Skip to main content

Main navigation

  • Documents
  • Search

User account menu

  • Log in
Home
Nashua City Data

Breadcrumb

  1. Home
  2. Search

Search

Displaying 23601 - 23610 of 38765

Finance Committee - Agenda - 6/7/2017 - P216

By dnadmin on Mon, 11/07/2022 - 10:23
Document Date
Wed, 06/07/2017 - 00:00
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Wed, 06/07/2017 - 00:00
Page Number
216
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__060720…

" 8% polyester reinforcing fibers

Time is of the essence in the completion of this work in order to minimize disruption to the
traveling public, and to reduce the Owner’s cost for police details and inspections of the work in
progress. Accordingly, bidders shall submit with their bid the volumetric capacity (in gallons) of
the melter kettle proposed to perform the work, together with a statement regarding their average
anticipated daily production rate or range of gallons per day of material expected to be applied.
The Owner reserves the right to consider its costs for traffic control and inspections in addition to
contractor’s bid prices to determine the proposal with lowest overall costs.

F. MEASUREMENT AND PAYMENT

Crack Sealing with Polymer & Crumb Rubber Modified Asphalt Compound with Reinforcing
Fibers (Crack Sealing) will be paid by the gallon (Gal) of crack sealing placed. Payment for
Crack Sealing includes full compensation for material, labor, transportation, and equipment
necessary to complete this portion of the Bid Schedule.

16

Page Image
Finance Committee - Agenda - 6/7/2017 - P216

Finance Committee - Agenda - 6/7/2017 - P217

By dnadmin on Mon, 11/07/2022 - 10:23
Document Date
Wed, 06/07/2017 - 00:00
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Wed, 06/07/2017 - 00:00
Page Number
217
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__060720…

ITEM 604.4 - REPAIR OF EXISTING STRUCTURES
A. SCOPE

This work consists of repairing existing structures below 12” from the bottom of existing casting
frame.

B. MATERIALS AND CONSTRUCTION

The contractor shall include all labor, materials, equipment, and transportation necessary to
repair existing structures other than within the top 12 inches below the bottom of casting frame.
Repairs in that section shall not be paid under this item.

The Contractor shall prevent any materials entering drain and sewer structures from this
operation and shall clean out said structures if material enters them as directed by the Engineer.

Mortar shall comply with NHDOT Section 707. Brick shall comply with NHDOT 604.2.4 and be
AASHTO M91 Grade SS brick. Contractor shall provide the City with material slips certifying
brick meets requirements.

Mortar shall be tooled into every vertical joint between bricks prior to installing a new horizontal
brick layer. Mortar between brick layers shall be 3/8” thick and fully cover all bricks in the layer.
Use of the weight of castings and additional brick layers to facilitate joint filling and further
spreading of mortar is not permitted. All brickwork shall be sealed on the outside and inside of
the structure with mortar. The casting frames shall be set in a thick ring of mortar extending to
the outer edge of the masonry. Mortar shall be placed on top of the bottom flange and smoothly
finished to have a slight slope that will shed water away from the frame.

All mortar shall be mixed with a cement mixer as approved by the Engineer. Mixing mortar by
hand/shovel will not be permitted.

Unless otherwise noted herein, this work shall conform to the latest approved City of Nashua
Standard Specifications for Road Construction, City of Nashua Standard Specifications for
Sewers and Drains, and the latest approved NHDOT Standard Specifications for Road and
Bridge Construction.

C. MEASUREMENT AND PAYMENT

Payment for repairing existing structures shall be at the contract unit price specified per vertical
foot and shall include full compensation for materials, labor, equipment, and transportation
required to complete this portion of the Bid Schedule.

Contractor shall record the vertical feet of repair completed for each structure, and the total

vertical feet of repair for each street. Payment is contingent upon submittal of quantities in a per
structure, and per street format.

17

Page Image
Finance Committee - Agenda - 6/7/2017 - P217

Finance Committee - Agenda - 6/7/2017 - P218

By dnadmin on Mon, 11/07/2022 - 10:23
Document Date
Wed, 06/07/2017 - 00:00
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Wed, 06/07/2017 - 00:00
Page Number
218
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__060720…

ITEM 604.45 - ADJUSTING TO GRADE EXISTING CASTINGS
A. SCOPE

This work consists of adjusting castings to the new final overlay elevation as shown on the
drawings or as directed by the Engineer. Any repair needed to the existing structure within the 12
inches below the bottom of casting shall be included and performed under this item. Any further
repair needed to the existing structure shall be performed and paid under item 604.4 Repair of
Existing Structures.

