Attorneys-in-fact who sign contract bonds must file with each bond a certified and effectively dated copy of their power of attorney.
Active SLED Opportunity · CONNECTICUT · TOWN OF MANCHESTER
AI Summary
The Town of Manchester seeks an on-call contractor to replace lead water service lines with copper tubing, including removal of old pipes, installation, restoration, and compliance with federal and local regulations. Bids due April 29, 2026.
The work shall include the removal of the existing lead (or black iron/galvanized steel) pipes, valves and fittings from service. This work will include, but is not limited to, the installation and connection of the new type k seamless copper tubing (ASTM Specification B88 of the latest revision), from the curb stop through the foundation wall and to the meter tail piece. The minimum size of the service line shall be 1-inch.
The specification is for the Town of Manchester Water Department (Water Department) to procure an on-call contractor to provide all equipment, materials and labor to replace an existing lead water service line (owned by the property owner) from the curb stop (owned by the Water Department) to the meter including the replacement of main valve before the meter inside the building. To participate in this program, properties must have no more than 6 units. The contractor shall be responsible for obtaining all permits including but limited to, building permit, water and sewer permit and road encroachment. The contract shall carry the appropriate insurance required to obtain each necessary permit as well as contractor working for the Town. The contractor will be paid for the work through federal Community Development Block Grant funds.
The contractor shall hold the appropriate license(s) issued by the State of Connecticut to do such work. The contractor will be responsible to schedule the appropriate inspections from the Town. All work shall conform to the requirements of the Water Department, Engineering Division and the Connecticut State Building Code.
This bid may be subject to the provisions of ARPA funding. A summary description of the American Rescue Plan Act is attached. Bidders will be asked to provide their SAM (System for Award Management) registration number in the Vendor Information section of this bid.
This contract is subject to provisions of the Town of Manchester Living Wage Ordinance. A summary description of the ordinance and the certification form is attached. Bidders are asked to indicate on the attached Certification Form if your firm would be considered a covered employer. The Certification Form shall be returned to the Town with the proposal.
Within ten (10) business days of the award or notice, or prior to the start of work, whichever comes first, the contractor will provide, pay for, and maintain in full force and effect the insurance outlined here for coverage’s at not less than the prescribed minimum limits of liability. Such coverage is to remain in force during the life of the contract and for such additional time as may be required, and will cover the contractor/ independent insured’s activities, those of any and all subcontractors, or anyone directly or indirectly employed by any of them, or by anyone for whose acts any of them may be liable. Any failure to comply with reporting requirements and provisions of the policies shall not affect coverage provided to Town, its officers, officials, agents, or employees.
A.
Certificates of Insurance: The contractor will give the owner a certificate of insurance completed by a duly authorized representative of their insurer certifying that at least the minimum coverage’s required here are in effect and specifying that the liability coverage’s are written on an occurrence (or claims-made where applicable) form and that the coverage’s will not be canceled, non-renewed, or materially changed by endorsement or through issuance of other policy(ies) of insurance without sixty (60) days advance written notice to the Purchasing Division. Failure of the owner to demand such certificate or other evidence of full compliance with these insurance requirements or failure of the owner to identify a deficiency from evidence provided will not be construed as a waiver of the contractor’s obligation to maintain such insurance. Any failure to comply with reporting requirements and provisions of the policies shall not affect coverage provided to Town, its officers, officials, agents, or employees.
B.
Insurer Qualification: All insurance will be provided through companies authorized to do business in the State of Connecticut and considered acceptable by the owner. Insurance Companies shall maintain a minimum A.M. Best rating of A-/VIII.
C.
Additional Insured: The policy or policies providing insurance as required, with the exception of professional liability and workers’ compensation, will defend and include the owner, directors, officers, representatives, agents and employees, and where applicable owner’s architects or engineers, as additional insureds on a primary and noncontributory basis for work performed under or incidental to this contract.
D.
Retroactive Date and Extended Reporting Period: Coverage, whether written on a claims made or occurrence basis, shall be maintained without interruption from the date of commencement of the Work until date of final payment and then extended for an additional three (3) years from date of final payment.
If any insurance required here is to be issued or renewed on a Claims Made form as opposed to an Occurrence form, the retroactive Date for coverage will be no later than the commencement date of the project. The Claims Made form will have an Extended Reporting Period of three years from the date of project completion. All Claims made policies cancelled or non-renewed and not replaced by a subsequent claims made policy will have an Extended Reporting period of three years from the date of cancellation or non-renewal.
E.
Subcontractors’ Insurance: The contractor will require each subcontractor hired by and/or employed by contractor to purchase and maintain insurance of the types specified below. When requested by the owner, the contractor will furnish copies of certificates of insurance evidencing coverage for each subcontractor.
F.
Waiver of Subrogation: The contractor/subcontractor will purchase required insurance policies that shall be endorsed with a waiver of subrogation and all rights of recovery in favor of the Town, its officers, officials, agents and employees. The contractor will require of subcontractors, by appropriate written agreements, similar waivers each in favor of all parties enumerated in this section.
G.
Indemnification/Defense/Hold Harmless: To the extent provided by law, the contractor shall indemnify, defend, and hold harmless the owner, officers, officials, agents and employees, and if applicable, the engineer and their agents and employees from and against all claims, damages, losses and expenses, including attorney’s fees of counsel selected by the owner, arising out of or resulting from the performance of the work and /or the supplying of materials, provided that any such claim, damage, loss or expense (a) is attributable to bodily injury, sickness, disease or death, or to injury to or destruction of tangible property including the loss of use resulting therefrom, and (b) is caused in whole or in part by any negligent act or omission of the contractor/ insured, any subcontractor, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable, regardless of whether or not they are caused in part by a party indemnified hereunder.
