Skip to main content

Main navigation

  • Documents
  • Search

User account menu

  • Log in
Home
Nashua City Data

Breadcrumb

  1. Home
  2. Search

Search

Displaying 22631 - 22640 of 38765

Finance Committee - Agenda - 7/20/2022 - P103

By dnadmin on Sun, 11/06/2022 - 21:47
Document Date
Fri, 07/15/2022 - 12:19
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Wed, 07/20/2022 - 00:00
Page Number
103
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__072020…

In the event of a termination, abandonment, or suspension at will, Professional Engineer
shall receive all amounts due and not previously paid to Professional Engineer for work
satisfactorily completed in accordance with the contract prior to the date of the notice and
compensation for work thereafter completed as specified in the notice. No amount shall be
allowed or paid for anticipated profit on unperformed services or other unperformed work.

B. TERMINATION FOR CAUSE This agreement may be terminated by the City of Nashua on
10 calendar day’s written notice to Professional Engineer in the event of a failure by
Professional Engineer 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. Professional Engineer
shall be given an opportunity for consultation with the City of Nashua prior to the effective
date of the termination. Professional Engineer may terminate the contract on 10 calendar
days written notice if, through no fault of Professional Engineer, the City of Nashua fails
to pay Professional Engineer 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, Professional Engineer shall:

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

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

Place no further orders or sub-contracts for materials, services, or facilities, other

than as may be necessary or required for completion of such portion of work

under the contract that is not terminated.

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

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

wd

In the event of a termination for cause, Professional Engineer shall receive all amounts due
and not previously paid to Professional Engineer 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 Professional Engineer's failure.
Professional Engineer 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
Professional Engineer until such time as the exact amount of damages due to the City of
Nashua is determined. All claims for payment by the Professional Engineer 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 Professional Engineer 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 Professional Engineer 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

GC 5 of 13

Page Image
Finance Committee - Agenda - 7/20/2022 - P103

Finance Committee - Agenda - 3/6/2019 - P347

By dnadmin on Mon, 11/07/2022 - 13:11
Document Date
Fri, 03/01/2019 - 12:37
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Wed, 03/06/2019 - 00:00
Page Number
347
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__030620…

Technical Specitications P¥2019 Paving Program

ITEM 306.110 - RECLAIMED STABILIZED BASE PROCESSED IN
PLACE, 10” DEEP

A. SCOPE

This work shall consist of pulverizing the existing pavement together with subbase material to a
depth of 10 inches, removal and disposal of excess reclaim material, fine grading to assure that
finished surface matches existing gutter or as directed by the Engineer, and compaction of
materials to required densities. The surplus material removed from this operation shall remain
the property of the City of Nashua and shall be transported and stock piled by the contractor at
the Four Hills Landfill at 830 West Hollis St in Nashua.

B. MATERIALS AND CONSTRUCTION

The Contractor shall furnish all materials, labor and equipment necessary for reclaimed
stabilized base, processed in place, in accordance with relevant provisions of section 306 of the
NHDOT Standard Specifications for Road and Bridge Construction, latest edition.

Surface preparation shall be subsidiary and shall include (but is not limited to) weed removal,
occasional pruning of trees, and removal of any vegetation impeding the work.

Compaction shall be accomplished using a vibratory sheep’s foot roller or pad foot roller with at
least 50,000 Ibs. of dynamic force. Final rolling shall be accomplished by a smooth steel wheel
vibratory roller with at least 27,000 lbs. of dynamic force. Contractor shall also provide
compaction equipment sufficient to achieve required densities in areas not accessible by larger
equipment.

Fine grading to proposed grades shall be subsidiary. Removal, transportation, and disposal of
surplus material are subsidiary.

After site has been fine graded and compacted, the Contractor will allow a minimum of 1
working day for the city to review compacted base. In no case shall paving be scheduled prior to
acceptance of base proposed grades. Acceptance of the compacted base shall not change the
Contractor’s sole responsibility to assure the finished pavement has no puddles.

