SLED Opportunity · CONNECTICUT · CITY OF SHELTON
AI Summary
City of Shelton seeks bids for replacement of 38 double-hung windows at Shelton Senior Center. Project includes removal, installation of Andersen 400 Series windows, and compliance with HUD CDBG requirements. Mandatory pre-bid meeting April 10, 2026. Bids due April 24, 2026 via e-Procurement portal.
The City of Shelton (“City”) is seeking competitive bids for Replacement Windows for Shelton Senior Center.
Please note change in pricing the tables to reflect questions asked and answered in thr Q & A section.
Addendum # 1 to Bid # 2026-26
Any sizes or estimates of quantities as shown on drawings or stated herein are approximate and are not guaranteed in any respect. The City reserves the right at all times to increase or decrease the amount of work if deemed in its best interest. Price is to include all labor, materials, tools, equipment, plant, mobilization, permits, insurances, etc., required to properly complete the project. The City of Shelton reserves the right to award the bid with multiple items:
The Bidder must not discriminate, nor permit discrimination, against any person on the grounds of race, color, national origin, religion, sex, handicap, or veteran status, in their employment practices, in any of their contractual arrangements, in all service and accommodations they offer to the public, and in any of their other business operations. The successful bidder MUST secure all required permits (local, state, federal) prior to commencing work on the site, if applicable.
The successful bidder will be required to furnish a Certificate of Insurance naming the City of Shelton as the additional insured. The insurance is to be suitable Contractor’s Liability and Worker’s Compensation, thereby making the City of Shelton harmless from all eventualities that may occur relative to this Bid and the resulting purchase order or contract.
The Contractor shall not commence any work under the Contract until all insurance required by this section has been obtained and certificates of insurance and any other evidence of required coverage requested by the City, including a copy of the policy itself, have been received and approved by the City. Such policies shall stipulate that no coverage can be changed or canceled, including for non-payment of premium, unless the City has had thirty (30) days prior notice in writing. Certificates of renewal or changes in policies shall be delivered to the City at least thirty (30) days prior to the expiration of the policy. The City always reserves the right to reject insurance companies; if approved insurance policies cannot be provided, the contract shall be terminated. The insurance requirements set forth are minimum limits of coverage only and in no way limit the Contractor’s liability. The following insurance is required to be maintained in full force until all work required by the contract has been fully completed, except that products / completed operations coverage shall be maintained for five (5) years. Insurance will be primary and non-contributory with a 30-day notice of cancelation in favor of the City of Shelton. Insurance carriers will be no less than A-rated and admitted carrier or subject to review by the City of Shelton.
Worker’s Compensation Insurance: The Contractor shall carry Worker’s Compensation and Employer’s Liability Insurance in the form and in such amounts as may be currently required to comply with the labor laws of the State of Connecticut.
Automobile Insurance: The Contractor shall carry and maintain during the life of the Contract a policy with a combined single limit of $1,000,000 and rider CA9948 or equivalent. This policy shall include all liability of the Contractor arising from the operation of all self-owned motor vehicles used in the performance of the Contract, and shall also include a ‘non-ownership’ provision covering the operation of motor vehicles not owned by the Contractor, but used in the performance of the work.
Commercial General Liability:
Bodily injury and property damage: $1,000,000 each occurrence / $2,000,000 aggregate
Products / Completed Operations: $1,000,000 each occurrence / $2,000,000 aggregate.
This policy shall include Subcontractor’s liability coverage, protecting the Contractor and the City against liability arising out of the activities of Subcontractors engaged by the Contractor in the performance of the work.
Umbrella / Excess Policy: An umbrella policy in the amount of $1,000,000 with respect to all operations the Contractor performs, is required.
Pollution Liability Insurance: Where applicable, a policy in the amount of $5,000,000 including coverage for transport and other offsite risks. Such policy must be given to the City for review and determination of acceptability before an award will be made.