(A)(1) The contractor agrees and warrants that in the performance of the contract such contractor will not discriminate or permit discrimination against any person or group of persons on the grounds of race, color, religious creed, age, marital status, national origin, ancestry, sex, gender identity or expression, status as a veteran, intellectual disability, mental disability or physical disability, including, but not limited to, blindness, unless it is shown by such contractor that such disability prevents performance of the work involved, in any manner prohibited by the laws of the United States or of the state of Connecticut; and the contractor further agrees to take affirmative action to ensure that applicants with job-related qualifications are employed and that employees are treated when employed without regard to their race, color, religious creed, age, marital status, national origin, ancestry, sex, gender identity or expression, status as a veteran, intellectual disability, mental disability or physical disability, including, but not limited to, blindness, unless it is shown by such contractor that such disability prevents performance of the work involved; (2) The contractor agrees, in all solicitations or advertisements for employees placed by or on behalf of the contractor, to state that it is an “affirmative action-equal opportunity employer” in accordance with regulations adopted by the Commission on Human Rights and Opportunities; (3) The contractor agrees to provide each labor union or representative of workers with which such contractor has a collective bargaining agreement or other contract or understanding and each vendor with which such contractor has a contract or understanding, a notice to be provided by the Commission on Human Rights and Opportunities advising the labor union or workers' representative of the contractor's commitments under this section, and to post copies of the notice in conspicuous places available to employees and applicants for employment; (4) The contractor agrees to comply with each provision of this section and sections 46a-68e and 46a-68f and with each regulation or relevant order issued by said commission pursuant to sections 46a-56, 46a-68e, 46a-68f and 46a-86; and (5) The contractor agrees to provide the Commission on Human Rights and Opportunities with such information requested by the commission, and permit access to pertinent books, records and accounts, concerning the employment practices and procedures of the contractor as relate to the provisions of this section and section 46a-56.
(B) If the contract is a public works contract, municipal public works contract or contract for a quasi-public agency project, the contractor agrees and warrants that he or she will make good faith efforts to employ minority business enterprises as subcontractors and suppliers of materials on such public works or quasi-public agency project.
(C) For the purposes of this section, “contract” includes any extension or modification of the contract, “contractor” includes any successors or assigns of the contractor, “marital status” means being single, married as recognized by the state of Connecticut, widowed, separated or divorced, and “mental disability” means one or more mental disorders, as defined in the most recent edition of the American Psychiatric Association's “Diagnostic and Statistical Manual of Mental Disorders”, or a record of or regarding a person as having one or more such disorders. For the purposes of this section, “contract” does not include a contract where each contractor is (1) a political subdivision of the state, including, but not limited to, a municipality, unless the contract is a municipal public works contract or quasi-public agency project contract, (2) any other state, as defined in section 1-267, (3) the federal government, (4) a foreign government, or (5) an agency of a subdivision, state or government described in subdivision (1), (2), (3) or (4) of this subsection.
(D) For the purposes of this section, “minority business enterprise” means any small contractor or supplier of materials fifty-one per cent or more of the capital stock, if any, or assets of which is owned by a person or persons: (1) Who are active in the daily affairs of the enterprise, (2) who have the power to direct the management and policies of the enterprise, and (3) who are members of a minority, as such term is defined in subsection (a) of section 32-9n of the Connecticut General Statutes; and “good faith” means that degree of diligence which a reasonable person would exercise in the performance of legal duties and obligations. “Good faith efforts” shall include, but not be limited to, those reasonable initial efforts necessary to comply with statutory or regulatory requirements and additional or substituted efforts when it is determined that such initial efforts will not be sufficient to comply with such requirements.
(E) The contractor shall develop and maintain adequate documentation, in a manner prescribed by the Commission on Human Rights and Opportunities, of its good faith efforts.
(F) The contractor shall include the provisions of subsections (a) and (b) of this section in every subcontract or purchase order entered into in order to fulfill any obligation of a contract with the state, and in every subcontract entered into in order to fulfill any obligation of a municipal public works contract or contract for a quasi-public agency project, and such provisions shall be binding on a subcontractor, vendor or manufacturer, unless exempted by regulations or orders of the Commission on Human Rights and Opportunities. The contractor shall take such action with respect to any such subcontract or purchase order as the commission may direct as a means of enforcing such provisions, including sanctions for noncompliance in accordance with section 46a-56; provided, if such contractor becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction by the commission regarding a state contract, the contractor may request the state of Connecticut to enter into any such litigation or negotiation prior thereto to protect the interests of the state and the state may so enter.
The work shall include the removal of the existing lead (or black iron/galvanized steel) pipes, valves, and fittings from service. This work will include, but is not limited to, the installation and connection of the new service line, made of type k seamless copper tubing (ASTM Specification B88 of the latest revision), from the curb stop through the foundation wall and to the meter tail piece. The minimum size of the service line shall be 1 inch.
The service shall be installed at a minimum depth of 4’-6”. The new copper service shall have a new lead-free ball valve installed before the meter tail piece and all fittings used to make this connection shall be lead free.
Whenever possible, the new copper service shall use the same penetration through the foundation as the existing service. The ancillary area between the foundation and the new copper service shall be sealed with hydraulic cement as to prevent ground water from entering the basement of the building. A PVC sleeve shall be installed through the foundation to prevent the copper tubing from encountering the concrete wall.
Care should be exercised to avoid excessive damage to the landscaping, lawn, trees and other plantings as well as the building.
The new copper service shall be a continuous length of copper from the connection at the curb stop to the first ball valve before the meter whenever possible. No tees, drains, or connections are permitted (other than the ball valve) before the meter tail piece.
This project includes federal funding and is subject to federal prevailing wage requirements as well. The Contractor is required to pay the higher of the federal or state rate for each wage classification.
In accordance with the provisions of the Town Charter, sealed proposals will be received not later than the date and time set forth above, for furnishing the commodities and/or services listed herein. Proposals must be executed in accordance with and subject to instructions and specifications contained herein.
To All State and Political Subdivisions, Their Agents, and Contractors Connecticut General Statute 31-55a - Annual adjustments to wage rates by contractors doing state work.
Sec. 31-55a. Annual adjustments to wage rates by contractors doing state work. Each contractor that is awarded a contract on or after October 1, 2002, for (1) the construction of a state highway or bridge that falls under the provisions of section 31-54 of the general statutes, or (2) the construction, remodeling, refinishing, refurbishing, rehabilitation, alteration or repair of any public works project that falls under the provisions of section 31-53 of the general statutes shall contact the Labor Commissioner on or before July first of each year, for the duration of such contract, to ascertain the prevailing rate of wages on an hourly basis and the amount of payment or contributions paid or payable on behalf of each mechanic, laborer or worker employed upon the work contracted to be done, and shall make any necessary adjustments to such prevailing rate of wages and such payment or contributions paid or payable on behalf of each such employee, effective each July first.