All catch basins must be protected from reclaimed materials by use of silt sacks. All materials,
labor, equipment, and transportation necessary to install, maintain, and remove the silt sacks
shall be subsidiary, including disposal of material.

C. MEASUREMENT AND PAYMENT

Reclaimed stabilized base in place, 10 inch deep will not be measured but shall be the square
yard payment quantity for reclamation within the limits shown on the plans. Reclaimed
stabilized base processed in place, 10 inch deep, will be paid for at the contract unit price per
square yard and shall include full compensation for material, equipment, labor, transportation,
and all else required to complete this portion of the Bid Schedule.

Page Image
Finance Committee - Agenda - 3/6/2019 - P347

Finance Committee - Agenda - 3/6/2019 - P348

By dnadmin on Mon, 11/07/2022 - 13:11
Document Date
Fri, 03/01/2019 - 12:37
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Wed, 03/06/2019 - 00:00
Page Number
348
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__030620…

Technical Specifications FY2019 Paving Prograrit

ITEM 403.6 -PAVEMENT JOINT ADHESIVE
A. SCOPE

This work includes the installation of pavement joint adhesive in locations shown on the plans or
ordered by the Engineer.

B. MATERIALS AND CONSTRUCTION

The Contractor shall furnish all materials, labor, equipment, and transportation necessary for
work in accordance with the latest approved NHDOT Standard Specifications for Road and
Bridge Construction, Section 401.2.12. Joint adhesive will be required on all longitudinal cold
joints, or where ordered by the Engineer. Joint adhesive must be on the NHDOT Qualified
Products List.

OF MEASUREMENT AND PAYMENT

This item will be measured per Linear Foot completed in place and as ordered by the Engineer in
the field. Payment for this item shall be at the contract unit price per Linear Foot. This payment
shall include all materials, labor, equipment, and all else needed to complete the work under this
item.

Contractor shall record the linear feet of material placed for each street. Payment is contingent
upon submittal of quantities in a per street format.

Page Image
Finance Committee - Agenda - 3/6/2019 - P348

Finance Committee - Agenda - 3/6/2019 - P349

By dnadmin on Mon, 11/07/2022 - 13:11
Document Date
Fri, 03/01/2019 - 12:37
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Wed, 03/06/2019 - 00:00
Page Number
349
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__030620…

Technical Speciticatione FY2019 Paving Program

ITEM 403.11 - HOT BITUMINOUS PAVEMENT (METHOD
SPECIFICATION), MACHINE METHOD

A. SCOPE

This work shall consist of furnishing and placing bituminous pavement including shim pavement
to the depth shown on the plans or ordered by the Engineer. Work shall also include obtaining
asphalt samples on behalf of the City for quality control testing.

B. MATERIALS AND CONSTRUCTION

The Contractor shall furnish all materials, labor, equipment, and transportation necessary for
work in accordance with the latest approved NHDOT Sections 401, 403, and 411 as amended
herein.

Surface preparation shall be subsidiary and shall include (but is not limited to) weed removal,
occasional pruning of trees, and removal of any vegetation impeding the placement of
bituminous pavement. The existing surface shall be thoroughly dry and swept free of all dust,
dirt and loose material (including winter sand).

A tack coat shall be applied immediately prior to placement of hot bituminous pavement. Tack
shall also be applied to every cold joint on driveways, side streets, and where directed by the
Engineer. Tack is subsidiary.

The Contractor shall prevent any materials from entering drainage structures and shall clean out
structures as directed by the Engineer if materials enter them.

The Contractor shall correct drainage problems, as directed by the Engineer, when problems can
be corrected by placing asphalt.

The Contractor shall provide all materials, labor, equipment, and transportation necessary to tie
in areas at least 1 foot in from the edge of roadway. Contractor shall use a 1 ton steel drum roller
or heavier for compaction of these areas.

Binder grade will be PG 64-28 unless otherwise specified by the Engineer.

