Skip to main content

Main navigation

  • Documents
  • Search

User account menu

  • Log in
Home
Nashua City Data

Breadcrumb

  1. Home
  2. Search

Search

Displaying 30521 - 30530 of 38765

Finance Committee - Agenda - 10/16/2019 - P14

By dnadmin on Mon, 11/07/2022 - 13:02
Document Date
Thu, 10/17/2019 - 09:42
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Wed, 10/16/2019 - 00:00
Page Number
14
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__101620…

General Terms and Conditions

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

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

{1} Withholding of income taxes by the City of Nashua:

(2) Industrial insurance coverage provided by the City of Nashua;

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

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

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

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

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

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

CITY OF NASHUA REPRESENTATIVE The City of Nashua may designate a City of Nashua
representative for this contract. If designated, all notices, project materials, requests by Service

GC 2 of 11

Page Image
Finance Committee - Agenda - 10/16/2019 - P14

Finance Committee - Agenda - 10/16/2019 - P15

By dnadmin on Mon, 11/07/2022 - 13:02
Document Date
Thu, 10/17/2019 - 09:42
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Wed, 10/16/2019 - 00:00
Page Number
15
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__101620…

Provider, and any other communication about the contract shall be addressed or be delivered to
the City of Nashua Representative.

CHANGES TO SCOPE OF WORK The City of Nashua may, at any time, by written order, make
changes to the general scope, character, or cost of this contract and in the services or work to be
performed, either increasing or decreasing the scope, character, or cost of Service Provider's
performance under the contract. Service Provider shall provide to the City of Nashua within 10
calendar days, a written proposal for accomplishing the change. The proposal for a change shall
provide enough detail, including personnel hours for each sub-task and cost breakdowns of tasks,
for the City of Nashua to be able to adequately analyze the proposal. The City of Nashua will
then determine in writing if Service Provider should proceed with any or all of the proposed
change. If the change causes an increase or a decrease in Service Provider's cost or time required
for performance of the contract as a whole, an equitable adjustment shall be made and the
contract accordingly modified in writing. Any claim of Service Provider for adjustment under
this clause shall be asserted in writing within 30 days of the date the City of Nashua notified
Service Provider of the change.

When Service Provider seeks changes, Service Provider shall, before any work commences,
estimate their effect on the cost of the contract and on its schedule and notify the City of Nashua
in writing of the estimate. The proposal for a change shail provide enough detail, including
personnel hours for each sub-task and cost breakdowns of tasks, for the City of Nashua to be able
to adequately analyze the proposal. The City of Nashua will then determine in writing if Service
Provider should proceed with any or all of the proposed change.

Except as provided in this paragraph, Service Provider shall implement no change unless the City
of Nashua in writing approves the change. Unless otherwise agreed to in writing, the provisions
of this contract shall apply to all changes. The City of Nashua may provide verbal approval of a
change when the City of Nashua, in its sole discretion, determines that time is critical or public
health and safety are of concern. Any verbal approval shall be confirmed in writing as soon as
practicable. Any change undertaken without prior City of Nashua approval shall not be
compensated and is, at the City of Nashua's election, sufficient reason for contract termination.

CITY OF NASHUA COOPERATION The City of Nashua agrees that its personnel will cooperate
with Service Provider in the performance of its work under this contract and that such personnel
will be available to Service Provider for consultation at reasonable times and after being given
sufficient advance notice that will prevent conflict with their other responsibilities. The City of
Nashua also agrees to provide Service Provider with access to City of Nashua records in a
reasonable time and manner and to schedule items that require action by the Board of Public
Works and Finance Committee in a timely manner. The City of Nashua and Service Provider
also agree to attend all meetings called by the City of Nashua or Service Provider to discuss the
work under the Contract, and that Service Provider may elect to conduct and record such
meetings and shall later distribute prepared minutes of the meeting to the City of Nashua.

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

GC 3 of 11

Page Image
Finance Committee - Agenda - 10/16/2019 - P15

Finance Committee - Agenda - 10/16/2019 - P16

By dnadmin on Mon, 11/07/2022 - 13:02
Document Date
Thu, 10/17/2019 - 09:42
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Wed, 10/16/2019 - 00:00
Page Number
16
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__101620…

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.