The prevailing wage rates applicable to any contract or subcontract awarded on or after October 1, 2002 are subject to annual adjustments each July 1st for the duration of any project which was originally advertised for bids on or after October 1, 2002. Each contractor affected by the above requirement shall pay the annual adjusted prevailing wage rate that is in effect each July 1st, as posted by the Department of Labor. It is the contractor’s responsibility to obtain the annual adjusted prevailing wage rate increases directly from the Department of Labor’s Web Site. The annual adjustments will be posted on the Department of Labor Web page: www.ctdol.state.ct.us. For those without internet access, please contact the division listed below. The Department of Labor will continue to issue the initial prevailing wage rate schedule to the Contracting Agency for the project. All subsequent annual adjustments will be posted on our Web Site for contractor access. Any questions should be directed to the Contract Compliance Unit, Wage and Workplace Standards Division, Connecticut Department of Labor, 200 Folly Brook Blvd., Wethersfield, CT 06109 at (860)263-6790.
The scope of work includes repair, regrade and/or reseed all lawns and plantings damaged during the construction work. Any damage to the building shall be repaired. If the new water service requires the excavation of concrete (or bituminous) sidewalk slabs they shall be replaced in kind. For excavations that require the disturbance of a driveway, the driveway shall be repaired in kind. If the contractor is unable to make repairs in kind, the contractor must obtain approval from the homeowner in advance. The contractor must take before and after pictures of any disturbed area.
The old curb box and rod shall be replaced with a new curb and rod. The curb box shall be the extension type with a 42” or 45” stationary rod. Box shall be adjustable for 4’ to 5’ and be provided with a foot piece for 2” services. Valve boxes shall be installed over curb boxes located in paved areas and sidewalks. Manchester Water & Sewer (MWS) Department staff will provide the materials (i.e. curb box, rod, pins and/or gate box) to the installer. Installer will be responsible for the coordination with MWS staff to obtain the materials.
The contractor shall schedule with the Water Department a time in which the water can be shut off to the building at the curb box prior to the date of replacement.
The bid price for the installation of the new copper service will be based on a per foot of copper tubing installed (a minimum 20 foot service will be used for bidding purposes).
This price shall include all materials, equipment, labor, refuse disposal, landscaping/lawn restoration, restoring any plantings, mobilization and demobilization.
Replacement of sidewalks and/or driveways will have a separate line item on a square foot basis, since not all renewals will require these replacements.
The low bidder will be based on the combination of the price per foot of copper service and the square foot cost of restoring the sidewalk (for bid purpose use 4 foot by 5 foot slab) and driveway (for bid purposes use 3 foot by 3 foot area).
The pay item for sidewalk restoration and driveway restoration will only be used when construction warrants the disturbance of the sidewalk or driveway.
The contractor shall replace the service within five (5) days after full contract execution for each site-specific project.
Bid prices shall be valid until the grant funds are used up or until 2 years from the execution of the contract, whichever comes first.
Effective February 1, 2010, the Town of Manchester adopted a living wage ordinance. This Summary Description is designed to provide any vendor bidding on a Town of Manchester contract with the key provisions of that ordinance. It does not contain the full ordinance.
LIVING WAGE REQUIREMENT:
The ordinance requires that companies awarded service contracts by the Town of Manchester exceeding $25,000 in any one fiscal year pay their Eligible Employees a living wage. Companies considered Covered Employers subject to this requirement are defined below. The Town of Manchester has determined that the contract resulting from this bid or Request for Proposals will be subject to the ordinance if the total contract value is $25,000 or more in any one fiscal year.
The living wage is currently calculated to be $17.78 per hour for employees that are provided comprehensive health care benefits, or $26.07 per hour for employees that are not provided comprehensive health care benefits.
The living wage and health benefit requirements are adjusted annually each July, effective July 1, 2010. Companies will be required to pay the applicable living wage rate in effect during the term of their contracts.
COVERED EMPLOYERS AND EXEMPTIONS:
The ordinance requires that Covered Employers pay the living wage rate. Certain employers are excluded from paying the living wage rate. They are as follows:
Non-profit organizations as defined by the ordinance, and
Entities that employ less than 25 eligible employees.
ELIGIBLE EMPLOYEES:
Eligible employees are all permanent, full time employees of the company (defined as a normal work week of at least 30 hours), working in the State of Connecticut, not just those working on the Town contract. The following are not considered eligible employees for the purposes of the living wage requirement:
Employees with a normal work week of less than 30 hours.
Seasonal or temporary employees.
Employees under the age of 18.
Employees hired as part of a school-to-work program.
Students who serves in a work-study program or as an intern.
Trainees participating for not more than six months in a training program.
Employees enrolled in a governmentally funded vocational rehabilitation program.
Volunteers working without pay.
Employees exempted under Section 14(c) of the Fair Labor Standards Act due to disabilities.
Any person whose wage rate is subject to a federal or State of Connecticut statute or regulation mandating a prevailing wage rate.
EMPLOYER OBLIGATIONS:
Covered Employers are required to do the following pursuant to the ordinance.
Certify with the submission of their bid or proposal a) that they will pay the required living wage to eligible employees if awarded a contract, or b) that they are exempt from requirements of the ordinance,
Upon award, covered employers shall provide the Town a sworn affidavit affirming that all eligible employees of the covered employer working in the State of Connecticut are receiving the living wage and health benefits required by this ordinance.
This sworn affidavit shall be provided thereafter on an annual basis within 30 days of a request being made by the Town if the duration of the contract exceeds one (1) year.
Notify their employees of their rights under the Living Wage Ordinance by posting a copy of the ordinance and other materials prepared by the Town of Manchester in locations where employees will see them.
Make best efforts to attempt to hire residents of the Town of Manchester for all new positions which result from a service contract subject to the ordinance.
PROHIBITED PRACTICES:
Covered Employers cannot decrease non-wage benefits (such as insurance, vacation, or pension) as a means of complying with the living wage requirements.
Covered Employers cannot retaliate or discriminate against any employee for making a complaint against the covered employer regarding compliance with living wage requirements.
