Skip to main content

Main navigation

  • Documents
  • Search

User account menu

  • Log in
Home
Nashua City Data

Breadcrumb

  1. Home
  2. Search

Search

Displaying 24361 - 24370 of 38765

Finance Committee - Agenda - 5/17/2017 - P270

By dnadmin on Mon, 11/07/2022 - 10:25
Document Date
Wed, 05/17/2017 - 00:00
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Wed, 05/17/2017 - 00:00
Page Number
270
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__051720…

Fine grading, Item 6b(1), will be performed over all roadway gravels

just prior to base paving. Fine Grading will be done to elevations

provided or as directed by the Engineer. This work will also include installing
and maintaining survey stakes at every 25 foot interval for edge of pavement and
centerline and establishing elevation marks on the survey stakes.

BINDER COURSE MATERIAL- HOT BITUMINOUS PAVEMENT,
MACHINE METHOD:

Hot Bituminous Pavement, 3/4 inch Binder Course Material NHDOT Type B,
Machine Method shall be measured per Ton and shall conform to Section 403 of
the NHDOT Standard Specifications and Specification Section 02745, PAVING.

Pavement thickness for each street will be according to the construction details of
Hot Bituminous Pavement.

Installation of the tack coat shall be included in this item and not be measured
separately for payment.

The work shall be paid for at the contract unit price per TON for Item 6c.

TOP COURSE MATERIAL - HOT BITUMINOUS PAVEMENT,
MACHINE METHOD:

Hot Bituminous Pavement, 1/2 inch Wearing Course NHDOT Type E, Material,
Machine Method shall be measured per Ton and shall conform to Section 403 of
the NHDOT Standard Specifications and Specification Section 02745, PAVING.

Installation of the tack coat shall be included in this item and not be measured
separately for payment.

The work shall be paid for at the contract unit price per TON for Item 6d.

TEMPORARY BITUMINOUS PAVEMENT:

Temporary, generally 2 inch thick bituminous pavement shall be measured per
square yard and shall conform to Section 403 of the NHDOT Standard
Specifications and Specification Section 02745, PAVING.

Trenches shall be excavated to the absolute minimum width required to complete
the work. 12 inches of crushed gravel is included with this item and shall not be
measured separately. Over-excavated trenches will not be measured for payment.

Contractor is responsible to maintain a relatively smooth surface after placement
of the temporary pavement. Should a rough service result after application, the
Contractor may be required to replace all rough areas at no additional
compensation from the original work done.

01150 -15

Page Image
Finance Committee - Agenda - 5/17/2017 - P270

Finance Committee - Agenda - 5/17/2017 - P271

By dnadmin on Mon, 11/07/2022 - 10:25
Document Date
Wed, 05/17/2017 - 00:00
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Wed, 05/17/2017 - 00:00
Page Number
271
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__051720…

The work shall be paid for at the contract unit price per Ton for Item 6e.
SAWED BITUMINOUS PAVEMENT

Sawing bituminous pavement shall be measured per linear foot and shall conform
to Section 628 of the NHDOT Standard Specifications.

Saw-cutting for driveways and intersecting streets shall be measured for payment.
Saw-cutting of the final trench shall be measured for payment.

The work shall be paid for at the contract unit price per linear foot for Item 6g.
COLD PLANNING OF BITUMINOUS SURFACES:

Cold planning shall be measured per square yard as determined by the actual
surface measurements of the lengths and widths as shown on the plans or as
ordered by the Engineer and shall conform to Section 417 of the NHDOT
Standard Specifications.

The work shall be paid for at the contract unit price per square yard
for Item 6h.

G. REMOVE AND RESET CURBING

1.

The unit price paid shall be measured for payment per linear foot of curbing
removed and reset. Only curbing approved and ordered by the Engineer to be
reset will be measured for payment. Curbing damaged by the contractor will be
reset or replaced with new curb at no cost to the city.

The unit prices under the appropriate subdivisions of this item shall constitute full
compensation for removing and resetting curbing, complete in place, as necessary
for removal and replacement, and all work incidental thereto and not specifically
included for payment under other items.

Granite curbing where it exists at proposed handicap ramp locations as shown on
the plans shall be removed and reset according to this specification.

