Active SLED Opportunity · CONNECTICUT · TOWN OF MANCHESTER
AI Summary
The Town of Manchester, CT seeks bids for sidewalk installation on Gardner Street and Gardner Street West, including concrete sidewalk construction, minor storm drainage, traffic control, and lawn restoration. The project requires DAS prequalification, compliance with federal and state wage laws, and MBE/WBE subcontracting goals. Bids are due April 30, 2026, with construction starting around May 4, 2026.
NOTICE IS HEREBY GIVEN that the Town of Manchester, Connecticut, herein called the Town, acting by and through its Town Manager will receive sealed Bids for project Bid No. 25/26-53 SIDEWALK INSTALLATIONS - GARDNER STREET AND GARDNER STREET WEST. Bids will be accepted via the Town's eProcurement Portal until 2:00 pm on Thursday, April 30, 2026 at which time and place said bids will be publicly opened and read aloud.
Bids may be submitted prior to the above scheduled time for the opening of bids or authorized postponement thereof. Any bid received after the time and date specified shall not be considered.
Work under this contract includes the construction of approximately 6,700 square feet of concrete sidewalk on Gardner Street and Gardner Street West in the town of Manchester. Other incidental work includes, minor storm drainage construction, traffic control and lawn restoration.
The Project Schedule for this project is projected to be completed within FIFTY (50) WORKING DAYS (contract days).
State of CT Prevailing Wage Rates have been added to the contract. See Attachment "II".
This project is partially funded with federal money through the Community Development Block Grant (CDBG) Program of the U.S. Department of Housing and Urban Development (HUD) and is therefore subject to certain federal requirements.
This notice is intended to summarize the HUD specific requirements for this project. Detailed federal contracting requirements are located in an attachment and online at the HUD website (www.hud.gov). This summary does not relieve the Contractor from compliance with any federal contracting requirements.
Section 3 Business Concerns
The Section 3 program requires that recipients of certain HUD financial assistance, to the greatest extent possible, provide training, employment, contracting and other economic opportunities to low- and very low-income persons, especially recipients of government assistance for housing, and to businesses that provide economic opportunities to low- and very low-income persons. For more information, visit https://www.hud.gov/section3 or the Section 3 brochure https://www.hud.gov/sites/documents/BR_BROCHURE.ENGLISH.PDF
Debarment List
No Contractor currently on the “List of Current Exclusions” (debarment list) as maintained by HUD may be awarded this contract. For more information, visit https://www.hud.gov/program_offices/enforcement/susdebar
Davis-Bacon Act
This Contractor shall comply with the federal Davis-Bacon Act regarding the payment of federal prevailing wage rates. More information may be found at: https://www.hud.gov/program_offices/davis_bacon_and_labor_standards
Wherever used in these General Conditions or in the other Contract Documents, the following terms shall have the meanings, which shall be applicable to both the singular and plural thereof:
Bid:The offer or proposal of the Bidder submitted on the prescribed form setting forth the prices for the Work to be performed.
Bidder:Any person, firm or corporation submitting a Bid for the Work.
Bonds:Bid, performance, labor and materials payment bonds and other instruments of security, furnished by the Contractor and his surety in accordance with the Contract Documents.
Change Order: A written order to the Contractor signed by the Director of Public Works of the Town or his duly authorized agent authorizing an addition, deletion or revision in the Work, or an adjustment in the Contract Price or the Contract Time issued after execution of the Contract.
Contract:The written Contract between the Town of Manchester (hereinafter referred to as "the Town") and the Contractor covering the Work to be performed, including the Contractor's Bid and the bonds.
Contract Date: The date on which the Contractor is directed to commence work, as indicated in the written Notice to Proceed.
Contract Documents: The signed Contract, executed bid bond, performance bond, labor and materials payment bond, Notice of Award, Notice to Proceed, Contract Drawings and Specifications, and Modifications.
Contract Drawings: The drawings and plans which show the character and scope of the Work to be performed and which have been prepared and/or approved by the Engineer and are referred to in the Contract Documents.
Contract Price The total monies payable to the Contractor under the Contract Documents.
Contract Specifications:The Invitation to Bid, Rules and Regulations for Competitive Bidding, Specifications Standard and Special Instructions to Bidders, Insurance and Indemnification Form, Form of General Bid, Qualifications of Bidders, Contract, Addenda (whether issued prior to the opening of Bids or the execution of the Agreement), Performance Bond Form, Labor and Materials Payment Bond Form, General Conditions, Notice to Contractor, Technical Specifications, Appendices and Exhibits.
