Skip to main content

Main navigation

  • Documents
  • Search

User account menu

  • Log in
Home
Nashua City Data

Breadcrumb

  1. Home
  2. Search

Search

Displaying 9951 - 9960 of 38765

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 - 4/6/2022 - P304

By dnadmin on Sun, 11/06/2022 - 21:44
Document Date
Fri, 04/01/2022 - 08:56
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Wed, 04/06/2022 - 00:00
Page Number
304
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__040620…

B. Work damaged by blasting shall be repaired or replaced at the Contractor's expense.

B. Ifrock 1s excavated beyond the limits of payment as specified, or authorized in writing
by the Engineer, the excess excavation, whether resulting from over-breakage or other
causes, shall be backfilled, by and at the expense of the Contractor, as specified below:

In pipe trenches, excess excavation shall be filled with the required material and
compacted in the same manner as specified for the material in the zone around
the pipe under Section 02300 EARTHWORK.

In excavations for structures, excess excavation in the rock beneath foundations
shall be filled with concrete which shall have a minimum 28-day compressive
strength of 3000 psi. Other excess excavation shall be filled with Class B backfill
compacted to a minimum of 92 percent density (ASTM D1557 Method C) as
specified under Section 02300, EARTHWORK.

If the rock below normal depth is shattered due to drilling or blasting operations
of the Contractor, and the Engineer considers such shattered rock to be unfit for
foundations, the shattered rock shall be removed and the excavation shall be
backfilled with concrete as required, except that in pipe trenches crushed stone
may be used for backfill, if approved. All such removal and backfilling shall be
done by and at the expense of the Contractor.

D. When directed by the Engineer, the Contractor shall remove all dirt and loose rock from
designated areas and shall clean the surface of the rock thoroughly to determine
whether seams or other defects exist.

E. | When concrete is to be placed on rock, the rock shall be free of all vegetation, dirt,
sand, clay, boulders, scale, excessively cracked rock, loose fragments, water, ice,
snow, and other objectionable substances.

3.03

VIBRATION AND AIR BLAST
MONITORING:

A. The Contractor shall measure air blast and vibration levels of blasting operations to
assure compliance with all applicable regulations and local permits.

B. Records of each day's air blast and vibration measurements shall be submitted to the
Engineer in writing no later than the start of the next day's work. Records shall include,
as a minimum:

=" Identification of instrument
= Name of observer
=" Name of interpreter

2022 Sewer Replacement Project Rock Structure Excavation and Disposal

Nashua, NH

02324-3

Page Image
Finance Committee - Agenda - 4/6/2022 - P304

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

Finance Committee - Agenda - 7/5/2017 - P51

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
51
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__070520…

CHANGE ORDER

PROJECT: Upgrade of Sewer System Siphon Covers

OWNER’S CONTRACT NO:__RFP1087-120916

EXECUTED CONTRACT DATE: February 1, 2017

DATE OF ISSUANCE: June 27, 2017 EFFECTIVE DATE: Upon City Approval
OWNER: City of Nashua, NH

OWNER’s Purchase Order NO.: 131720

CONTRACTOR: William P, Davis, Excavation LLC

ENGINEER: DPW Engineering

You are directed to make the following changes in the Contract Documents:

Description:

> Replace existing vortex structure top slab with new center access top slab with hatch
> Time Extension to complete Change Order #2

Attachment:

» William P. Davis, LLC Change Order #002 Proposal dated May 24, 2017

Change Order #2 1 of 2
Upgrade of Sewer System Siphon Covers

Page Image
Finance Committee - Agenda - 7/5/2017 - P51

Finance Committee - Agenda - 7/5/2017 - P52

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
52
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__070520…

Summary

CHANGE IN CONTRACT PRICE:

Original Contract Price

$49,875.00

CHANGE IN CONTRACT TIMES:
Original Contract Times

Substantial completion: April 28, 2017
Ready for final payment: May 26, 2017

Net changes from previous Change Orders

$4,996.20

Net change from previous Change Orders

none

Contract Price prior to this Change Order

$54,871.20

Contract Times prior to this Change Order

Substantial completion: April 28, 2017
Ready for final payment: May 26, 2017

Net Increase (deerease} of this Change Order

$16,617.50

Net Increase (deerease} of this Change Order

Substantial completion: September 1, 2017
Ready for final payment: September 31, 2017

Contract Price with all approved Change Orders

Contract Times with all approved Change Orders

$71,488.70 Substantial completion: September 1, 2017
Ready for final payment: September 31, 2017
RECOMMENDED: ACCEPTED: APPROVED:
By: By: By:

DPW Engineering Name Mayor Jim Donchess
Engineer Contractor Owner
(Authorized Signature) (Authorized Signature) (Authorized Signature)

Date: Date: Date:
Change Order #2 2o0f 2

Upgrade of Sewer System Siphon Covers

Page Image
Finance Committee - Agenda - 7/5/2017 - P52

Finance Committee - Agenda - 7/5/2017 - P53

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
53
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__070520…

Change Order Form
Change Order #002 - 5/24/2017

Project: Upgrade of Sewer System Access Covers
Location: Nashua, NH

Description: Replace existing vortex structure top slab with new center access top slab with hatch.

Saw cut and remove pavement (18’x18’) on and around existing structure. Excavate to expose entire top slab section.
Drill & install lifting points. Crane onsite to remove existing top slab and set new top slab in place. Existing top slab
will be demolished onsite and concrete ruble to be disposed of. Form and caste in place new H20 rated aluminum
access hatch w/ safety grate to finish grade. Backfill, compact, and fine grade. Place 4” asphalt patch to match
existing grades.

> Total Summary:

Materials: $5,090.00
Rental / Subcontractor: $4,400.00
Labor: $4,960.00
Overhead / Profit 15% = $2,167.50 $2,167.50
Total: $16,617.50
Contract Time Extension: TBD

>» Material:

Precast Top Slab 1 EA @ $1,150.00 $1,150.00
Concrete / Rebar / Form 1 EA @ $725.00 $725.00
Lifting Anchors 1 EA @ $290.00 $290.00
H20 42”X42” Hatch 1 EA @ $2,925.00 $2,925.00
Sub Total $5,090.00

>» Rental / Subcontractor:

2500LB Hammer W/ Machine 1 Day @ $975.00 $975.00
Vio 45 Ex 3 Day @ $275.00 $825.00
C6500 Dump Truck 12 HR @ $75.00 $900.00
Service Truck W/ Tools 4 Day @ $175.00 $700.00
Crane 1 EA @ $1,000.00 $1,000.00
Sub Total $4,400.00
> Labor:
Supervisor 32 Hours @ $65.00 Per $2,080.00
Labor 32 Hours @ $45.00 Per $1,440.00
Labor 32 Hours @ $45.00 Per $1,440.00
Sub Total $4,960.00
VA

tee PRAMIAG oe
Authorized Signature:

WILLIAM P DAVIS EXCAVATION LLC

PO BOX 758 - HAMPTON, NH 03843

Page Image
Finance Committee - Agenda - 7/5/2017 - P53

Pagination

  • First page « First
  • Previous page ‹‹
  • …
  • Page 992
  • Page 993
  • Page 994
  • Page 995
  • Current page 996
  • Page 997
  • Page 998
  • Page 999
  • Page 1000
  • …
  • Next page ››
  • Last page Last »

Search

Meeting Date
Document Date

Footer menu

  • Contact