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.
Place no further orders or subcontracts 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.

3. Immediately make every reasonable effort to obtain cancellation upon terms
satisfactory to the City of Nashua of all orders or subcontracts 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 subcontracts specified in the notice, and
revoke agreements specified in the notice.

4. 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. Ne 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 or make sufficient progress on the 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 45 days after the date of approval by the City
of Nashua of any Application for Payment.

Upon receipt of notice of termination for cause, 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,

GC 4 of 11

Page Image
Finance Committee - Agenda - 10/16/2019 - P16

Finance Committee - Agenda - 10/16/2019 - P17

By dnadmin on Mon, 11/07/2022 - 13:02
Document Date
Thu, 10/17/2019 - 09:42
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Wed, 10/16/2019 - 00:00
Page Number
17
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__101620…

10.

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 termination unless and until
receipt of a written notice from the City of Nashua to resume performance.

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 or make sufficient progress on the 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, if necessary, make an adjustment in
the compensation paid to Service Provider such that Service Provider receives total compensation
in the same amount as it would have received in the event of a termination-ai-will.

C. GENERAL PROVISIONS FOR TERMINATION Upon termination of the contract, the City of
Nashua may take over the work and prosecute it to completion by agreement with another party
or otherwise. In the event 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
imactions of one or more of Service Provider's principals, officers, employees, agents,
subcontractors, consultants, vendors, or suppliers are expressly recognized to be within Service
Provider's control.

DISPUTE RESOLUTION — The parties shall attempt to resolve any dispute related to this contract
as follows. Either party shall provide to the other party, in writing and with full documentation to
verify and substantiate its decision, its stated position concerning the dispute. No dispute shall be
considered submitted and no dispute shall be valid under this provision unless and until the
submitting party has delivered the written statement of its position and full documentation to the
other party. The parties shall then attempt to resolve the dispute through good faith efforts and
negotiation between the City of Nashua Representative and a 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 within
30 days, the parties may request that the dispute be submitted to the Board of Public Works for
resolution. If the parties are dissatisfied with the decision of the Board of Public Works, the
parties’ reserve the right to pursue any available legal and/or equitable remedies for any breaches
of this contract except as that right may be limited by the terms of this contract.

NO DAMAGES FOR DELAY Apart from a written extension of time, no payment, compensation,

or adjustment of any kind shall be made to 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

GC 5 of 11

Page Image
Finance Committee - Agenda - 10/16/2019 - P17

Finance Committee - Agenda - 10/16/2019 - P18

By dnadmin on Mon, 11/07/2022 - 13:02
Document Date
Thu, 10/17/2019 - 09:42
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Wed, 10/16/2019 - 00:00
Page Number
18
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__101620…

il.

12,

satisfaction of such hindrances and delays any extension of time that the City of Nashua may
provide.

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;
> $1,000,000 Combined Single Limit Automobile Liability;
*Coverage must include ali owned, non-owned and hired vehicles.
> $1,000,000 Profession Liability;
> and Workers' Compensation Coverage in compliance with the State of New
Hampshire statutes, $100,000/$500,000/$100,000.

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 this contract. The City of Nashua
shall not maintain any insurance on behalf of Service Provider. Subcontractors are subject to the
same insurance requirements as 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 calendar
days after the City of Nashua issues the notice of award. The City of Nashua requires thirty days
written notice of cancellation or material change in coverage. The certificates and endorsements
for each insurance policy must be signed by a person authorized by the insurer and who is
licensed by the State of New Hampshire. General Liability and Auto Liability policies must
name the Citv_of Nashua as an additional insured and reflect on the certificate of
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.

> 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 onthe 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 Professional Engineer.

INDEMNIFICATION Regardless of any coverage provided by any insurance, Service Provider
agrees to indemnify 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, attorney’s fees, costs and expenses of any kind or nature in any manner caused,

GC 6 of 11

Page Image
Finance Committee - Agenda - 10/16/2019 - P18

Finance Committee - Agenda - 3/20/2019 - P123

By dnadmin on Mon, 11/07/2022 - 13:08
Document Date
Wed, 03/20/2019 - 00:00
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Wed, 03/20/2019 - 00:00
Page Number
123
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__032020…

27.