The work shall be paid for at the contract unit price per Linear Foot for Item 6i
Reset Curbing.

INSTALL VERTICAL GRANITE AND ASPHALT CURBING

The unit price shall be measured per linear foot for vertical granite curbing
installed at locations as directed by the Engineer.

01150 - 16

Page Image
Finance Committee - Agenda - 5/17/2017 - P271

Finance Committee - Agenda - 5/17/2017 - P272

By dnadmin on Mon, 11/07/2022 - 10:26
Document Date
Wed, 05/17/2017 - 00:00
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Wed, 05/17/2017 - 00:00
Page Number
272
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__051720…

The unit price shall include full compensation for all materials, equipment and
labor necessary to install the vertical granite curbing to the details shown in the
plan set. Compensation will include placement of small amount of backfill
material on the backside of the granite curbing such that it will minimize the
tripping hazard if it rises more than 2 above the existing grade.

Vertical curbing shall be installed at new handicap ramps where there is no
existing curbing at locations shown on the plan set. No extra payment will
allowed for granite curbing used in handicap ramp construction including curved
pieces when used at handicap ramps.

The work shall be paid for at the contract unit price per Linear Foot for Item 6j
Install Vertical Granite Curbing

I. AND REPLACE 4” CONCRETE SIDEWALK, 2"
BITUMINOUS CONCRETE SIDEWALKS OR BRICK
SIDEWALKS:

The removal of the existing sidewalk and driveways and placement of new
sidewalk and driveways shall be measured per square yard and shall include
furnishing and placement of material as shown on the plans or as ordered by
the Engineer. Sidewalks and driveways damaged by the contractor shall be
replaced at no cost to the city.

The unit prices under the appropriate subdivisions of this item shall constitute full
compensation for installing bituminous and/or concrete sidewalk, complete in
place, as necessary for removal, saw-cutting of adjacent sidewalk panels,
replacement, all gravel base materials, all hardware necessary and all work
incidental thereto and not specifically included for payment under other items.

Handicap ramps shown on the plan set shall all be constructed according to the
provisions of this pay item without additional payment should it require additional
work in constructing the handicap ramp.

The work shall be paid for at the contract unit price per Square Yard for Item 6k -
4" Concrete Sidewalks, Item 6k(1) - 6" Concrete Driveways and Item 6] - 2”
Bituminous Concrete Sidewalk. Brick Sidewalk work will be paid by Item 60.

HOT BITUMINOUS PAVEMENT, HAND METHOD
Hot Bituminous Pavement, Hand Method shall be measured per Ton and shall
conform to Section 403 of the NHDOT Standard Specifications and Specification

Section 02745, PAVING and shall include furnishing and placement of material
as shown on the plans or as ordered by the Engineer.

01150 - 17

Page Image
Finance Committee - Agenda - 5/17/2017 - P272

Finance Committee - Agenda - 5/17/2017 - P273

By dnadmin on Mon, 11/07/2022 - 10:26
Document Date
Wed, 05/17/2017 - 00:00
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Wed, 05/17/2017 - 00:00
Page Number
273
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__051720…

Installation of the tack coat shall be included in this item and not be measured
separately for payment. Removal of old pavement at driveway aprons will be
considered incidental to this pay item.

The work will consist of miscellaneous patching as directed such as driveway
berms. The work shall be paid for at the contract unit price per TON for Item
6m.

DETECTABLE WARNING AT HANDICAP RAMP

Detectable warning at handicap ramp shall be measured per each installed at
locations as shown on the Contract plans. The detectable warnings shall meet the
ADA requirements and specifications in section 02930.

. Detectable warning at handicap ramp shall be paid for at the contract unit price
per each for Item 6n.

RETROREFLECTIVE PAINT, 4 INCH LINES

. Retroreflective paint pavement markings shall be measured per linear foot of
roadway marking stripes installed as found onsite or as directed by the Engineer
and shall conform to Section 632 of the NHDOT Standard Specifications.

. Painted lines shall be retroflective paint and installed as directed by the Engineer.

The work shall be paid for at the contract unit price per linear foot for Items 8e
and 8f.

