Skip to main content

Main navigation

  • Documents
  • Search

User account menu

  • Log in
Home
Nashua City Data

Breadcrumb

  1. Home
  2. Search

Search

Displaying 24961 - 24970 of 38765

Finance Committee - Agenda - 7/5/2017 - P41

By dnadmin on Mon, 11/07/2022 - 10:22
Document Date
Wed, 07/05/2017 - 00:00
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Wed, 07/05/2017 - 00:00
Page Number
41
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__070520…

1 of 2

NASHUA

February 15, 2017

SPECIALPROVISION
Item 1001.4 — Approach Repairs
Description

1.1 This work shall consist of pavement and subbase removal, grading, and paving the northern
approach as shown in the contract plans.

Materials

2.1 Subbase material shall be crushed gravel conforming to the requirements of Item 304.3 of
the NHDOT Standard Specifications.

2.2 Bituminous sidewalk shall conform to the requirements of Item 608.13 of the NHDOT
Standard Specifications.

Construction Requirements

3.1 Pavement saw cuts shall conform to the requirements of section 628 of the NHDOT
Standard Specifications.

3.2 Subbase placement and preparation, and pavement placement shall conform to
the requirements of section 608 of the NHDOT Standard Specifications.

3.3 The existing ground shall be compacted as directed by the engineer prior to the placement
of the subbase material.

Method of Measurement

4.1 Approach repairs will be measured as a unit. A unit will consist of the materials,
equipment, and labor necessary to complete the work, including, but not limited to, pavement
saw cuts, removal of existing pavement, subbase excavation, grading and existing ground
compaction, placement of subbase and pavement materials, and mobilization.

Basis of Payment

5.1 The accepted quantity of approach repairs will be paid for at the contract unit complete in
place. Payment will be full compensation for furnishing all labor, tools, equipment, materials,
and incidentals necessary to complete the work.

Nashua / 16-0186 / 2/15/2017

Page Image
Finance Committee - Agenda - 7/5/2017 - P41

Finance Committee - Agenda - 7/5/2017 - P42

By dnadmin on Mon, 11/07/2022 - 10:22
Document Date
Wed, 07/05/2017 - 00:00
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Wed, 07/05/2017 - 00:00
Page Number
42
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__070520…

2 of 2

5.1.1 All costs for mobilization to complete approach repairs shall be included in each
item as needed.

Pay item and unit:

1001.4 Approach Repairs Unit

Nashua / 16-0186 / 2/15/2017

Page Image
Finance Committee - Agenda - 7/5/2017 - P42

Finance Committee - Agenda - 7/5/2017 - P43

By dnadmin on Mon, 11/07/2022 - 10:22
Document Date
Wed, 07/05/2017 - 00:00
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Wed, 07/05/2017 - 00:00
Page Number
43
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__070520…

1 of 2

NASHUA

March 13, 2017

SPECIALPROVISION
Item 1001.5 — Metal Deck Form and Structural Steel Clean and Paint
Description

1.1 This work shall consist of cleaning and galvanizing/painting corroded material from the
galvanized corrugated metal deck forms and painted structural steel within approximately three
feet of the bridge supports as directed by and to the satisfaction of the engineer.

Construction

2.1 The cleaning method used shall not damage the underlying concrete deck, or structural
steel members of the truss. Any damage to the deck or truss caused by the cleaning shall be
repaired as directed by the engineer and at the contractor’s expense.

2.2 Galvanized metal deck forms shall be cleaned and the galvanizing repaired per Section
550.2.9.1 of the NHDOT Standard Specifications.

2.2.1 Amend 550.2.9.1.2 to read: Repair damaged galvanizing and bare steel surfaces in
accordance with ASTM A780, Standard Practice for Repair of Damaged Hot Dipped
Galvanized Coatings, Annex 2. Thoroughly clean damaged areas to produce a clean, bare
and dry bright metal surface with a roughened profile and feather into the edges of
adjacent undamaged galvanizing. Cleaning shall conform to the requirements of the
Society for Protective Coatings (SSPC) SP11 — Power Tool Cleaning to Bare Metal.

2.3 Structural steel cleaning shall conform to the requirements of SSPC-SP11 — Power Tool
Cleaning to Bare Metal.

2.4 Field Painting of the structural steel shall conform to the requirements of Section 556 of the
NHDOT Standard Specifications.