Testing:

Pavement testing will be completed by a testing agency selected by the City.

The Contractor shall furnish all materials, labor, equipment, and transportation necessary to take
loose asphalt samples, cut cores, and patch core hole as directed by the Engineer. Cores and

samples shall be delivered to a location in Nashua to be identified by the Engineer.

Cores shall be 6” in diameter and cut to the subbase. After core has been cut, contractor shall
thoroughly remove all water in the core hole, tack sides of core hole, fill hole with hot mix
asphalt, and compact until required densities are achieved. Contractor shall provide ice to cool
mix when ambient temperatures are high.

Page Image
Finance Committee - Agenda - 3/6/2019 - P349

Finance Committee - Agenda - 3/6/2019 - P350

By dnadmin on Mon, 11/07/2022 - 13:11
Document Date
Fri, 03/01/2019 - 12:37
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Wed, 03/06/2019 - 00:00
Page Number
350
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__030620…

Technical Specitications FY2019 Paving Program

Contractor shall provide two container types. One shall be of sufficient size and quality to
contain 3 shovels full of asphalt. The other shall be of sufficient size and quality to contain a 6”
diameter core of varying thickness. Containers shall have an area for labeling.

Contractor and City shall agree to order of paving 24 hours prior to placement of mix. Paving
must be completed in a way that does not complicate tonnage tracking for identifying sample
locations. When directed by the Engineer, the Contractor shall pave an entire street or group of
streets before paving other streets.

Cc. MEASUREMENT AND PAYMENT

This item will be paid per Ton of placed, compacted, sampled, and cored hot bituminous
pavement, machine method as approved by the Engineer. A price adjustment for liquid asphalt is
provided in this contract as outlined in Item 900 Liquid Asphalt Adjustment. No payment will be

made for materials delivered but not placed.

Contractor shall record the tons of material placed and compacted for each street. Payment is
contingent upon submittal of quantities and delivery slips in a per street format.

Work and expenses associated with providing loose samples shall be incidental to this item.

Cores shall be measured and paid under Item 1010.9.

Page Image
Finance Committee - Agenda - 3/6/2019 - P350

Finance Committee - Agenda - 3/6/2019 - P351

By dnadmin on Mon, 11/07/2022 - 13:11
Document Date
Fri, 03/01/2019 - 12:37
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Wed, 03/06/2019 - 00:00
Page Number
351
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__030620…

Technical Specifications IF-¥2019 Paving Programa

ITEM 403.12 -HOT BITUMINOUS PAVEMENT, HAND METHOD
A. SCOPE

This work shall include paving using the hand method for driveways, curb patches, areas
between railroad crossings, areas where it is impractical to pave using machine method, as
shown on the plans, or as ordered by the Engineer. Hand method paving shall not be used where
machine method (Item 403.11) paving is required.

B. MATERIALS AND CONSTRUCTION

The Contractor shall furnish all materials, labor, equipment, and transportation necessary for
work in accordance with the latest approved NHDOT Sections 401, 403, and 411 as amended
herein.

All surface preparation shall be subsidiary to this item. The existing surface shall be thoroughly
dry and swept free of all dust, dirt and loose material (including winter sand).

A tack coat shall be applied immediately prior to placement of hot bituminous pavement. Tack
shall also be applied to every cold joint, and where directed by the Engineer. Tack is subsidiary.

Contractor shall use a 1 ton steel drum roller or heavier to achieve required compaction.

Binder grade will be PG 64-28 unless otherwise shown on the plans or specified by the Engineer.
Asphalt mix design shall be the same as the wearing course.

Cc. MEASUREMENT AND PAYMENT

This item will be paid per Ton of placed and compacted hot bituminous pavement, hand method

as approved by the Engineer. A price adjustment for Liquid Asphalt is provided in this contract
as outlined in Item 900 Liquid Asphalt Adjustment. No payment will be made for materials
delivered but not placed.