ENFORCEMENT:
The Town may enforce the provisions of this ordinance by the imposition of fines, suspension of contract or declaring the Covered Employer ineligible for future contracts.
WAIVERS:
The ordinance provides for the waiver of certain requirements in the ordinance. However, no waivers will be considered until the bidding process has been completed and a contract has been awarded. Requests for waivers must be made by the Covered Employer, in writing, to the Town Manager. The Town Manager shall submit the waiver request to the Board of Directors, which shall have the sole discretion as to whether it is granted.
The above is intended to be a summary of the requirements of the living wage ordinance as they affect covered employers and is provided for informational purposes only. Employers should read the entire Living Wage Ordinance. It can be found online at www.manchesterct.gov Purchasing and click on Living Wage Ordinance.
As direct recipients of State and Local Fiscal Recovery Funds (SLFRF) under the American Rescue Plan Act (ARPA), the Town of Manchester (Town) and its departments are required to provide evidence of exercising due diligence in assessing the qualifications of subrecipients and the processes that they employ to meet the requirements of managing, administering, and accounting for ARPA funds in accordance with regulations.
A subrecipient is a non-Town entity that receives a sub-award of ARPA funds for the purpose of carrying out projects that have been authorized though the legislative process.
Subrecipient (200.93): Subrecipient means a non-Federal entity (grantee) that receives a subaward from a pass-through entity (Manchester) to carry out part of a Federal program; but does not include an individual that is a beneficiary of such a program.
The U.S. Federal UEI (Unique Identifier Entity Number) number (this number was historically referred to as the DUNS number) must be provided before an award is made. Please note: If UEI numbers cannot be obtained through SAM.gov in a timely manner, the grantee Taxpayer Identification Number (TIN) will be accepted in the interim.
A.
To the extent applicable, the amounts and types of insurance will conform to the minimum terms, conditions, and coverages of Insurance Services Office (ISO) policies, forms, and endorsements.
B.
If the contractor has self-insured retention’s or deductibles under any of the following minimum required coverage’s, the contractor must identify on the certificate of insurance the nature and amount of such self-insured retention’s or deductibles and provide satisfactory evidence of financial responsibility for such obligations. All self-insured retentions or deductibles will be the contractor/ independent insured’s sole responsibility.
C.
Workers’ Compensation Insurance: With respect to all operations the Contractor performs and all those performed for it by subcontractors, the Contractor shall carry, and require each subcontractor to carry Workers’ Compensation insurance as required by the laws of the State of Connecticut.
Employer’s Liability insurance shall be provided in amounts not less than:
• $500,000 per accident for bodily injury by accident,
• $500,000 policy limit by disease; and
• $500,000 per employee for bodily injury by disease.
D.
Commercial General Liability Insurance: With respect to the operations the Contractor performs and also those performed for it by subcontractors, the Contractor shall carry, and require each subcontractor to carry, Commercial General Liability insurance, including Contractual Liability, Products and Completed Operations, Broad Form Property Damage and Independent Contractors in an amount not less than $1,000,000 combined single limit, per occurrence, and $2,000,000 aggregate. Owner shall be included as additional insured. Per project aggregate to apply.
Notes:
•If underground work is to be undertaken, each policy shall have coverage for and exclusions removed for “Explosion, Collapse and Underground” (“XCU”) hazards.
•Should blasting be required, all necessary permits for the use of explosives shall be obtained by the contractor or insured from the Fire Marshall.
E.
Automobile Liability Insurance: The Contractor shall obtain automobile liability insurance with a minimum limit of $1,000,0000 combined single accident, covering the operation of all motor vehicles, including those hired or borrowed, that are used in connection with the Project for all damages arising out of bodily injury to or death of all persons and/or injury to or destruction of property. This policy shall not be subject to an annual aggregate limitation.
F. Umbrella/Excess Coverage: contractor shall purchase and maintain umbrella/excess liability insurance with a limit of not less than $1,000,000 per occurrence/aggregate, covering all lines of insurance required by this contract. This coverage is required to sit above the underlying General Liability, Automobile Liability and Employer Liability part of the Workers Compensation policies. Depending on the scope and size of risk of the work to be performed, higher limits of coverage may be required.
G.
Owner’s and Contractor’s Protective Liability Insurance for and in the Name of the Town and/or State: With respect to the Contractor’s operations and also those of its subcontractors, the Contractor shall carry, for and on behalf of the Town and/or State for each accident or occurrence resulting in damages from bodily injury to or death of persons and/or injury to or destruction of property, with a minimum of $1,000,000 per occurrence.
Other Insurance Coverage That May Be Required:
• Professional Liability: Not less than $1,000,000 per claim and aggregate to be maintained for the duration of the agreement and three years following its termination. This insurance requirement applies when a contractor has a professional designation or license and/or is providing professional services. The minimum limit for architects and engineers is $1,000,000 per claim and in the aggregate and may be increased depending upon the nature of the services to be provided to Owner.
• Cyber Risk Insurance: Not less than $1,000,000 per cyber incident to be maintained for the duration of the agreement and three years following its termination. This insurance requirement applies when a third party will be using, storing, or accessing private, confidential or protected information.
• Environmental Liability: Not less than $1,000,000 per claim and in the aggregate. This insurance requirement applies when a contractor will be performing environmental clean-up work (decontamination/remediation), will be working with hazardous substance or waste, or may have similar such exposures while performing work under the proposed agreement. Higher limits of environmental liability coverage may be required depending upon the scope of work.
** Exceptions to the above requirements are subject to the sole discretion of the Town of Manchester **
Version 4.2.2024
This project is being funded in whole or in part by the Town of Manchester using Federal funds from the U. S. Department of Housing and Urban Development under the Community Development Block Grant Program. The following federal contract requirements must be complied with by the contractor and all sub‑contractors in connection with the performance of work under this contract.
This notice is intended to summarize the HUD specific requirements for this project. Detailed federal contracting requirements are located online at the HUD website (www.hud.gov). This summary does not relieve the Contractor from compliance with any federal contracting requirements.
All recipients of federal funds are required to have a UEI number and active registration in the SAM database. Information on how to register (or to make sure your registration is current) is available here: https://sam.gov/content/entity-registration Contractors and all subcontractors must have and maintain an active SAM registration.