Additional Insured and Certificate Holders: The City of Shelton, Shelton Board of Education, its officers, officials, employees, agents, boards and commissions shall be named as Additional Insureds on the Contractor’s and Subcontractor’s Commercial General Liability (for ongoing and completed operations, Automobile and Umbrella policies. The coverage shall be primary and non-contributory and contain no special limitations on the scope of protection afforded to the City of Shelton.
Subcontractor’s Insurance: Each Subcontractor engaged by the Contractor to perform any work under the Contract shall obtain all insurance required of the Contractor in the same amounts and subject to the same provisions specified above for the Contractor, including the additional insured requirement. Certificates of insurance shall be submitted to the Contractor and the City, and approved by the City before commencing any work.
All questions related to this solicitation must be submitted in writing through the City’s OpenGov e-Procurement Question/Answer Tab. Bidders are required to register for an account via the City e-Procurement Portal hosted by OpenGov. Once the bidder has completed registration, they will receive addenda notifications to their 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 https://procurement.opengov.com/portal/cityofshelton. It is the sole responsibility of the bidder to submit via the City’s e-Procurement portal. Late bids will not be accepted and will be rejected.
Please include the section title for each question, if applicable, in order to ensure that questions asked are responded to correctly. Bidders must clearly understand that the only official answer or position of the City shall be the one stated in writing and posted on the City’s procurement portal. When asking questions, please enter each question separately.
Verbal requests for information will not be accepted. Failure to comply with these conditions will result in the bidder waiving the right to dispute bid specifications and conditions, no exceptions. A response in the form of an addendum will be posted to the City’s e-Procurement portal no later than 5:30 pm on Tuesday, April 21, 2026; it is the bidder’s sole responsibility to monitor the website for updated information about this bid.
Any contact about this bid between a Bidder and any other City official and/or department manager and/or City of Shelton employee, other than as set forth above, may be grounds for disqualification of that Bidder. No questions or clarifications shall be answered by phone, in person, or in any other manner other than specified above.
Bids will be received up to but not later than 11:00 am on Friday, April 24, 2026 via the City e-Procurement Portal located at https://procurement.opengov.com/portal/cityofshelton. The City e-Procurement Portal Clock is the official clock for the determination of all deadline dates and times. By way of the e-Procurement Portal, responses will be locked and digitally encrypted until the submission deadline passes (11:00 am on Friday, April 24, 2026). Without exception, responses will not be accepted after the submission deadline regardless of any technical difficulties such as poor internet connections. The City of Shelton strongly recommends completing your response well ahead of the deadline.
The Municipality reserves its right to consider informal any response not prepared and submitted in accordance with the provisions hereof and may waive any informalities or reject any and all response. Any response may be withdrawn prior to the above scheduled time for the opening of responses or the authorized postponement thereof. Any response received after the time and date specified shall not be considered or accepted. No respondent may withdraw a response within 90 days after the actual date of the opening thereof. The Municipality may accept or reject any or all responses or any portions thereof and take any action deemed to be in the best interest of the City.
The successful bidder will be required to furnish a Certificate of Insurance naming the City of Shelton as the additional insured. The insurance is to be suitable Contractor’s Liability and Worker’s Compensation, thereby making the City of Shelton harmless from all eventualities that may occur relative to this Bid and the resulting purchase order or contract.
The Contractor shall not commence any work under the Contract until all insurance required by this section has been obtained and certificates of insurance and any other evidence of required coverage requested by the City, including a copy of the policy itself, have been received and approved by the City. Such policies shall stipulate that no coverage can be changed or canceled, including for non-payment of premium, unless the City has had thirty (30) days prior notice in writing. Certificates of renewal or changes in policies shall be delivered to the City at least thirty (30) days prior to the expiration of the policy. The City always reserves the right to reject insurance companies; if approved insurance policies cannot be provided, the contract shall be terminated. The insurance requirements set forth are minimum limits of coverage only and in no way limit the Contractor’s liability. The following insurance is required to be maintained in full force until all work required by the contract has been fully completed, except that products / completed operations coverage shall be maintained for five (5) years. Insurance will be primary and non-contributory with a 30-day notice of cancelation in favor of the City of Shelton. Insurance carriers will be no less than A-rated and admitted carrier or subject to review by the City of Shelton.