28.

29.

30.

31.

32.

discretion of the City of Nashua, these sanctions shall also be applicable to any such conviction
obtained after the expiration or completion of the contract.

Professional Engineer represents that no gratuities (including, but not limited to, entertainment or
gifts) were offered or given by Professional Engineer 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. If City of Nashua determines that such gratuities were or offered or given, it may
terminate the contract at will or for cause in accordance with paragraph 8.

The rights and remedies of this section shall in no way be considered for be construed as a waiver
of any other rights or remedies available to the City of Nashua under this contract or at law.

THIRD PARTY INTERESTS AND LIABILITIES The City of Nashua and Professional Engineer,
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 Professional Engineer.

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.

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.

MODIFICATION OF CONTRACT AND ENTIRE AGREEMENT This contract constitutes the entire
contract between the City of Nashua and Professional Engineer. 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.

CHOICE OF LAW AND VENUE This contract 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.

RELIANCE ON REPRESENTATIONS Professional Engineer acknowledges that the City of Nashua
will be relying, and shall be entitled to rely, on the representations, undertakings and
acknowledgments of Professional Engineer as set forth in this contract. Professional Engineer
agrees to notify the City of Nashua promptly if any of its representations, undertakings, or
acknowledgments set forth in this contract ceases to be true. Each of the parties represents to the
other party that it has full authority to enter into this contract upon the terms and conditions
hereof and that the individual executing this contract on its behalf has the requisite authority to
bind such party to this contract.

GC il of 11

Page Image
Finance Committee - Agenda - 3/20/2019 - P123

Finance Committee - Agenda - 3/20/2019 - P124

By dnadmin on Mon, 11/07/2022 - 13:08
Document Date
Wed, 03/20/2019 - 00:00
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Wed, 03/20/2019 - 00:00
Page Number
124
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__032020…

£

,
SANBORN |||| HEAD oie
' @ Foundry Street
i Building Trust. Rngineering Success, Concord, NH 03301
Mr. Kerry Converse February 18, 2019

Environmental Engineer

Nashua Division of Public Works, Solid Waste Department
840 West Hollis Street

Nashua, NH 03062

Re: — Proposal for Construction Quality Assurance Services
Phase IH Construction Project
Four Hills Landfill
Nashua, New Hampshire

Dear Kerry:

Sanborn, Head & Associates, Inc. (Sanborn Head) is pleased to provide the City of Nashua
(City) with this proposal to provide construction quality assurance (CQA) services associated
with the construction of Phase II] (Project) at the Four Hills Landfill in Nashua, New
Hampshire. We understand the Project involves: (i) modifying and improving site drainage
and stormwater treatment features; (ii) excavating on-site soils to create the proposed Phase
Ill base grades; (iii) placing and compacting soil fill to achieve the Phase III sideslope
subgrade; (iv) processing, placing, and compacting on-site low-permeable soil within the
Phase III area; (v) constructing the Phase III primary and secondary liner and leachate
collection systems; (vi) constructing the Phase III Sump Riser Building and leachate
conveyance piping; and (v) making associated connections to the Phase II leachate and liner
systems.

SCOPE OF SERVICES

Task 1 CQA Services

Sanborn Head will provide on-site CQA personnel consisting of a Site Manager and Monitors
to perform the specific monitoring and documentation services defined in the Project’s CQA
Plan. Sanborn Head’s CQA Managing Engineer, a Professional Engineer licensed in the State
of New Hampshire, will be responsible for the implementation of the CQA services and will
oversee the on-site CQA personnel. The CQA Team will monitor the contractor’s work for
conformance with the construction documents (e.g., drawings and specifications), track the
progress of the Project, and be available to address contractor questions during the Project.

The specific services to be performed by Sanborn Head’s CQA team includes: (i) reviewing
and commenting on contractor’s submittals; (ii) documenting materials quantities installed
or items constructed by the contractor; and (iii) reviewing and commenting on contractor’s
requisitions for payment prior to submittal to the City for final approval. Sanborn Head’s
CQA Managing Engineer will visit the site regularly (typically once per week) during
construction.