B. MATERIALS AND CONSTRUCTION

This work shall include all labor, materials, equipment and transportation necessary to adjust the
existing castings to the new street or new ground surface elevation.

All materials, labor, equipment, and transportation required to excavate and remove the plate of
castings dropped for reclaim operations shall be subsidiary.

Mortar shall comply with NHDOT Section 707. Brick shall comply with NHDOT 604.2.4 and be
AASHTO M91 Grade SS brick. Contractor shall provide the City with material slips certifying
brick meets requirements.

Mortar shall be tooled into every vertical joint between bricks prior to installing a new horizontal
brick layer. Mortar between brick layers shall be 3/8” thick and fully cover all bricks in the layer.
Use of the weight of castings and additional brick layers to facilitate joint filling and further
spreading of mortar is not permitted. All brickwork shall be sealed on the outside and inside of
the structure with mortar. The casting frames shall be set in a thick ring of mortar extending to
the outer edge of the masonry. Mortar shall be placed on top of the bottom flange and smoothly
finished to have a slight slope that will shed water away from the frame.

All mortar shall be mixed with a cement mixer as approved by the Engineer. Mixing mortar by
hand/shovel will not be permitted.

Unless otherwise noted herein, this work shall conform to the latest approved City of Nashua
Standard Specifications for Road Construction, City of Nashua Standard Specifications for
Sewers and Drains, and the latest approved NHDOT Standard Specifications for Road and
Bridge Construction.

C. MEASUREMENT AND PAYMENT

Payment for adjusting existing castings shall be at the contract unit price specified for each. All
castings regardless of size will be paid for as one (1) each.

Contractor shall record the number and location of castings adjusted for each street. Payment is
contingent upon submittal of quantities in a per structure, and per street format.

18

Page Image
Finance Committee - Agenda - 6/7/2017 - P218

Finance Committee - Agenda - 6/7/2017 - P219

By dnadmin on Mon, 11/07/2022 - 10:23
Document Date
Wed, 06/07/2017 - 00:00
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Wed, 06/07/2017 - 00:00
Page Number
219
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__060720…

ITEM 604.46 - REPLACE CASTING
A. SCOPE

This work consists of replacing triangular, small diameter, and broken manhole frames and
covers, and catch basin frames and grates as shown on the drawings or as directed by the
Engineer. Any repair needed to the existing structure within the 12 inches below the bottom of
the casting shall be included and performed under this item. Any further repair needed to the
existing structure shall be performed under Item 604.4.

B. MATERIALS AND CONSTRUCTION

This item shall include all labor, materials (except for frames and covers), equipment, and
transportation necessary to replace castings, and to set them at new overlay elevation. Frames,
covers, and grates will be provided by the City of Nashua at 9 Stadium Drive in Nashua. This
item is to include removal of existing frame and cover, transport to City of Nashua drop off site
(Four Hills Landfill at 830 West Hollis St in Nashua), transport new frames and covers from 9
Stadium Dr in Nashua to work area, placement and all excavation and pavement restoration
work,

All materials, labor, equipment, and transportation required to excavate and remove the plate of
castings dropped for reclaim operations shall be subsidiary.

Mortar shall comply with NHDOT Section 707. Brick shall comply with NHDOT 604.2.4 and be
AASHTO M91 Grade SS brick. Contractor shall provide the City with material slips certifying
brick meets requirements.

Mortar shall be tooled into every vertical joint between bricks prior to installing a new horizontal
brick layer. Mortar between brick layers shall be 3/8” thick and fully cover all bricks in the layer.
Use of the weight of castings and additional brick layers to facilitate joint filling and further
spreading of mortar is not permitted. All brickwork shall be sealed on the outside and inside of
the structure with mortar. The casting frames shall be set in a thick ring of mortar extending to
the outer edge of the masonry. Mortar shall be placed on top of the bottom flange and smoothly
finished to have a slight slope that will shed water away from the frame.

All mortar shall be mixed with a cement mixer as approved by the Engineer. Mixing mortar by
hand/shovel will not be permitted.

Unless otherwise noted herein, this work shall conform to the latest approved City of Nashua
Standard Specifications for Road Construction, City of Nashua Standard Specifications for
Sewers and Drains, and the latest approved NHDOT Standard Specifications for Road and
Bridge Construction.