Worker’s Compensation Insurance: The Contractor shall carry Worker’s Compensation and Employer’s Liability Insurance in the form and in such amounts as may be currently required to comply with the labor laws of the State of Connecticut.
Automobile Insurance: The Contractor shall carry and maintain during the life of the Contract a policy with a combined single limit of $1,000,000 and rider CA9948 or equivalent. This policy shall include all liability of the Contractor arising from the operation of all self-owned motor vehicles used in the performance of the Contract, and shall also include a ‘non-ownership’ provision covering the operation of motor vehicles not owned by the Contractor, but used in the performance of the work.
Commercial General Liability:
Bodily injury and property damage: $500,000 each occurrence / $1,000,000 aggregate
Products / Completed Operations: $500,000 each occurrence / $1,000,000 aggregate.
This policy shall include Subcontractor’s liability coverage, protecting the Contractor and the City against liability arising out of the activities of Subcontractors engaged by the Contractor in the performance of the work.
Umbrella / Excess Policy: An umbrella policy in the amount of $1,000,000 with respect to all operations the Contractor performs, is required.
Pollution Liability Insurance: Where applicable, a policy in the amount of $5,000,000 including coverage for transport and other offsite risks. Such policy must be given to the City for review and determination of acceptability before an award will be made.
Additional Insured and Certificate Holders: The City of Shelton, Shelton Board of Education, its officers, officials, employees, agents, boards and commissions shall be named as Additional Insureds on the Contractor’s and Subcontractor’s Commercial General Liability (for ongoing and completed operations, Automobile and Umbrella policies. The coverage shall be primary and non-contributory and contain no special limitations on the scope of protection afforded to the City of Shelton.
Subcontractor’s Insurance: Each Subcontractor engaged by the Contractor to perform any work under the Contract shall obtain all insurance required of the Contractor in the same amounts and subject to the same provisions specified above for the Contractor, including the additional insured requirement. Certificates of insurance shall be submitted to the Contractor and the City, and approved by the City before commencing any work.
The work covered under this section includes furnishing all labor, materials, tools, equipment, and services necessary to remove existing windows and install new replacement windows at the Shelton Senior Center. The project includes the replacement of thirty-eight (38) existing double-hung, double-mull window units with nine (9) over nine (9) internal grilles. Work includes removal and disposal of existing windows, preservation and reinstallation of interior trim, installation of new windows, flashing, insulation, sealing, cleanup, and final adjustments.
The Mandatory Pre-Bid/Proposal Meeting will be at Shelton Senior Center 81 Wheeler Street, Shelton, CT 06484 at 10:00 am on Friday, April 10, 2026 and will comply with Covid-19 restrictions in place at the time.
Replacement windows shall be Andersen 400 Series Tilt-Wash Double-Hung Double Mull Windows (Product ID TW210510) or approved equal meeting the same design, materials, dimensions, performance standards, operational features, and energy efficiency requirements.
Suspension and Debarment
The Optional Pre-Bid/Proposal Meeting will be at Shelton Senior Center 81 Wheeler Street, Shelton, CT 06484 at 10:00 am on Friday, April 10, 2026 and will comply with Covid-19 restrictions in place at the time.
All work shall comply with the Connecticut State Building Code, International Building Code (IBC), International Energy Conservation Code, AAMA installation standards, ASTM standards for window performance, NFRC energy performance rating requirements, OSHA safety regulations, and all HUD Community Development Block Grant (CDBG) program requirements.
All individuals assigned to the Project site may be required to undergo a background check by Shelton Police Department (SPD). If required, the name and date of the individual must be furnished to the Contractor at least seven (7) calendar days before the individual is to arrive on site. Individuals who have not been approved by the SPD will not be allowed on site. Individuals who are convicted sex offenders, who have committed crimes against minors, or who have been convicted of a serious felony are not permitted on the Project. Individuals with other offenses will be evaluated by the SPD on a case-by-case basis. NO FIREARMS OR CONTROLLED SUBSTANCES ARE PERMITTED ON CITY PROPERTY, REGARLDESS IF THE INDIVIDUAL HAS A VALID PERMIT TO CARRY / USE.