REFLECTIVE THERMOPLASTIC PAVEMENT MARKINGS, STOP BARS
AND CROSS WALKS, 12-INCH LINE:

Retro-reflective thermoplastic pavement markings, 12-inch line, shall be
measured per linear foot of roadway marking stop bars and cross walks installed
as shown on the detail sheet of the plans or as directed by the Engineer, and shall
conform to Section 632 of the NHDOT Standard Specifications.

The work shall be paid for at the contract unit price per linear foot for white
strip only cross walk for Item 8g.

REFLECTIVE THERMOPLASTIC PAVEMENT SYMBOLS

Retro-reflective thermoplastic pavement symbols shall be measured per square
foot of roadway marking installed as shown on the detail sheet of the plans or as
directed by the Engineer, and shall conform to Section 632 of the NHDOT

Standard Specifications.

The work shall be paid for at the contract unit price per square foot for Item 8h

01150-18

Page Image
Finance Committee - Agenda - 5/17/2017 - P273

Finance Committee - Agenda - 5/17/2017 - P274

By dnadmin on Mon, 11/07/2022 - 10:26
Document Date
Wed, 05/17/2017 - 00:00
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Wed, 05/17/2017 - 00:00
Page Number
274
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__051720…

RAISED PAVEMENT MARKERS, WHITE or YELLOW, DOUBLE-FACED:

Raised pavement markers, shall be measured per each installed at fifty foot
intervals to provide temporary pavement markings after placement of binder
course and top course of bituminous pavement as shown on the plans or as
directed by the Engineer and shall conform to Section 632 of the NHDOT
Standard Specifications. Pavement markers shall only be used if needed or
specified by the Engineer.

The work shall be paid for at the contract unit price each for Item 8d.
LOCAL TRAFFIC LOOPS 6’ X 50’ (2-4-2 TURN)

This work consists of furnishing all labor, materials and equipment necessary to
install the quadruple loop detectors as directed by the Engineer.

This item shall include all labor, materials and equipment necessary to install new
quadruple loop detectors 2-4-2 turn, in conjunction with the paving program.
Loops shall be installed in the pavement surface prior to final overlay or top
course.

a. Installation shall be in accordance with the details provided in Plan
Drawings:
e Typical wire loop diagram
¢ Quadruple loop installation saw cut detail
e Loop detector segment detail
e Detector box out detail stage 1: at paving
e Detector box out detail stage 2: at loop installation

b. The City of Nashua will connect the new loop in the control panel if
needed.
C. Contractor will make connection in pull box. Contractor will solder, wire

nut and silicone seal connections for new loop at pull box. “Hockey puck”
will not be used.

Payment for loop detector installation shall be at the contract unit price specified
for each Item 8i and shall include full compensation for material and labor to

complete this portion of the Bid Schedule

Item 2q (by Each) shall be used to remove the top 3 feet of existing structures, fill
resulting void with gravel and restore the road by project specifications in

01150 -19

Page Image
Finance Committee - Agenda - 5/17/2017 - P274

Finance Committee - Agenda - 5/17/2017 - P275

By dnadmin on Mon, 11/07/2022 - 10:26
Document Date
Wed, 05/17/2017 - 00:00
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Wed, 05/17/2017 - 00:00
Page Number
275
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__051720…

2.07

2.08

locations shown on the drawing or as directed by the Engineer. This work shall
include all material, labor and equipment necessary to complete the work.

Item 6f(1), Common Excavation for Roadway, will be used to remove the portion
of the roadway materials a depth sufficient to accommodate the proposed gravel
base, asphalt binder and asphalt top and, as directed by the

Engineer, additional curb reveal.

PROJECT START-UP AND PROJECT CLOSE OUT:
MOBILIZATION:

The lump sum for this item shall constitute full compensation to the Contractor
for the general mobilization and demobilization necessary to make the contract
operational, exclusive of the cost of materials.

The total for mobilization shall not exceed 5 percent of the total of all bid items
excluding this item.

Contractor shall be paid on a prorated basis.
The work shall be paid at the contract unit price per UNIT for Item 7a.
MAINTENANCE AND PROTECTION OF TRAFFIC:

Uniformed officers and flagmen will be measured by the actual number of hours
authorized, as determined by the Engineer. The Contractor's schedule for
utilizing uniformed officers and flagmen shall be agreed upon cooperatively with
the Engineer. The Contractor may furnish additional traffic control personnel at
his expense but only those agreed upon by the Engineer will be measured for
payment. Payment for uniformed officers and flagmen shall include full
compensation for material, equipment and labor to complete this portion of the
Bid Schedule.