19

Page Image
Finance Committee - Agenda - 6/7/2017 - P219

Finance Committee - Agenda - 6/7/2017 - P220

By dnadmin on Mon, 11/07/2022 - 10:23
Document Date
Wed, 06/07/2017 - 00:00
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Wed, 06/07/2017 - 00:00
Page Number
220
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__060720…

C. MEASUREMENT AND PAYMENT
Payment for replacing existing castings shall be at the contract unit price specified for each. All
castings regardless of size will be paid for as one (1) each. The removed castings will remain the

property of the City of Nashua.

Contractor shall record the number and locations of castings replaced for each street. Payment is
contingent upon submittal of quantities in a per structure, and per street format.

20

Page Image
Finance Committee - Agenda - 6/7/2017 - P220

Finance Committee - Agenda - 6/7/2017 - P221

By dnadmin on Mon, 11/07/2022 - 10:23
Document Date
Wed, 06/07/2017 - 00:00
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Wed, 06/07/2017 - 00:00
Page Number
221
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__060720…

ITEM 618.6 - UNIFORMED OFFICERS
A. SCOPE

This work shall consist of furnishing uniformed officers, with or without vehicles, as required to
direct traffic through or around the Work as ordered by the Engineer.

B. MATERIALS AND CONSTRUCTION

The Contractor shall supply qualified uniformed officers as per the latest approved NHDOT
Standard Specifications for Road Construction. Uniformed officers shall only be used when the
Engineer has previously approved it. Daily coverage needs to be approved by the Engineer.

C. MEASUREMENT AND PAYMENT

Uniformed officers will be measured by the actual number of hours authorized, as determined by
the Engineer. This item has a budgeted allowance as shown on the Bid Form. Payments to
Contractor will be made based on approved hours and resulting dollar amounts on Police

Department invoices and only after contractor’s proof of payment to Police Department.

Contractor shall record the number of hours for each officer used. Hours shall be recorded on a
per street basis. Payment is contingent upon submittal of quantities in a per street format.

21

Page Image
Finance Committee - Agenda - 6/7/2017 - P221

Finance Committee - Agenda - 6/7/2017 - P222

By dnadmin on Mon, 11/07/2022 - 10:23
Document Date
Wed, 06/07/2017 - 00:00
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Wed, 06/07/2017 - 00:00
Page Number
222
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__060720…

ITEM 618.7 - FLAGGERS
A. SCOPE

This work shall consist of furnishing qualified flaggers, as required to direct traffic through or
around the Work as ordered by the Engineer.

B. MATERIALS AND CONSTRUCTION

The Contractor shall supply qualified flaggers as per the latest approved NHDOT Standard
Specifications for Road and Bridge Construction. Daily coverage needs to be approved by the
Engineer.

C. MEASUREMENT AND PAYMENT

Flaggers will be measured by the actual number of hours authorized, as determined by the
Engineer. This item has a budgeted allowance as shown on the Bid Form. In no case shall the
gross hourly rate exceed $22/hour for straight time work, $33/hour for overtime work, and $44
dollars for double time work. Payments to Contractor will be made based on approved hours and
resulting dollar amounts. In the case of outsourced flagger services, payments to Contractor will
be made only after Contractor’s proof of payment to flagger company.

Contractor shall record the number of hours for each flagger used. Hours shall be recorded on a
per street basis. Payment is contingent upon submittal of quantities in a per street format.

22

Page Image
Finance Committee - Agenda - 6/7/2017 - P222

Finance Committee - Agenda - 6/7/2017 - P223

By dnadmin on Mon, 11/07/2022 - 10:23
Document Date
Wed, 06/07/2017 - 00:00
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Wed, 06/07/2017 - 00:00
Page Number
223
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__060720…

ITEM 619.1 - MAINTENANCE OF TRAFFIC
A. SCOPE

This work shall consist of providing and maintaining safe and passable traffic accommodations
for public traffic and furnishing, erecting and maintaining necessary traffic signs, barricades,
lights, signals, delineators, concrete barriers, signs, and other traffic control warning devices
through the work zone.

B. MATERIALS AND PERFORMANCE
General

The Contractor shall furnish all labor, materials, equipment and transportation necessary for the
required maintenance of traffic needs based on the Contractors daily operations in accordance
with the latest approved NHDOT Standard Specifications for Road and Bridge Construction, and
the latest approved MUTCD.