2.4.1 Paint System shall match the existing or an approved equal. Approved equal shall
conform to the NEPCOAT Qualified Products List A or B. Per the existing plans the
paint system consists of:

A. Primer Coat: Carbomastic 242 high-build, aluminum-filled epoxy urethane mastic as
manufactured by Carboline Coatings. Dry film thickness to be 5 mils.

B. Top Coat: Carboline 133 HB aliphatic polyurethane as manufactured by Carboline
Coatings. Dry film thickness to be 5 mils. Color to be Federal Standard 20059.

Nashua / 16-0186 / 3/13/2017

Page Image
Finance Committee - Agenda - 7/5/2017 - P43

Finance Committee - Agenda - 7/5/2017 - P44

By dnadmin on Mon, 11/07/2022 - 10:22
Document Date
Wed, 07/05/2017 - 00:00
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Wed, 07/05/2017 - 00:00
Page Number
44
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__070520…

2 of 2
C. Final Coat: Urethane coating, thickness 2 mils + .5. Color to be charcoal brown.
2.4.2 The paint system shall be applied per the manufacturer’s recommendations.
Method of Measurement
3.1 Metal deck form and structural steel clean and paint will be measured as a unit. A unit will
consist of the materials, equipment, and labor necessary to complete the work, including, but not

limited to, access, cleaning, galvanizing repairs, painting, disposal of removed/waste materials,
and mobilization.

Basis of Payment
4.1 The accepted quantity of metal deck form and structural steel clean and paint will be paid
for at the contract unit, complete in place. Payment will be full compensation for furnishing all

labor, tools, equipment, materials, and incidentals necessary to complete the work.

4.1.1 All costs for mobilization to complete repairs as needed shall be included in each
item as needed.

Pay item and unit:

1001.5 Metal Deck Form and Structural Steel Clean and Paint Unit

Nashua / 16-0186 / 2/15/2017

Page Image
Finance Committee - Agenda - 7/5/2017 - P44

Finance Committee - Agenda - 7/5/2017 - P45

By dnadmin on Mon, 11/07/2022 - 10:22
Document Date
Wed, 07/05/2017 - 00:00
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Wed, 07/05/2017 - 00:00
Page Number
45
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__070520…

1 of 3

NASHUA

February 15, 2017

SPECIALPROVISION
Item 1001.1 — Concrete Repairs, Deck
Item 1001.2 — Concrete Repairs, Abutment
Item 1001.3 — Concrete Repairs, Curb

Description

1.1 This work shall consist of concrete repairs to the top of the pier 2 cap/deck, the face of the
northern abutment backwall, and the southern curb of the span over US Route 3 as shown in the
contract plans.

Materials

2.1 Concrete shall be class AA and conform to the requirements of Item 520.01 of the NHDOT
Standard Specifications.

2.2 Water repellent shall be silane/siloxane and conform to the requirements of Section 534 of
the NHDOT Standard Specifications.

2.3 Silicone joint sealant shall conform to the requirements of Section 562 of the NHDOT
Standard Specifications.
Construction Requirements

3.1 Removal of deteriorated concrete and surface preparation for repairs shall conform to
Section 512 of the NHDOT Standard Specifications.

3.2 All existing reinforcing steel shall be retained and cleaned per Section 512.3.2.4 of the
NHDOT Standard Specifications.

3.3 Curb joints between existing and new concrete shall be sealed with silicone joint sealant
and shall conform to the requirements of Section 562 of the NHDOT Standard Specifications.

3.4 Any damage to the existing structure components that are to remain shall be repaired to the
satisfaction of the engineer at the contractor’s expense.

3.5 Concrete removal and placement over US Route 3, Henri Burque Highway, shall not be
performed over active traffic.

Nashua / 16-0186 / 2/15/2017

Page Image
Finance Committee - Agenda - 7/5/2017 - P45

Finance Committee - Agenda - 7/5/2017 - P46

By dnadmin on Mon, 11/07/2022 - 10:22
Document Date
Wed, 07/05/2017 - 00:00
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Wed, 07/05/2017 - 00:00
Page Number
46
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__070520…

2 of 3
3.5.1 The shoulders may be eliminated and used for traffic.
3.5.2 The speed may be reduced to 30 mph through the work zone.