SERVICES OF UNIFORMED NASHUA POLICE OFFICERS

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

The Contractor shall supply qualified uniformed officers as stated in Section 618
of the NHDOT Standard Specifications for Road and Bridge Construction,
(Approved and Adopted in 2010). Uniformed officers shall only be used when
there are no available flaggers and the Engineer has previously approved it.
Daily coverage needs to be approved by the Engineer.

01150 - 20

Page Image
Finance Committee - Agenda - 5/17/2017 - P275

Finance Committee - Agenda - 5/17/2017 - P276

By dnadmin on Mon, 11/07/2022 - 10:26
Document Date
Wed, 05/17/2017 - 00:00
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Wed, 05/17/2017 - 00:00
Page Number
276
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__051720…

Uniformed officers will be measured and paid by the actual number of hours
authorized, as determined by the Engineer using Item 8a. 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.

FLAGMEN

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

The Contractor shall supply qualified flaggers as stated in Section 618 of the
NHDOT Standard Specifications for Road and Bridge Construction, (Approved
and Adopted in 2010). Daily coverage needs to

be approved by the Engineer.

Floggers will be measured and paid by the actual number of hours authorized, as
determined by the Engineer using Item 8b. 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 and $33/hour for overtime work. Payments to Contractor
will be made based on approved hours and resulting dollar amounts. In the case
of outsourced flogger services, payments to Contractor will be made only after
Contractor’s proof of payment to flagged company.

MAINTENANCE OF TRAFFIC;

. 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 toward the lump sum will be made periodically based on the
percent of contract completed 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.

. Maintenance of Traffic shall constitute full compensation to the Contractor for
providing and maintaining safe and passable traffic accommodations for public
travel, preventing dust nuisance and furnishing, erecting and maintaining
necessary traffic signs, barricades, lights, signals, flashing beacons, delineators
and other traffic control warning devices and shall include means of guidance of
traffic through and around the work zones. Traffic warning signs and other
regulating devices shall be installed in accordance with Section 01550 Traffic
Control and Signage.

01150 - 21

Page Image
Finance Committee - Agenda - 5/17/2017 - P276

Finance Committee - Agenda - 5/17/2017 - P277

By dnadmin on Mon, 11/07/2022 - 10:26
Document Date
Wed, 05/17/2017 - 00:00
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Wed, 05/17/2017 - 00:00
Page Number
277
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__051720…

3. Signage not to be separately measured for payment, but shall be considered

incidental to this item.

4. The work shall be paid for per UNIT as Item 8c.

2.09 ASBESTOS ABATEMENT (ALLOWANCE PROVDIED)

A.

2.10

2.11

2.12

ALLOWANCE FOR ADDITIONAL COST FOR REMOVAL OF ASBESTOS-
CONTAINING MATERIAL

Should asbestos material be found in the trench area other than asbestos cement
pipe, the Contractor shall immediately call the project Engineer to make a
decision on how the material shall be removed. Measurement for removal of such
asbestos-containing materials encountered shall be measured by accepted unit
quantities for such work as established under the General Conditions and agreed
to by the Owner and Engineer.

Payment for handling, removal and disposal of asbestos-containing materials will
be for the unit quantities and prices above and shall be full compensation for
furnishing all labor, materials, services and equipment required to excavate,
pump, sample, test, store, treat and/or dispose of asbestos-containing materials
and conform to all requirements as specified in Section 02111. Payments shall be
based on the unit quantities and costs for the work performed and measured under
prevailing rates as established under the General Conditions and as agreed to by
Owner and Engineer. Waste Shipment Records from the disposal facility shall be
included in each payment request. The City may elect to receive such materials at
the City landfill without additional charge.

The work shall be paid at an agreed upon price for the work involved and paid
for using the allowance provided in Item 9c.

SEWER PIPE TELEVISION INSPECTION AND VIDEO TAPES:

Sewer pipe Television inspection performed as specified herein and video tapes
provided to the Owner shall not be separately measured for payment but shall be
considered incidental to the project.