Signage

At a minimum, the Contractor’s crew shall, at all times carry the following to be used as the need
may arise:
e 2ROAD WORK AHEAD (MUTCD W20-1)

e 2 ONE LANE ROAD AHEAD (MUTCD W20-4)

e 2DRIRECTIONAL ARROW SIGN (MUTCD W1-6)

e 2FLAGGER SIGN (MUTCD W20-7)
Contractor shall provide 2 variable message signs for use on major roads.
Permits:
Contractor shall be responsible for getting approved street opening permits, submitting traffic
control plans for all streets, obtaining lane closure or detour approval permits, and obtaining
emergency work permits.
Notification
All homeowners and businesses affected by the construction shall be notified a minimum of one
day in advance of the surfacing. This notification shall be in the form of a written or electronic

posting stating the times and dates that construction is expected on their road.

Contractor shall provide and post “No Parking” signs on streets one day before resurfacing.
Signs shall be removed by contractor within 5 working days after completion of work.

The Contractor shall notify, by email, the Engineer, and the City Solid Waste Department

Contact of what work will conducted a where. Notifications shall be provided the day before
work commences, during regular business hours (8am-5pm).

23

Page Image
Finance Committee - Agenda - 6/7/2017 - P223

Finance Committee - Agenda - 6/7/2017 - P224

By dnadmin on Mon, 11/07/2022 - 10:23
Document Date
Wed, 06/07/2017 - 00:00
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Wed, 06/07/2017 - 00:00
Page Number
224
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__060720…

Engineer: Solid Waste Department Contact:
Todd Welch Kevin Naro
WelchT@NashuaNH. gov NaroK@NashuaNH. gov

C. MEASUREMENT AND PAYMENT

Maintenance of traffic will be measured as a unit. Payment for maintenance of traffic shall be at
the contract lump sum, which lump sum includes full compensation for material, equipment and
labor to complete this portion of the Bid Schedule. The lump sum can only be amended by
written, approved change order. Payments towards the lump sum will be made periodically based
on the percent of the contract and the balance will be paid at final payment upon completion of
all project requirements. Should the contract be terminated prior to completion, or the contract
work not completed, total payment for this item shall be proportional to the percentage of the
contract completed.

24

Page Image
Finance Committee - Agenda - 6/7/2017 - P224

Finance Committee - Agenda - 6/7/2017 - P225

By dnadmin on Mon, 11/07/2022 - 10:23
Document Date
Wed, 06/07/2017 - 00:00
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Wed, 06/07/2017 - 00:00
Page Number
225
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__060720…

ITEM 632 —- RETROREFLECTIVE PAVEMENT MARKINGS

A. SCOPE

This work shall consist of furnishing and placing white or yellow retro reflective paint pavement
markings and retro reflective thermoplastic pavement markings at locations shown on the plans
or as ordered by the Engineer.

B. MATERIALS AND CONSTRUCTION

The Contractor shall furnish all labor, materials, equipment and transportation necessary for the
required placement of retro reflective paint and thermoplastic pavement markings in accordance
with the latest approved NHDOT Standard Specifications for Road and Bridge Construction, and
the latest approved MUTCD. A layout drawing shall be approved by the Engineer prior to any
work being done to the street.

Application temperature requirements shall be strictly enforced. Material placed outside
temperature requirements will not be accepted.

Striping shall match existing striping and be replaced in kind or as directed by the Engineer.
All stop bars, crosswalks and symbols shall be retro reflective thermoplastic and all long lines
shall be retro reflective paint.

C. MEASUREMENT AND PAYMENT

632.0104 Retro reflective Paint Pavement Marking,
Single Solid Line, 4in. Linear Foot

632.3112 Retro reflective Thermoplastic Pavement Marking,
Single Solid Line, 12in. Linear Foot

632.32 Retro reflective Thermoplastic Symbol Square Foot

Payment shall be per the unit listed above. Symbols will be paid for at the square footage listed
below:

Turn Arrow = 17SF

Straight and Turn Arrow = 28.8 SF
Straight Arrow = 12.5 SF

Only = 22.3 SF

Bike Lane Symbol = 8.1 SF

Bike Lane Strait Arrow = 6.0 SF

Contractor shall record the liner feet and square feet of retroreflective pavement markings

placed. Quantities shall be recorded on a per street basis. Payment is contingent upon submittal
of quantities in a per street format.

25

Page Image
Finance Committee - Agenda - 6/7/2017 - P225

Pagination

  • First page « First
  • Previous page ‹‹
  • …
  • Page 2357
  • Page 2358
  • Page 2359
  • Page 2360
  • Current page 2361
  • Page 2362
  • Page 2363
  • Page 2364
  • Page 2365
  • …
  • Next page ››
  • Last page Last »

Search

Meeting Date
Document Date

Footer menu

  • Contact