SANBORN, HEAD & ASSOCIATES, INC. wwwosanbornhead.com

Page Image
Finance Committee - Agenda - 3/20/2019 - P124

Finance Committee - Agenda - 3/20/2019 - P125

By dnadmin on Mon, 11/07/2022 - 13:08
Document Date
Wed, 03/20/2019 - 00:00
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Wed, 03/20/2019 - 00:00
Page Number
125
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__032020…

February 18, 2019 Page 2
20190218 Nashua Phase Ill CQA Proposal.docx

Sanborn Head’s CQA Team also will monitor the following construction activities:
= Excavation of Phase III (on a limited basis only);
= Placement and compaction of soil fill in the Phase III area;

=" Modification of existing Detention Pond #6 and the associated site drainage
improvements;

2 Decommissioning of piezometers, monitoring wells, stormwater pipes, and leachate
collection pipes;

= Installation of leachate collection and forcemain/gravity main piping outside the limit of
waste;

= Installation of the Phase IJ] liner and leachate collection systems;

= Construction of the Sump Riser Building and associated components; and

= Installation of the perimeter road and supporting infrastructure.

The CQA Team will monitor the installation of the various components of the Phase III liner

and leachate collection systems. The components of the liner and leachate collection systems
include, listed from top to bottom:

a An 18-inch thick layer of drainage sand;

= A multi-linear drainage geocomposite or a geonet drainage geocomposite;
a A 60-mil thick textured high-density polyethylene (HDPE) geomembrane;
a A geosynthetic clay liner (GCL) (sump area);

a A 12-inch thick layer of drainage sand (base area only);

a A multi-linear drainage geocomposite or a geonet drainage geocomposite (the type of
geocomposite will be dependent on contractor pricing);

a A 60-mil thick textured HDPE geomembrane; and

a A 6-inch thick layer of Screened Till.

During earthwork construction, the CQA Team will: (i) monitor excavation activities and
review survey data documenting that the subgrade elevations are achieved; (ii) monitor the
placement of earth materials; and (iii) test the in-place moisture content and density of
compacted materials. Field moisture/density testing, as required, will be performed using a
nuclear density gauge in accordance with current ASTM standards.

The CQA Team will observe and document the construction of the new site drainage
components, the leachate management system modifications, and the Sump Riser Building.
Allowed variances from the construction documents will be noted and photographed.

Sanborn Head will review manufacturers’ data regarding the quality of resins used in the
production of the geomembranes and manufacturers’ certifications for the geosynthetic
components of the liner system against the Project specifications. Only geosynthetic

SANBORN i HEAD

Page Image
Finance Committee - Agenda - 3/20/2019 - P125

Finance Committee - Agenda - 3/20/2019 - P126

By dnadmin on Mon, 11/07/2022 - 13:08
Document Date
Wed, 03/20/2019 - 00:00
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Wed, 03/20/2019 - 00:00
Page Number
126
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__032020…

February 18, 2019 Page 3
20190218 Nashua Phase Il] CQA Proposal.docx

materials that have the proper manufacturer documentation will be accepted for use in
construction. Conformance samples of the accepted geosynthetics will be obtained either at
the manufacturer’s facility or from material delivered to the Project site. Sanborn Head will
select the rolls to be sampled for testing at a laboratory experienced in geosynthetic testing.
Conformance test results will be reviewed before approval is given for deployment of the
geomembrane and/or geocomposite.

During construction, Sanborn Head will:

= Provide up to two Monitors to document activities. For budgeting purposes, we assume
that one Monitor will be needed throughout construction and one additional Monitor will
be needed for 4 weeks during the liner system installation;

= Collect samples for conformance testing from the geomembrane and geocomposite;

® Observe and document the geosynthetic installation contractor's work and quality
control procedures;

=" Obtain samples of earth materials including Structural Fill, Drainage Sand, Screened Till,
and roadway soils for testing at a subcontracted geotechnical laboratory;

=" Perform field moisture/density tests on compacted Structural Fill, Screened Till, and
roadway materials;

= Collect samples of welded geomembrane seams and forward them to a subcontracted
geosynthetics laboratory for destructive testing; and

a Prepare Daily Field Reports to document the day-to-day construction activities.