Grantee must comply with the requirements of the Build America, Buy America (BABA) Act, 41 USC 8301 note, and all applicable rules and notices, as may be amended, if applicable to the Grantee’s infrastructure project. Pursuant to HUD’s Notice, “Public Interest Phased Implementation Waiver for FY 2022 and 2023 of Build America, Buy America Provisions as Applied to Recipients of HUD Federal Financial Assistance” (88 FR 17001), any funds obligated by HUD on or after the applicable listed effective dates, are subject to BABA requirements, unless excepted by a waiver.
No Contractor currently on the Federal Government’s “List of Current Exclusions” (debarment list) or on HUD’s “Limited Denial of Participation” list may be awarded any part of this contract. For more information, visit www.sam.gov.
The Contractor agrees to abide by the provisions of 24 CFR 570.611 with respect to conflicts of interest, and covenants that it presently has no financial interest and shall not acquire any financial interest, direct or indirect, which would conflict in any manner or degree with the performance of services required under this Agreement. The Contractor further covenants that in the performance of this Agreement no person having such a financial interest shall be employed or retained by the Contractor hereunder. These conflict of interest provisions apply to any person who is an employee, agent, consultant, officer, or elected official or appointed official of the Grantee, or of any designated public agencies or Contractors which are receiving funds under the CDBG Entitlement program.
The Contractor shall allow for access by the Owner, the U. S. Department of Housing and Urban Development, the Comptroller General or any of their duly authorized representatives to any books, documents, papers, correspondence, construction drawings, receipts, vouchers, payrolls, and agreements with subcontractors which are duly pertinent to the Contract for the purpose of making audits, examinations, excerpts and transcripts. The Contractor shall preserve all such records for a period of three (3) years after the final payment hereunder.
Compliance with Section 3 is required for all contracts and subcontracts in excess of $300,000. Contractors and subcontractors that receive HUD assistance below the $300,000 threshold are still encouraged to provide, to the greatest extent feasible, training, employment, and contracting opportunities generated by the expenditure of this assistance to low- and moderate-income persons, and business concerns owned by low- and moderate-income persons, or which employ low- and moderate-income persons. For more information on HUD Section 3 requirements, visit https://www.hud.gov/section3
Contractors must comply with all applicable standards, orders, or requirements issued under section 306 of the Clean Air Act (42 U.S.C. 1857(h)), section 508 of the Clean Water Act (33 U.S.C. 1368), Executive Order 11738 and Environmental Protection Agency regulations (40 CFR Part 15).
The Sub-recipient agrees that any construction or rehabilitation of residential structures with assistance provided under this contract shall be subject to HUD Lead-Based Paint Regulations at 24 CFR 570.608 and 24 CFR Part 35.
The contractor and subcontractors agree to comply fully with the following legal provisions.
Title VII of the Civil Rights Act of 1964, as amended, and implementing regulations at 29 CFR part 31, which prohibits discrimination and requires provision of equal opportunity on the basis of race, color, or national origin (including language access for limited English proficient persons).
Section 504 of the Rehabilitation Act of 1973, as amended (including amendments made by the Americans with Disabilities Act of 2008 [ADAAA]), and DOL’s implementing regulations at 29 CFR part 32, which prohibits discrimination and require provision of equal opportunity on the basis of disability.
Fair Housing Act, which prohibits discrimination in housing on the basis of race, color, national origin, religion, sex, familial status or disability.
Hatch Act states that no funds provided, nor personnel employed under this contract, shall be in any way or to any extent engaged in the conduct of political activities in violation of Chapter 15 of Title V United States Code.
Section 104 (b) and Section 109 of Title I of the Housing and Community Development Act of 1974 as amended
Additionally, the Contractor agrees to comply with all requirements outlined in the HUD Addendum 1 provisions below.
HUD Addendum 1 Subrecipient Agreement Provisions
Part I: Incorporation of PY 2025 Federal Policy Provisions
I. Purpose and Authority
The Town of Manchester is a recipient of FY 2025 Community Development Block Grant (CDBG) funds from the U.S. Department of Housing and Urban Development (HUD). HUD’s FY 2025 grant agreement includes Addendum 1 – Policy Requirements, issued pursuant to Executive Orders 14168, 14182, 14154, 14218, and related statues and regulations. These policy provisions are binding on all recipients and subrecipients of CDBG funds.
II. Incorporation by Reference
To ensure full compliance, the Grantee hereby incorporates into Subrecipient Agreements, by reference without attaching the federal Addendum 1 itself, the specific policy provisions derived from Addendum 1 and outlined in Exhibit E (FY 2025 Federal Policy Clauses). Exhibit E is made part of the Agreement as if fully stated herein and may be administratively updated by the Grantee as HUD issues subsequent guidance or amendments to Addendum 1.
III. Applicability and Flow-Down
The Subrecipient shall comply with all requirements stated in Exhibit E, and shall ensure that its employees, contractors, and consultants likewise comply with those requirements for all activities funded in whole or in part with CDBG funds. These provisions shall “flow down” to all covered agreements.
IV. Compliance and Enforcement
Compliance with the policies in Exhibit E is a material condition of the Agreement and of the Subrecipient’s eligibility for reimbursement. The Grantee may require the Subrecipient to provide program materials (including flyers, outreach publications, or participant documentation) to verify compliance. Failure to comply may result in corrective action, suspension of payments, or termination of the Agreement in accordance with 2 CFR 200.339-343.
V. Relationship to other Federal Requirements
These FY 2025 policy provisions are in addition to, and do not supersede, other Federal requirements applicable to the Agreement. In the event of a conflict, the more restrictive provision shall apply unless HUD provides written direction otherwise.
VI. Reference Authorities
The policy provisions in Exhibit E implement the following federal authorities:
* a. Executive Order 14168 – Defending Women from Gender Ideology Extremism and Restoring Biological Truth to the Federal Government
b. Executive Order 14173 – Ending Illegal Discrimination and Restoring Merit- Based Opportunity
* c. Executive Order 14182 – Enforcing the Hyde Amendment
d. Executive Order 14154 – Unleashing American Energy
e. Executive Order 14218 – Ending Taxpayer Subsidization of Open Borders
f. Executive Order 14205 – Establishment of the White House Faith Office
* g. 8 U.S.C. 1601 et seq. (PRWORA – Immigration Eligibility and Verification)
h. 31 U.S.C. 3729(b)(4) (False Claims Act-Material Compliance Provision)
* Policies marked with an asterisk are subject to pending litigation and are not
currently applicable. Addendum 1 may be updated administratively as HUD
issues subsequent guidance or amendments.