No Pre-Bid/Proposal Meeting required.
This project is funded in whole or in part through the U.S. Department of Housing and Urban Development (HUD) Community Development Block Grant (CDBG) Program. Contractors shall comply with all applicable federal requirements including Section 3 of the Housing and Urban Development Act of 1968, Equal Opportunity Employment requirements, Davis-Bacon Act where applicable, and all federal procurement regulations.
Prior to ordering materials, the Contractor shall submit manufacturer product data, shop drawings, window dimensions, installation details, NFRC energy performance information, finish information, and warranty documentation for review and approval.
Shop drawings shall include window manufacturer and product identification, overall unit dimensions, mullion configuration, jamb extension details, flashing and anchoring methods, and interior finish details. Submission of shop drawings shall constitute confirmation that the Contractor has visited the site and verified all field measurements. Windows shall not be ordered until shop drawings are approved.
All non-resident construction contractors are required to post a Guaranty Bond (Form AU-766) or Cash Bond (Form-Au-72) in the amount required by the State of Connecticut. This bond will secure payment for applicable taxes payable to the State with regard to the project.
The Contractor shall verify all field dimensions prior to ordering windows. Each window opening shall be measured individually to confirm compatibility with the specified window units. Any discrepancies between field conditions and contract documents shall be reported to the Owner prior to ordering materials.
Unless stated otherwise, the City intends to award the contract to the lowest responsible firm meeting the City’s specifications, based on the combination of fee, experience, qualifications, and demonstrated ability to perform the work safely and in conformance with all applicable laws and regulations. The City reserves the right to reject any and all bids, or to waive any informality to technicalities of proposals, or to accept any proposal deemed to be in the best interest of the City of Shelton.
The agreement may not be assigned, transferred or sublet in any manner or portion without the specific prior knowledge and consent to do so by the City.
(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 REV. 20220808 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 46a56; 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.
If the building contains painted surfaces installed prior to 1978, the Contractor shall comply with the EPA Renovation, Repair, and Painting (RRP) Rule and implement appropriate dust containment, worker certification, and cleanup procedures.
Prices shall remain in effect for one (1) year following the award of the bid. The City reserves the right to extend this contract an additional two years upon mutual written agreement with the successful bidder.
Windows shall be Andersen 400 Series Tilt-Wash Double-Hung Double Mull Windows with nine (9) over nine (9) internal grilles. (Product ID TW210510) or approved equal. Each unit shall include double-hung operable sashes, factory-mulled twin configuration, tilt-wash feature, insulated Low-E double-pane glass, argon gas fill, and Energy Star compliance for the Northern Climate Zone.
Interior Jambs
Windows shall include wood jamb extensions wrapping the entire window opening. Interior jambs shall be painted white to match existing finishes.
Glass
Glass shall be double-pane insulated glazing with Low-E coating and argon gas fill. Tempered safety glass shall be provided where required by applicable building codes.
Screens
All operable window units shall be provided with full removable insect screens. Screens shall cover the entire window opening and shall be removable from the interior for cleaning and maintenance. Screen frames shall be aluminum and compatible with the specified windows. Screen mesh shall be fiberglass insect screening or manufacturer equivalent. Screens shall securely attach to the window frame and shall not interfere with the tilt-wash operation of the window.
Removal of Existing Windows
Existing windows shall be removed in their entirety including frames and hardware. Care shall be taken to avoid damage to surrounding building construction. Removed materials shall be disposed of in accordance with local regulations.
Preservation of Existing Trim
Existing 3-1/2 inch Colonial interior trim surrounding each window opening shall be carefully removed, preserved, and reinstalled following installation of the new windows. Trim shall be removed without damage, stored safely, and reinstalled to match the original configuration. Nail holes shall be filled and joints caulked. Damaged trim shall be replaced with matching Colonial profile trim.