Task 2 Construction Meetings/Documentation

Sanborn Head’s CQA Managing Engineer and/or Site Manager will attend weekly
construction progress meetings with the contractor and the City. Construction progress
meetings are anticipated to be held weekly at the site and will include discussions about the
current work progress, planned activities for the upcoming week, and new business or
revisions to the Project. Sanborn Head will take minutes of the meetings, which will be
issued to the City, the contractor, and the NHDES. Sanborn Head will also prepare bi-weekly
summaries of the construction progress for the City's use in submitting bi-weekly progress
updates to the NHDES Solid Waste Bureau as required by the Solid Waste Rules.

Task 3 CQA Report

Sanborn Head will prepare a CQA Report that documents the observations made during
construction and includes copies of submittal review forms, geotechnical and geosynthetic
laboratory test results, pipe pressure test results, geosynthetic installation documentation
and Record Drawings. The Record Drawings will be based on the Construction Drawings
and will show the surveyed as-built locations and elevations of the Project components as
provided by the contractor. As appropriate, design details will be modified to depict the
actual installations. The CQA Report will be prepared under the direction of a Professional
Engineer licensed in the State of New Hampshire and submitted to the NHDES following
review by the City.

2

SANBORN | HEAD

Page Image
Finance Committee - Agenda - 3/20/2019 - P126

Finance Committee - Agenda - 3/20/2019 - P127

By dnadmin on Mon, 11/07/2022 - 13:08
Document Date
Wed, 03/20/2019 - 00:00
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Wed, 03/20/2019 - 00:00
Page Number
127
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__032020…

February 18, 2019 Page 4
20190218 Nashua Phase {lI CQA Proposal.docx

ASSUMPTIONS

Based on our experience and our understanding of the Project components, we assume the
following:

« Construction will take approximately 16 weeks, including about 4 weeks for geosynthetic
installation. We expect that each week will consist of approximately 5 work days that are
10 hours in duration (7 am to 5 pm Monday thru Friday) and one work day that is
approximately 5 hours in duration (8 am to 1 pm Saturday).

a Construction meetings will occur weekly during construction and will be no longer than
one hour in length.

a There will be one material source for each type of earthwork material.

ua The contractor will be responsible for surveying geosynthetics and will provide the data
to Sanborn Head personnel for use in Record Drawings.

» We anticipate providing the City with a draft of the CQA Report for review about four
weeks after the Project is substantially complete. The final report will be completed and
submitted to the NHDES about two weeks following receipt of the City’s comments to the
draft report.

BUDGET ESTIMATE AND BASIS OF BILLINGS

The estimated budget costs for Sanborn Head to complete the scope of services described
above is $255,000. A breakdown of cost is presented below. Billings for our services will
be based on actual accrued labor and expenses in accordance with the enclosed fee schedule.
We will not invoice in excess of the budgeted amount without your approval.

Task Description Estimated Cost
1 CQA Services $217,500
2 Construction Meetings/Documentation $17,500
3 CQA Report $20,000
Total Estimated Cost $255,000
SCHEDULE

Sanborn Head is available to begin working on this Project following written authorization
to proceed from the City. We expect that services under this scope of work will commence
in May 2019.

ACCEPTANCE AND TERMS OF ENGAGEMENT

We understand that the City will issue a new Contract for Professional Services and a
Purchase Order to Sanborn Head for the scope of services and budget estimate described
herein.

SANBORN il HEAD

Page Image
Finance Committee - Agenda - 3/20/2019 - P127

Pagination

  • First page « First
  • Previous page ‹‹
  • …
  • Page 3049
  • Page 3050
  • Page 3051
  • Page 3052
  • Current page 3053
  • Page 3054
  • Page 3055
  • Page 3056
  • Page 3057
  • …
  • Next page ››
  • Last page Last »

Search

Meeting Date
Document Date

Footer menu

  • Contact