technical support - for LIC-CUCM-12X-ESS, UPG-CUCM-ESS-USR, UPG-UCM1012-ESS, UPG-UCM1112-ESS, UPG-UCM9TO12-ESS - phone consulting - 1 year - 24x7

CON-ECMU-LICC1CMS

53 $6.15 $325.95

8 Cisco SMARTnet Extended service agreement - replacement - 8x5 - response time: NBD - for P/N: CP-7841-K9++=,CP-7841-K9-RF, CP-7841-K9-WS

CON-SNT-CP7841K9

5 $8.80 $44.00

9 Cisco SMARTnet Extended service agreement - replacement - 8x5 - response time: NBD - for P/N: C6807-XL,C6807-XL=, C6807-XL-RF, C6807-XL-WS

CON-SNT-C6807XLC

2 $5,583.52 $11,167.04

10

Cisco Smart Net Total Care Software Support Service Technical support - for ER12-USR-1 - phone consulting - 1 year - 24x7

CON-ECMU-ER12USR1

234 $1.76 $411.84

Page 46: DECEMBER 16, 2020 7:00 PM To Join Zoom Meeting: https

11

Cisco SMARTnet Software Support Service Technical support - for LIC-CUCM-11X-ENH-A - phone consulting - 1 year - 24x7

CON-ECMU-LICXENHA

20 $32.57 $651.40

12

Cisco SMARTnet Software Support Service Technical support - for UNITYCN12-STD-USR - phone consulting - 1 year - 24x7

CON-ECMU-UNITYDNR

249 $13.20 $3,286.80

13

Cisco SMARTnet Software Support Service Technical support - for LIC-CUCM-12X-ENH, MIG-12X-BASTOENH, MIG-12X-ESSTOENH, UPG-CUCM-USR, UPG-UCM1012-ENH, UPG-UCM1112-ENH, UPG-UCM9TO12-ENH - phone consulting- 1 year - 24x7

CON-ECMU-LICCUCHM

72 $32.57 $2,345.04

14

Cisco SMARTnet Extended service agreement - replacement - 8x5 - response time: NBD - for P/N: CP-8861-K9, CP-8861-K9++=, CP-8861-K9=, CP-8861-K9-RF, CP-8861-K9-WS, CP-8861-NC-K9=

CON-SNT-CP8861K9

1 $21.13 $21.13

15

Cisco SMARTnet Extended service agreement - replacement - 8x5 - response time: NBD - for P/N: CP-3905, CP-3905=, CP-3905-RF, CP-3905-WS

CON-SNT-CP3905

7 $8.80 $61.60

16

Cisco SMARTnet Extended service agreement - replacement - 8x5 - response time: NBD - for P/N: WS-C2960X-48FPD-L, WS-C2960X-48FPDL++, WS-C2960X48FPDL-RF, WS-C2960X48FPDL-WS

CON-SNT-WSC296XL

6 $484.23 $2,905.38

17

Cisco SMARTnet Software Support Service Technical support - for LIC-CUCM-11X-ESS-A - phone consulting - 1 year - 24x7

CON-ECMU-LICMESSA

32 $6.15 $196.80

18

Cisco SMARTnet Software Support Service Technical support - for CCX-11-AQM-LIC - phone consulting - 1 year - 24x7

CON-ECMU-CCXAMQA1

10 $110.07 $1,100.70

19

Cisco SMARTnet Extended service agreement - replacement - 8x5 - response time: NBD - for P/N: ISR4351-V/K9

CON-SNT-ISR4351V

1 $1,305.97 $1,305.97

20

Cisco SMARTnet Extended service agreement - replacement - 8x5 - response time: NBD - for P/N: ISR4321R-V/K9,ISR4321-V/K9, ISR4321-V/K9-RF, ISR4321-V/K9-WS

CON-SNT-ISR4321V

4 $372.40 $1,489.60

21

Cisco SMARTnet Extended service agreement - replacement - 8x5 - response time: NBD - for P/N: ATA190, ATA190-RF, ATA190-WS

CON-SNT-ATA190

7 $25.88 $181.16

22

Cisco SMARTnet Software Support Service Technical support - for LIC-CUCM-11X-BAS-A - phone consulting - 1 year - 24x7

CON-ECMU-LICXBASA

40 $20.25 $810.00

23

Cisco SMARTnet Extended service agreement - replacement - 8x5 - response time: NBD - for P/N: CP-8865-K9, CP-8865-K9=, CP-8865-K9-RF, CP-8865-K9-WS, CP-8865-NC-K9=

CON-SNT-CP8865KP

2 $22.01 $44.02

24

Cisco SMARTnet Extended service agreement - replacement - 8x5 - response time: NBD - for P/N: WS-C2960X-24PD-L, WS-C2960X-24PD-L++, WS-C2960X-24PDL-RF, WS-C2960X-24PDL-WS

CON-SNT-WSC604DL

11 $280.25 $3,082.75

25

Cisco SMARTnet Software Support Service Technical support - for CCX-11-N-P-LIC - phone consulting - 1 year - 24x7

CON-ECMU-CCX11NLC

10 $316.15 $3,161.50

26

Cisco SMARTnet Software Support Service Technical support - for LIC-UCM-11X-ENHP-A - phone consulting - 1 year - 24x7

CON-ECMU-LICMXNPA

8 $46.67 $373.36

27

Cisco SMARTnet Extended service agreement - replacement - 8x5 - response time: NBD - for P/N: BE6M-M4-K9=,BE6M-M4-K9-RF, BE6M-M4-K9-WS

CON-SNT-BE6M4M4K

1 $277.40 $277.40

28

Cisco SMARTnet Extended service agreement - replacement - 8x5 - response time: NBD - for P/N: CP-7821-K9++=,CP-7821-K9-RF, CP-7821-K9-WS

CON-SNT-CP7821K9

6 $8.80 $52.80

29

Cisco SMARTnet Extended service agreement - replacement - 8x5 - response time: NBD - for P/N: ISR4331R-V/K9,ISR4331-V/K9, ISR4331-V/K9-RF, ISR4331-V/K9-WS

CON-SNT-ISR4331V

1 $492.89 $492.89

# Description Part # Qty Unit Price Total

You may submit your purchase by faxing a purchase order to 1-800-986-5518 or mailing it to:Custom Computer Specialists70 Suffolk Ct.Hauppauge, NY 11788

PLEASE INCLUDE YOUR QUOTE NUMBER OR A COPY OF YOURQUOTE TO FACILITATE ORDER PROCESSING.

IF YOUR ORGANIZATION DOES NOT ISSUE PURCHASE ORDERS,

Subtotal: $37,806.90Shipping: $0.00

Total: $37,806.90

Page 47: DECEMBER 16, 2020 7:00 PM To Join Zoom Meeting: https

PLEASE SIGN (INCLUDE YOUR TITLE), DATE AND RETURN A COPYOF THIS QUOTATION AS EVIDENCE OF ACCEPTANCE.

DID YOU KNOW WE CAN PROVIDE ASSET TRACKING, MONITORINGand REMOTE SUPPORT FOR ALL PRINTERS, PCs, SERVERS andNETWORK DEVICES.

CALL US AT 800-598-8989 for additional details.

Public sector customers can purchase our services under NY, RI andMA state Contracts. Please call for the applicable contract number.These prices do NOT include applicable taxes, insurance, shipping,delivery, setup fees, or any cables or cabling services or material unlessspecifically listed above. All prices are subject to change without notice.Supply subject to availability.