Part II: PY 2025 FEDERAL POLICY CLAUSES (CDBG PROGRAM)
This Exhibit sets forth the Federal policy requirements that apply to the Subrecipient as a condition of participation in the CDBG Program. These provisions are incorporated into and made a material part of the Subrecipient Agreement.
* Section 1. Prohibition on Use of Funds to Promote “Gender Ideology”
a. “Gender Ideology” means any theory or policy asserting that sex is determined by subjective identity rather than biological reality as defined in Section2(f) of E.O. 14168 and any subsequent HUD or OMB guidance.
b. For the purposes of this section, “Promote” means to publicly advocate, endorse, distribute, advertise, or otherwise support, through funded publications, events, or materials, the prohibited ideology.
Section 2. Compliance with Federal Anti-Discrimination Laws and False Claim Act Provisions.
* Section 3. Prohibition on Use of Funds for Elective Abortions
3.1 Policy Requirement. Pursuant to E.O. 14182, Enforcing the Hyde Amendment, the Subrecipient shall not use any CDBG funds to fund or promote elective abortions.
3.2 Definition. For the purposes of this section, “Promote” means to publicly advocate, endorse, distribute, advertise, or otherwise support, through funded publications, events, or materials, the performance of elective abortions.
3.3 Grantee Review. At the request of the Grantee, the Subrecipient shall provide advance copies of flyers, brochures, or other outreach materials for Grantee review to ensure compliance with this provision.
Section 4. Environmental Considerations
4.1 Policy Requirement. Notwithstanding any prior Notice of Funding Opportunity (NOFO) or application materials, the Agreement shall not be governed by orders revoked in E.O. 14154, Restoring the Rule of Law in Federal Administration, including E.O. 14008, Tackling the Climate Crisis at Home and Abroad.
4.2 NEPA Unchanged. Nothing in this section shall alter or exempt the Subrecipient from compliance with existing environmental-review requirements under 24 CFR Part 58 or the National Environmental Policy Act (NEPA), 42 U.S.C. § 4321 et seq. If the NEPA statute or its implementing regulations—including those at 24 CFR Part 58—are amended or superseded during the term of this Agreement, this provision shall be automatically deemed amended to reflect and require compliance with such updated authority, as interpreted by HUD or other applicable Federal agencies.
Section 5. Immigration Status and Verification and SAVE System Compliance
5.1 Policy Requirement. To ensure implementation and compliance with Title IV of the Personal Responsibility and Work Opportunity Reconciliation Act of 1996 (PRWORA, 8 U.S.C. 1601-1646) and E.O. 14218, Ending Taxpayer Subsidization of Open Borders, the Subrecipient shall assist the Grantee in ensuring that CDBG assistance is not provided to ineligible aliens.
5.2 Subrecipient Role. Subrecipients serving as program administrators shall assist the Grantee in ensuring compliance with PRWORA. Subrecipients may collect intake information and supporting documentation. The Subrecipient shall transmit the documentation to the Grantee for verification through the Systematic Alien Verification for Entitlements (SAVE) Program or an equivalent verification system approved by the Federal Government.
5.3 Grantee Role and Determinations. The Grantee shall perform all SAVE verifications and maintain the official verification record. Any denial decisions issued by the Grantee based on SAVE results or Federal guidance are final and binding on the Subrecipient.
5.4 Prohibition. No Subrecipient shall use CDBG funds in a manner that, by design or effect, facilitates the subsidization or promotion of illegal immigration or shields illegal aliens from deportation, including by maintaining policies or practices that materially impede enforcement of Federal immigration laws.
Section 6. Equal Treatment for Faith-Based Organizations.
6.1 Policy Requirement. Faith-based organizations are eligible to participate as Subrecipients on the same basis as any other organization, consistent with E.O. 14205.
6.2 Prohibition on Religious Activities. No CDBG funds may be used for inherently religious activities such as worship, instruction, or proselytization. Any such religious activities must be separate in time or location from HUD-funded activities and voluntary for participants.
6.3 Non-Discrimination. The Subrecipient shall not, in the selection of contractors, vendors, or beneficiaries, discriminate on the basis of religious character, affiliation, or exercise.
* Policies marked with an asterisk are subject to pending litigation and are not currently
applicable. Addendum 1 may be updated administratively as HUD issues subsequent
guidance or amendments.
Important Instructions for Electronic Submittal
Specifications and bid forms must be obtained online at Town of Manchester Procurement Portal (opengov.com). The exclusive means by which all prospective bidders may obtain bid packages, direct inquiries, request and receive addenda and supplemental information, and submit bids and proposals, shall be through the Town of Manchester’s OpenGov portal.
Bids may be received up to the deadline date and time listed in the solicitation documents, via the Town’s e-Procurement Portal. The Town e-Procurement Portal Clock is the official clock for the determination of all deadline dates and times. Without exception, responses will not be accepted after the submission deadline regardless of any technical difficulties such as poor internet connections. The Town of Manchester strongly recommends completing your response well ahead of the deadline.
Addenda Notification and Acknowledgement
Addenda Notification: Bidders are required to register for an account via the Town’s e-Procurement Portal hosted by OpenGov. Once the bidder has completed registration, you will receive addenda notifications to your email by clicking “Follow” on this project. Ultimately, it is the sole responsibility of each bidder to periodically check the site for any addenda at Town of Manchester Procurement Portal (opengov.com).
Submitting Questions and Receiving Responses
Bidders shall submit all inquiries regarding this bid via the Town’s e-Procurement Portal. Please note any deadline for submitting inquiries. All answers to inquiries will be posted on the Town’s e-Procurement Portal. Bidders may also click “Follow” on this bid to receive an email notification when answers are posted. It is the responsibility of the bidder to check the website for answers to inquiries.
When applicable, state bids will be considered for this service.