3.5.3 The westbound left turn lane length may be reduced during the hours between 9 AM
and 3 PM. All westbound travel and turn lanes must be in their existing configuration within
125-feet of the intersection.

3.5.4 The westbound through lane and left turn lane may be merged into one lane during
the hours between 9 AM and 3 PM. All westbound travel and turn lanes must be in their
existing configuration within 125-feet of the intersection.

3.5.5 The contractor shall submit traffic control plans, in accordance with section 105.02
of the NHDOT Standard Specifications, depicting each phase of work. Plans shall be
stamped by a professional engineer licensed in the State of New Hampshire. No work shall
commence until the Contractor has an approved traffic control plan.

3.5.6 All maintenance of traffic and traffic control devices shall conform to the
requirements of Section 619 of the NHDOT Standard Specifications.

Method of Measurement

4.1 Concrete repairs measured as a square foot will be measured to the nearest 0.5 of a square
foot as determined by actual surface measurements of the lengths and widths of all the surfaces
repaired.

4.2 Concrete repairs measured as a linear foot will be measured to the nearest 0.25 of a foot as
determined from end to end of the repairs.

Basis of Payment

5.1 The accepted quantity of concrete repairs will be paid for at the contract unit price
complete in place. Payment will be full compensation for furnishing all labor, tools, equipment,
materials, and incidentals necessary to complete the work, including, but not limited to, concrete
removal, surface preparation, formwork, concrete placement, water repellent and silicone joint
sealant application, traffic control, and mobilization.

5.1.1 All costs for mobilization to complete repairs as needed shall be incidental to each
item as needed.

5.1.2 All costs for preparing the traffic control plans, and the work depicted in the traffic
control plans shall be incidental to each item as needed.

5.1.3 All costs for removing and resetting any portion of an expansion joint, as needed to
complete the work, shall be incidental to each item as needed.

Nashua / 16-0186 / 2/15/2017

Page Image
Finance Committee - Agenda - 7/5/2017 - P46

Finance Committee - Agenda - 7/5/2017 - P47

By dnadmin on Mon, 11/07/2022 - 10:22
Document Date
Wed, 07/05/2017 - 00:00
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Wed, 07/05/2017 - 00:00
Page Number
47
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__070520…

Pay item and unit:

1001.1 Concrete Repairs, Deck
1001.2 Concrete Repairs, Abutment
1001.2 Concrete Repairs, Curb

Nashua / 16-0186 / 2/15/2017

Square Foot
Square Foot
Linear Foot

Page Image
Finance Committee - Agenda - 7/5/2017 - P47

Finance Committee - Agenda - 7/5/2017 - P48

By dnadmin on Mon, 11/07/2022 - 10:22
Document Date
Wed, 07/05/2017 - 00:00
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Wed, 07/05/2017 - 00:00
Page Number
48
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__070520…

Pay Item & Proposal Register

R.M. PIPER, INC.
17025a NASHUA--NASHUA PEDESTRIAN BRIDGE REHAB

“Pay Item
Number

500.03

Description -

TEMPORARY SUPERSTRUCTURE SHORING

Quantity
2.00

UNIT

rena secon
Measure

Unit Price
(current)

Total Price
{current}

$42,590.00

$85,000.00

512,01

PREPARATION FOR CONCRETE REPAIRS CLASS

4.50

Square Yard

$1,000.00

$4,500.00

1512.02
520.01

PREPARATION FOR CONCRETE REPAIRS CLASS

1.50

Square Yard

CONCRETE CLASS AA

544

REINFORCING STEEL

692

MOBILIZATION

1.00

1.00

cy

UNIT

$1,600.00
$2,000.06
20.00: Pound

$3.00
$49,500.00:

$2,400.00
$2,000.00

$49,500.00

1001.1

CONCRETE REPAIRS, DECK

35.00

SF

$180.00

$6,300.00

1001.2

CONCRETE REPAIRS, ABUTMENT

8.00

SF

$180.00

$1,440.60

1001.3

CONCRETE REPAIRS, CURB

96.00

LF

$75.00

$7,200.00

:1001.4

1.00

UNIT

$3,600.00

APPROACH REPAIRS

$3,600.00

$162,000.00

6/16/2017 at 9:53 AM 12.1.0.9

Copyright (c) 1989-2013 Hard Dollar Corp. Ail Rights Reserved.