Window Installation
Windows shall be installed plumb, level, and square in accordance with manufacturer instructions, approved shop drawings, and AAMA installation standards.
Flashing and Weatherproofing
Self-adhering flashing membrane shall be installed at the sill extending a minimum of 6 inches up each jamb. Jamb flashing shall overlap the sill flashing, and head flashing shall overlap the jamb flashing to provide a proper drainage plane.
Insulation
Gaps between the window frame and rough opening shall be insulated with low-expansion spray foam insulation or backer rod and sealant.
Work Area Protection and Occupied Building Requirements
The Shelton Senior Center will remain occupied during construction. The Contractor shall maintain safe access to entrances and exits, protect occupants from hazards, maintain clear egress paths, and protect interior finishes, furniture, and equipment from damage.
Daily Cleanup
Work areas shall be cleaned at the end of each workday. Debris shall be removed from the site regularly and no window openings shall be left unsecured overnight.
Final Adjustment and Cleaning
The Contractor shall verify proper window operation, adjust hardware as necessary, clean glass surfaces, remove protective materials, and leave the work site clean.
Window ID | Quantity | Type | Manufacturer | Model | Notes |
W-1 | 38 | Double-Hung Double Mull | Andersen | 400 Series Tilt-Wash (TW210510) | Interior wood jambs painted white; reuse existing 3-1/2" Colonial trim; full removable screens. Internal Grilles are Nine over Nine. |
Prior to final payment, the Contractor shall submit manufacturer warranties, product manuals, maintenance instructions, and documentation required for project closeout.
Please upload:
Please upload most current Certification of Insurance meeting the specifications of this bid.
Please download the below documents, complete, and upload.
Respondent confirms to provide all documents, provisions, labor, materials, equipment, technical service, insurances, warranties, applicable taxes and licenses, etc., to supply all Items/Services per the specifications of this response, or alternate manufacturers as approved by the City. The Respondent hereby certifies that any and all defects, errors, inconsistencies or omissions of which he/she is aware, either directly or by notification from any sub-bidder or material supplier.
Please download the below documents, complete, and please upload:
Please upload information to demonstrate that your firm is qualified to perform the work requested.
Please upload applicable Licenses and Certificates.
Confirm you have reviewed the City's Sample Agreement.
Will this solicitation be of a construction nature and is it anticipated to cost in excess of $100,000?
Please enter the percentage amount for your Bid Bond requirement:
Please select the appropriate option for Pre-Bid/Proposal Meeting?
Would you like to have bidders respond to an electronic pricing table through OpenGov?
Choose this if:
Will this project use over $150,000 in State funding and be considered a Municipal Public Works Project as defined by the CHRO Commission?
If yes - STOP and use the CHRO template to complete this bid.
If unsure - Bring the question to Purchasing Office for further review.
Is this ITB for the delivery of a product to a City site only? ie: parts delivery. A yes will allow for a slight reduction of insurance requirements.
Do you wish to include a section in Terms & Conditions indicating the expected term? This section includes the following:
Prices shall remain in effect for one (1) year following the award of the bid. The City reserves the right to extend this contract an additional two one-year extensions upon mutual written agreement with the successful bidder.
Q (No subject): Good morning, can we see the current contract rate and last year awarded contract?
A: This window replacement project has not been previously awarded thus we have no current or previous contract.
Q (Exterior Window Trim): Will the existing exterior window trim remain. Will contractor be responsible for keeping it salvageable? If not, does contractor have to supply and install new exterior trim? If so what material is to be used; Azek, PVC , wood, or boral?
A: The City would like the window trim to remain, if not rotted & salvageable. Yes, the contractor will be responsible for keeping trim salvageable. If the trim, (which is pine & painted white) is not salvageable, the contractor is responsible for supplying and installing new trim. Material to be used would be white Azek. Please quote per window. Please note change in the pricing tables to reflect this.
Q (No subject): Could you please confirm if a wood interior is required?
A: If trim needs to be replaced, the City requests white Azek be used. Please note change in the pricing tables to reflect this.
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.