WARRANTY INSPECTION:

All warranty inspections and related work shall not be separately measured for
payment but shall be considered incidental to the project.

WATER FOR ROADWAY DUST CONTROL

Water for roadway dust control shall not be separately measured for payment but
shall be considered incidental to the project.

01150 - 22

Page Image
Finance Committee - Agenda - 5/17/2017 - P277

Finance Committee - Agenda - 5/17/2017 - P278

By dnadmin on Mon, 11/07/2022 - 10:26
Document Date
Wed, 05/17/2017 - 00:00
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Wed, 05/17/2017 - 00:00
Page Number
278
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__051720…

2.13 ASPHALT COST ADJUSTMENT

A. This item is used when the “NE Average” monthly price for asphalt cement as

2.14

2.15

furnished by the NHDOT Bureau of Materials and Research differs from the base
price contained in the proposal. The monthly price posted by NHDOT is
available in the following web page:

http://www.nh.gov/dot/org/projectdevelopment/construction/documents/Mon
thlyFuelPricesImperial.pdf

The price adjustment will be based on the percent of asphalt cement in the
approved mix formula(s) in the materials incorporated in the work.

The base price of asphalt cement for this Contract is:

$ 390.00 per ton. (February 2017 price)
The monthly price of asphalt cement will be furnished by the NHDOT Bureau of
Materials and Research on the first business day following the 14th calendar day
of each month.
The contract prices of Hot Bituminous Pavement will be paid under the item in
the contract. The price adjustment, as provided herein, upwards or downwards,
will be made using Item 9a at the end of each month in which the work was

accomplished as follows:

[monthly price less the base price] X [approved job mix formula percent of
asphalt cement] X [tons of pavement used].

NIGHT WORK

Night work will be required in high traffic areas as directed by the Engineer. A
night work allowance per hour is provided in Item 9b.

MISCELLANEOUS

Concrete removal under road pavement may be required. This may be found on
Main St and may contain rebar. This work will be paid by Item 6s.

This contract will require dye testing by the contractor. This work will be paid by
Item 10.

01150 - 23

Page Image
Finance Committee - Agenda - 5/17/2017 - P278

Finance Committee - Agenda - 5/17/2017 - P279

By dnadmin on Mon, 11/07/2022 - 10:26
Document Date
Wed, 05/17/2017 - 00:00
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Wed, 05/17/2017 - 00:00
Page Number
279
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__051720…

A contingency for coordination with the Railroad company at Temple St is
provided to cover such costs as Railroad Flaggers. This contingency is provided
as an allowance in Item 11.

NOTE: THE CONTINGENCY DOES NOT COVER THE COSTS
ASSOCIATED WITH THE RAILROAD INSURANCE REQUIRMENTS.
THOSE ARE COVERED UNDER ITEM 1K(1) AS OUTLINED ABOVE.

A contingency for contaminated soil excavation and disposal is provided by the
allowance Item 11a.

Temporary removal and resetting of stop signs or similar will be paid by Item 8j.
Pre-con sewer videos are required is some streets as shown in the drawings.
While videos on lining streets are subsidiary, those on pipe replacement will be
paid by the Item 12 series. Contractor shall follow all the same video
requirements set forth on the lining streets.

Adjustment and Replacement of MH frames/covers and catch basin frames/grates
is required on occasional structures that do not call for complete new structure. In
this case, Items 3b, 3c and 3d apply. Note, on replacement of units, the
replacement item also includes adjustment.

Root cutting will be paid under Items 2s.

Manhole lining will be done per specification section 02800 and will be paid
by vertical foot only (regardless of diameter using Item lo.

Manhole invert lining will be paid by Item 1p. Contractor shall submit technical

specifications for the Engineer’s review.

END OF SECTION

01150 - 24

Page Image
Finance Committee - Agenda - 5/17/2017 - P279

Pagination

  • First page « First
  • Previous page ‹‹
  • …
  • Page 2433
  • Page 2434
  • Page 2435
  • Page 2436
  • Current page 2437
  • Page 2438
  • Page 2439
  • Page 2440
  • Page 2441
  • …
  • Next page ››
  • Last page Last »

Search

Meeting Date
Document Date

Footer menu

  • Contact