The Purchasing Authority reserves the right to waive any informality or reject any and all bids. In addition to the bid specifications, all bids are subject to the terms, provisions and conditions of the Manchester Charter, Code of Ordinances, and Purchasing Guidelines. By bidding on the proposed purchase, the bidder agrees to such terms, provisions and conditions.
An Equal Opportunity/Affirmative Action Employer
Each bid shall be accompanied by a certified cashier’s check, or bid bond, in the amount of 5% of the total bid price, payable to Town of Manchester, as a guarantee that the bidder, if its bid is accepted, will promptly execute the Agreement. The bidder shall guarantee the total bid price for a period of 60 days from the date of the bid opening.
Please scan and upload a copy of your bid bond/cashier's check. Bidder must also MAIL bid guarantee with a postmarked date no later than Wednesday, April 29, 2026 addressed to:
Town of Manchester
Purchasing Division
494 Main St, PO BOX 191
Manchester, CT 06045-0191
Please have the Bidder Name, Contract Title (ON-CALL LEAD WATER SERVICE REPLACEMENT"), and Contract Number ("25/26-58") listed clearly on the outside of the envelope.
These rules and regulations have been adopted by the Board of Directors of the Town of Manchester pursuant to Section 5-22 of the Town Charter. They are standard for all competitive bidding proposals issued by the Town of Manchester, Connecticut for contracts of all types where labor, materials, and necessary equipment to complete work is to be furnished to the Town, where the Town is to purchase supplies, materials, and equipment, where the Town is to sell surplus materials and equipment, or where the Town is to sell real estate. These rules and regulations shall be binding upon all prospective bidders and the Town of Manchester.
The Contractor shall furnish a surety bond or bonds as security for faithful performance of this Contract and for the payment of all persons performing labor and materials under this Contract.
The Performance Bond and the Labor and Materials Bond shall be equal to one hundred percent (100%) of the contract price and shall be furnished within ten (10) business days of the Notice of Award or prior to the start of Work, whichever comes first.
The surety on such bond or bonds shall be a duly authorized surety company qualified to do business under the laws of the State of Connecticut and satisfactory to the Town.
1. The Purchasing Authority may delete or modify any of the instructions to bidders for a particular proposal, indicating such change in the appropriate section of the proposal documents. The Purchasing Authority may insert special instructions in any special contracts which are subject to competitive bidding.
2. The proposal is signed by the bidder with full knowledge of, and agreement with, the general specifications, conditions, and requirements of this bid. In addition to the bid specifications, all bids are subject to the terms, provisions and conditions of the Manchester Charter, Code of Ordinances, and Purchasing Guidelines. By bidding on the proposed purchase or service, the bidder agrees to such terms, provisions, and conditions.
3. The Town has transitioned to electronic bidding. Vendors should submit solicitation responses electronically via the Town of Manchester Procurement Portal. Vendors will be asked to register and should do so prior to submitting bid documents.
4.This bid and any addenda will be issued on the Town of Manchester website bidding portal. It shall be the responsibility of the bidder to download this information. THE TOWN OF MANCHESTER WILL NOT MAIL A SEPARATE HARD COPY OF ADDENDUM TO BIDDERS. Failure of any bidder to receive any such addendum or interpretation shall not relieve such bidder from any obligation under his bid as submitted. All addenda so issued shall become part of the Contract Documents.
5. Bid prices may not be withdrawn by bidder for 90 days after bid opening.
6. Proposals received later than the time and date specified will not be considered. Amendments to, or withdrawals of bids received later than the time and date set for bid opening will not be considered.
7. All bids shall be opened via a virtual meeting link posted and read aloud. All bids shall be tabulated and copies of said tabulation shall be posted on the website
8. All deliveries of commodities or services hereunder shall comply in every respect with all applicable laws of the Federal Government and/or the State of Connecticut.
9. Purchases made by the Town of Manchester are exempt from payment of Federal Excise Taxes and the Connecticut Sales Tax and such taxes must not be included in bid prices. Federal Excise Tax exemption certificates, if requested, will be furnished.
10. The Bidder, where applicable, shall insert/include the price per stated unit and extend a total price for each item. In the event there is a discrepancy between the unit price and the extension, the unit price will govern. The total cost shall be the sum of the extended prices.
11. Bidders shall, where applicable, submit terms for payment in spaces provided in the proposal form, showing the amount of cash discount which shall apply to bid prices when paid within the stated number of days in the proposal.
12. All inquiries shall be submitted within the time limitations specified in the bid documents and shall be requested via the online portal Q&A. All information given by the Town other than through the OpenGov portal shall be informal and shall not be binding upon the Town nor shall it furnish a basis for legal action by any bidder or prospective bidder against the Town.
12A. The Town reserves the right to reject any and all bids, to waive technical defects and to make such awards including accepting a bid, although not the low bid, as it deems in its sole discretion to be in the best interest of the Town. The Town reserves the right to reject any bid if the bidder, any officer of the bidder, or any other company owned in whole or in part by any officer(s) of the bidder, is delinquent in the payment of any taxes or fees owed to the Town. The Town reserves the right to require a disclosure statement from the bidder listing the name(s) of all officers of the company.
12B. In the event the Town determines that a contractor is delinquent in any payment due the Town, then the Town may offset the delinquent amount due to the Town against the sums owed the contractor.
13. The Town of Manchester may make such investigation as deemed necessary to determine the ability of the bidder to discharge a contract. The bidder shall furnish the Town with all such information and data as may be required for that purpose. The Town reserves the right to reject any bid if the bidder fails to satisfactorily convince the Town that he is properly qualified by experience and facilities to carry out the obligations of the contract and to satisfactorily complete the work called for herein, or if the bid is conditional in nature.
14. Except where otherwise provided, a contract between the Town and a successful bidder shall consist of the Invitation to Bid, Specifications, Plans, Bid including Proposal form and these Rules and Regulations. Acceptance by the Town may be by purchase order for the portion of the work awarded to a contractor.
15. All Invitations to Bid shall be publicly advertised in a newspaper having a general circulation within the Town of Manchester, Connecticut.