Contractor shall measure the square yards of material placed and compacted. Street station and
offsets shall be included with each area measurement. Contractor shall record the tons of
material placed and compacted for each street. Payment is contingent upon submittal of
quantities in a per street format with respective station and offset values.

Page Image
Finance Committee - Agenda - 3/6/2019 - P351

Finance Committee - Agenda - 3/6/2019 - P352

By dnadmin on Mon, 11/07/2022 - 13:11
Document Date
Fri, 03/01/2019 - 12:37
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Wed, 03/06/2019 - 00:00
Page Number
352
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__030620…

Technical Specifications FY2079 Paving Programs

ITEM 417 - COLD PLANING OF BITUMINOUS SURFACES

A. SCOPE

This work shall consist of the removal of existing bituminous pavement between road edges, to
the depth shown on the plans or as ordered by the Engineer. Maximum depth will vary from 2.0”
to 3.5”, depending upon the type of the street.

B. MATERIALS AND CONSTRUCTION

The Contractor shall furnish all materials, labor, equipment, and transportation necessary for
work in accordance with the latest approved City of Nashua Standard Specifications for Road
Construction, or the latest approved NHDOT Standard Specifications for Road and Bridge
Construction. The most stringent specification shall apply.

The Contractor shall prevent any materials from entering drainage structures from this operation
and shall clean out said structures as directed by the Engineer. The material removed from this
operation shall remain the property of the City of Nashua and shall be transported and stock piled
by the contractor at the Four Hills Landfill at 830 West Hollis St in Nashua.

If the road is to be open to traffic after cold planning, level changes shall be tapered by use of
asphalt fillets. Fillets shall be tapered at a rate of 1 FT per inch along longitudinal level changes
and at a rate of 1 FT per 2-inches along transverse level changes. All fillets shall be installed
flush with top of the existing asphalt surface and must be acceptable to the Engineer. The
Contractor shall be responsible for installing, maintaining and replacing all damaged fillets,
where necessary, until the wearing course is placed.

All raised catch basins and manholes shall be spray painted orange around the top of frames.

Fillets and spray painting of castings shall continue as needed or directed by the Engineer until
the top course of pavement is placed and are considered subsidiary to this item.

All catch basins shall be protected from millings by use of a silt sack. All materials, labor,
equipment, and transportation necessary to install, maintain, and remove the silt sacks and
dispose of collected material shall be subsidiary.

If directed, the Contractor shall furnish all materials, labor, equipment, and transportation
necessary to cut 6” cores to subbase prior to the start of cold planning. Contractor will be
responsible for adequately backfilling holes with hot mix asphalt.

Cc. MEASUREMENT AND PAYMENT
This item shall be measured by the Square Yard of Cold Planing of Bituminous Surfaces.

Payment for this item shall be at the contract unit price per Square Yard. This payment shall also
include all materials, labor, equipment, and all else needed to complete the work under this item.

Contractor shall record the square yards of cold planed area for each street. Payment is
contingent upon submittal of quantities in a per street format.

Page Image
Finance Committee - Agenda - 3/6/2019 - P352

Finance Committee - Agenda - 3/6/2019 - P353

By dnadmin on Mon, 11/07/2022 - 13:11
Document Date
Fri, 03/01/2019 - 12:37
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Wed, 03/06/2019 - 00:00
Page Number
353
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__030620…

Technical Specifications FY2018 Paving Program

ITEM 417.20- COLD PLANING TRANSITIONS

A. SCOPE

This work shall consist of the removal of existing bituminous pavement the depth and limits

shown on the plans or as directed by the Engineer. Cold planning transitions are required to tie in
overlays with existing pavement.

For roadways which are being reclaimed this item shall only be used to pay for cold planing at
driveway tie-ins as directed by the Engineer.

For roadways which are being cold planed (milled) prior to overlay, this item shall only be used
to pay for cold planing at driveway tie-ins.