Page 1 of

Page Image
Finance Committee - Agenda - 7/5/2017 - P48

Finance Committee - Agenda - 7/5/2017 - P49

By dnadmin on Mon, 11/07/2022 - 10:22
Document Date
Wed, 07/05/2017 - 00:00
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Wed, 07/05/2017 - 00:00
Page Number
49
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__070520…

{

q

THE CITY OF NASHUA “The Gate City’

Financial Services

Purchasing Department

June 29, 2077
Memo #18-003

TO: MAYOR DONCHESS
FINANCE COMMITTEE

SUBJECT: SIPHON COVERS INSTALLATION — CHANGE ORDER #2 (VALUE: $16,618)
DEPARTMENT: 169 WASTEWATER; FUND: WASTEWATER

Please see the attached communication from Noelle Osborne, Wastewater Department Operations
Supervisor, dated June 22, 2017 for the information related to this purchase.

Pursuant to § 5-78 Major purchases (greater than $10,000) A. All supplies and contractual services,
except as otherwise provided herein, when the estimated cost thereof shall exceed $10,000 shall be
purchased by formal, written contract from the lowest responsible bidder, after due notice inviting bids.

The Wastewater Department Operations Supervisor, Board of Public Works (6/22/2017 BPW meeting)

and the Purchasing Department recommend the approval of this change order in the amount of $16,618
to William P. Davis Excavation, LLC of Portsmouth, NH.

ef Ay LD

“\Ban Kooken
Purchasing Manager

Cc: N Osborne L Fauteux

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

Page Image
Finance Committee - Agenda - 7/5/2017 - P49

Finance Committee - Agenda - 7/5/2017 - P50

By dnadmin on Mon, 11/07/2022 - 10:22
Document Date
Wed, 07/05/2017 - 00:00
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Wed, 07/05/2017 - 00:00
Page Number
50
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__070520…

To:

From:

Re:

G. Motion:

Attachments:

Discussion:

City of Nashua, Public Works Division

Board of Public Works Meeting Date: June 22, 2017

Noelle Osbome, Piant Operations Supervisor
Wastewater Department

Change Order #2 - Siphon Covers Installation project

To approve Change Order #2 for the installation of new siphon and manhole covers
project to William P. Davis Excavation, LLC, of Portsmouth, NH in amount of
$16,617.50. Funding will be through: Department: 169 Wastewater — Account
Classification: 54 Property Services.

Change Order 2

The vortex structure at the wastewater treatment facility is designed to dissipate energy in
the wastewater flow where the Salmon Brook Interceptor meets the South Merrimack
Interceptor. The vortex structure consists of an 8-foot diameter top section and a lower 4-
foot diameter section that extends over 30 feet deep. Upon original installation of the
vortex, the access manhole was not centered over the vortex, leaving no access to clean
the vortex. A new, larger opening centered over the vortex structure is needed.

The new concrete top slab will have a centered hatch opening and built-in safety grate.
William P. Davis Excavation, who completed the work for the siphon cover upgrades
project, was requested to put together a cost proposal for a new top slab on the vortex.
Davis Excavation is ideally situated for this work from their experience with the
installation of new hatch and safety grates during the siphon cover upgrades project.

Davis Excavation was awarded the siphon project in January 2017 in the amount of
$49,875. Change order 1 for the installation of new bolts to replace the existing stripped
bold on covers increased the contract amount by $4,996.20 to a new total amount of
$54,871.20. This change order is in the amount of $16,617.50 brings the new total
contract amount to $71,488.70.

Davis Excavation has satisfactorily completed the siphon cover installation project within
the project schedule and on budget. Their costs are considered reasonable and they will
be able to start in timely manner when requested to do so by the Wastewater Department.

Page Image
Finance Committee - Agenda - 7/5/2017 - P50

Pagination

  • First page « First
  • Previous page ‹‹
  • …
  • Page 2493
  • Page 2494
  • Page 2495
  • Page 2496
  • Current page 2497
  • Page 2498
  • Page 2499
  • Page 2500
  • Page 2501
  • …
  • Next page ››
  • Last page Last »

Search

Meeting Date
Document Date

Footer menu

  • Contact