16. Bids shall be made available on the Town of Manchester Purchasing Web Site via the Bidding site.
17. Alternate bids shall not be accepted unless otherwise specified in the bid documents.
18. Any act or acts of misrepresentation or collusion shall be a basis for disqualification of any bid or bids submitted by such persons guilty of said misrepresentation of collusion. In the event that the Town enters into a contract with any bidder who is guilty of misrepresentation or collusion and such conduct is discovered after the execution of said contract, the Town may cancel said contract without incurring liability, penalty, or damages.
19. In the event that any bidder wishes to protest the potential award of a bid, the bidder must make it’s protest in writing identify the protesting party and the bid number, title and shall include a factual summary of the basis of the protest including any documents that shall be considered and request a conference with respect thereto. Said protest must be received in the Town of Manchester Purchasing Office, within FIVE (5) business days after the award decision.
20. A conference with respect to said protest shall be scheduled by the Purchasing Authority and shall be attended by the Purchasing Authority or their designee and such other persons as the Purchasing Division and the Town Manager shall require attend. The subject matter of said conference shall be limited to the reasons for the protest specified in the written request for said conference. Said conference shall also include a discussion of all possibilities for a resolution of dispute. The Town shall make a decision in writing within three (3) business days after said conference and notify protesting bidder.
21. In the event that any protesting bidder wishes to take legal action against the Town, they must first fully comply with all of these Rules and Regulations, including those which have been changed by the Purchasing Authority pursuant to paragraph 1 herein.
22. Except for special instructions inserted in special contracts by the Purchasing Authority pursuant to paragraph 1 herein, in the event of any conflicts between these Rules and Regulations and the terms and conditions of any document these Rules and Regulations shall prevail.
23. The contractor shall not transfer, sublet, or assign the contract by Power of Attorney or otherwise to any person, firm, or corporation, or in any way vary the terms of the contract without written permission from the Town. The Town has the right to terminate with a thirty (30) day written notice to the contractor. The Town reserves the right to terminate the contract at any time during the contract period. Such termination shall be effective immediately after giving written notice to the contractor that the Town is terminating the contract.
24. All Awards shall be made by the Purchasing Authority.
25. The Town reserves the right to purchase additional items as listed in this invitation to bid, at the price herein bid, for a period of up to one (1) year from date of award.
26. Tariff Increases:
The prices set forth in this bid shall be firm and not subject to increase due to any new or increased tariffs, duties, or trade restrictions imposed after the bid submission date, whether by domestic or foreign authorities. The Seller assumes all risk and liability for any such increases and shall not pass on any additional costs to the Buyer unless agreed to in writing in advance.
Should the Seller seek an adjustment due to a material tariff change, the Seller must notify the Buyer in writing within ten (10) business days of the change, providing detailed documentation of the impact. The Buyer reserves the right to reject any proposed price adjustment or to seek alternative suppliers if an acceptable resolution is not reached.
27. The Town reserves the right to reject bids from companies that have on two or more occasions withdrawn their bids after bids have been opened.
Bid responses will be received by 11:00 am on Wednesday, April 29, 2026
Bid openings will be held virtually through Zoom.
ZOOM meeting instructions are as identified in the Introduction Section above.
The virtual bid opening will be exactly the same as a regular bid opening – Purchasing staff will open the bids and read the results out loud. Results are not final until reviewed, tabulations compiled and then posted/distributed to participants. In addition, the requesting department will recommend an award after a complete review of the submissions.
Did you read through the entire solicitation and confirm that you met all of the bid requirements therein?
This bid and any addenda will be issued on the Town of Manchester website bidding portal. It shall be the responsibility of the bidder to download this information. THE TOWN OF MANCHESTER WILL NOT MAIL A SEPARATE HARD COPY OF ADDENDUM TO BIDDERS. Failure of any bidder to receive any such addendum or interpretation shall not relieve such bidder from any obligation under his bid as submitted. All addenda so issued shall become part of the Contract Documents.
Please upload any required information in this section.
Please provide your Company Name
Your Company Address
Your Company's FEIN Number
Your Company's System Award Management Number (SAM)
Your Company's State Contractor License Number (if applicable)
Main Contact Name and Title
Telephone Number
Email Address
The U.S. Federal UEI (Unique Identifier Entity Number) number (this number was historically referred to as the DUNS number) must be provided before an award is made. Please note: If UEI numbers cannot be obtained through SAM.gov in a timely manner, the grantee Taxpayer Identification Number (TIN) will be accepted in the interim.
Please scan and upload a copy of your bid bond/cashier's check. Bidder must also MAIL bid guarantee with a postmarked date no later than Wednesday, April 29, 2026 addressed to:
Town of Manchester
Purchasing Division
494 Main St, PO BOX 191
Manchester, CT 06045-0191
Please have the Bidder Name, Contract Title (ON-CALL LEAD WATER SERVICE REPLACEMENT"), and Contract Number ("25/26-58") listed clearly on the outside of the envelope.
Please download the document below, complete, sign and upload.
In order to collect your official tax identity, a current Form W-9, Request for Taxpayer Identification Number and Certification, is required before engaging in any business with the Town of Manchester.
Please ensure that you have completed all necessary fields on the form, specifically Part I, Taxpayer Identification Number (TIN) and Part II, Certification.
Payments to the vendor may be delayed if Form W-9 is not received.
Please download Form W-9 from the IRS website or use the fillable form below.
Complete, sign and include it with your submission.
Instructions for the Requester of Form W-9 https://www.irs.gov/pub/irs-pdf/iw9.pdf
Form W-9 https://www.irs.gov/pub/irs-pdf/fw9.pdf
Complete, sign and upload.
Will the total contract value be $25,000 or more in one fiscal year?
For contracts equal to or greater than $100,000 regardless of funding.
Would you like to have bidders respond to an electronic pricing table through OG PRO software?
Some examples of of when to say "yes":
Required for State Funded Projects $150,000 or more
Required for recipients of ARPA funds
Q (Bid Bond): Hi, You have requested a 5% bid bond for this project, but your bid form is only asking for unit pricing. Do you have a budget for this project? I would need a more accurate total to obtain the proper bid bond amount. Thanks
A: $200,000
SLED stands for State, Local, and Education. These are solicitations issued by state governments, counties, cities, school districts, utilities, and higher education institutions — as opposed to federal agencies.
SamSearch Platform
AI-powered intelligence for the right opportunities, the right leads, and the right time.