For roadways which are being overlaid without overall cold planing (milling), this item shall be
used to pay for cold planing at driveway transitions and for cold planing transitions to existing
roadway pavement at limits of work as directed by the Engineer.

B. MATERIALS AND CONSTRUCTION

The Contractor shall furnish all materials, labor, equipment, and transportation necessary for
work in accordance with the latest approved City of Nashua Standard Specifications for Road
Construction, or the latest approved NHDOT Standard Specifications for Road and Bridge
Construction. The most stringent specification shall apply.

The Contractor shall prevent any materials entering drainage structures from this operation and
shall clean out said structures as directed by the Engineer.

The material removed from this operation shall remain the property of the City of Nashua and
shall be transported and stock piled by the contractor at the Four Hills Landfill at 830 West
Hollis St in Nashua.

If the road is to be open to traffic after cold planning, level changes shall be tapered by use of
asphalt fillets. Fillets shall extend a minimum of 2’ from level change, and be flush with top of
existing asphalt surface. Fillet construction must be acceptable to the Engineer. Fillets shall be

required until the wearing course is placed and shall be removed before each course of pavement
is installed.

All raised catch basins and manholes shall be spray painted orange around the top of frames.

Fillets and spray painting of castings shall continue until the top course of pavement is placed
and are considered subsidiary to this item.

Cc. MEASUREMENT AND PAYMENT

The accepted quantities of Cold Planing Transitions will be paid for by the Square Yard
measured in the field and approved by the Engineer.

10

Page Image
Finance Committee - Agenda - 3/6/2019 - P353

Finance Committee - Agenda - 3/6/2019 - P354

By dnadmin on Mon, 11/07/2022 - 13:11
Document Date
Fri, 03/01/2019 - 12:37
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Wed, 03/06/2019 - 00:00
Page Number
354
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__030620…

Technical Specifications r¥Y2019 Paving Program

Contractor shall record the square yards of cold planed area for each street. Payment is
contingent upon submittal of quantities in a per street format.

This item will be measured by the Square Yard. Payment for this item shall be at the contract
unit price per Square Yard. This payment shall also include all materials, labor, equipment, and
all else needed to complete the work under this item.

11

Page Image
Finance Committee - Agenda - 3/6/2019 - P354

Finance Committee - Agenda - 3/6/2019 - P355

By dnadmin on Mon, 11/07/2022 - 13:11
Document Date
Fri, 03/01/2019 - 12:37
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Wed, 03/06/2019 - 00:00
Page Number
355
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__030620…

fechnical Specitications FY¥2048 Paving Program

ITEM 604.19 - CATCH BASIN AND PIPE
A. SCOPE

This work includes furnishing and installing a catch basin and up to ten feet of pipe at locations
as directed by the Engineer.

B. MATERIALS AND CONSTRUCTION

The Contractor shall furnish all materials, labor, equipment, and transportation necessary to
complete the work in accordance with the latest approved City of Nashua Standard
Specifications for Road Construction, or the latest approved NHDOT Standard Specifications for
Road and Bridge Construction. The most stringent specification shall apply unless otherwise
directed by the Engineer.

Catch basin shall be Type B — 4’ diameter.

Pipe shall be 12” PE (Type S).

Cc. MEASUREMENT AND PAYMENT

Payment for catch basin and pipe shall be at the contract unit price specified for each. This
payment shall include all materials, labor, equipment and all else needed to complete the work
under this item.

Connection of the pipe to an existing drainage structure as directed by the Engineer is incidental.

Setting frame and grate shall be incidental.

12

Page Image
Finance Committee - Agenda - 3/6/2019 - P355

Pagination

  • First page « First
  • Previous page ‹‹
  • …
  • Page 2260
  • Page 2261
  • Page 2262
  • Page 2263
  • Current page 2264
  • Page 2265
  • Page 2266
  • Page 2267
  • Page 2268
  • …
  • Next page ››
  • Last page Last »

Search

Meeting Date
Document Date

Footer menu

  • Contact