Contract Time:The number of working days stated in the Contract Documents for the completion of the Work.
Contractor:The person, firm or corporation with whom the Town has executed the Contract.
Day:A calendar day of twenty-four (24) hours measured from midnight to the next midnight.
Engineer Wherever in the Contract Documents the word "Engineer" is used it shall be understood as referring to the Director of Public Works acting personally or through a duly authorized representative.
Field Modification: A directive, usually verbal, for a minor change or alteration in the Work that causes no increase in Contract Price or extension of Contract Time.
Field Directive:A written directive for a change or alteration in the Work that is the result of a difference in condition between that shown on the Contract Drawings and that found in the field. Each Field Directive will subsequently be reviewed to determine if a Change Order is warranted.
Furnish, Install, etc.: The terms "furnish," "install," "construct," "furnish and install," or any similar term contractions, unless specifically noted to the contrary, shall include all materials, equipment, tools, labor, light, power, transportation and any other incidentals required for the completion of the Work.
Inspector:The authorized representative of the Engineer or Town who is assigned to the Project or any parts thereof.
Modification:
(1) A Field Modification;
(2) A Field Directive;
(3) A Change Order;
(4) A written clarification or interpretation issued by the Engineer.
A modification may only be issued after execution of the Contract.
Notice of Award: The written notice by the Town to the apparent successful Bidder stating that, upon compliance by him with the conditions stated therein within the time specified, the Town will execute and deliver the Contract to him.
Notice to Proceed: Written notification by the Town to the Contractor indicating the date on which the Contractor is expected to commence Work.
Project:The entire construction to be performed as provided in the Contract Documents.
Shop Drawings: All drawings, diagrams, illustrations, brochures, schedules and other data which are prepared by the Contractor, a Subcontractor, Manufacturer, Supplier or Distributor and which illustrate the material, equipment or some portion of the Work.
Subcontractor: An individual, firm or corporation having a direct contract with the Contractor or with any other Subcontractor for the performance of a part of the Work at the site.
Substantial Completion: The date, as certified by the Engineer, when the construction of the Project Completion or a specified part thereof is sufficiently completed in accordance with the Contract Documents, so that the Project or specified part can be utilized
for the purposes for which it was intended. Work Any and all obligations, duties and responsibilities necessary to the successful completion of the Project assigned to or undertaken by the Contractor under the Contract Documents, including the furnishing of all materials, equipment, tools, labor and other incidentals necessary to complete the Work.
This contract is subject to state set-aside and contract compliance requirements. The contractor who is selected to perform this State project must comply with CONN. GEN. STAT. §§ 4a-60, 4a-60a, 4a-60g, and 46a-68b through 46a-68f, inclusive, as amended by June 2015 Special Session Public Act 15-5.
State law requires a minimum of twenty-five (25%) percent of the state-funded portion of the contract for award to subcontractors holding current certification from the Connecticut Department of Administrative Services (“DAS”) under the provisions of CONN. GEN. STAT. § 4a-60g, as amended. (25% of the work with DAS certified Small and Minority owned businesses and 25% of that work with DAS certified Minority, Women and/or Disabled owned businesses). The contractor must demonstrate good faith effort to meet the 25% set-aside goals. The State funded portion of this project is $300,000.
For municipal public works contracts and quasi-public agency projects, the contractor must file a written or electronic non-discrimination certification with the Commission on Human Rights and Opportunities. Forms can be found at http://www.ct.gov/opm/cwp/view.asp?a=2982&q=390928&opmNav_GID=1806.
All bidders are required to inform themselves fully of the conditions relating to the construction and labor under which the work will be or is now being performed and the contractor shall employ, as far as possible, such methods and means in the carrying out of this work as will not cause interruption or interference with any other contractor.
See Prevailing Wage Rates information under the ATTACHMENTS section.
The Bidder agrees that 8% of the awarded contract value shall be performed by disadvantaged business enterprises (DBE) as certified by the Connecticut Department of Transportation. The successful bidder must indicate the disadvantaged business enterprise(s) it intends to utilize to achieve the above stated percentage by completing the "CTDOT Pre-Award DBE Commitment Approval Request" form in the Attachments section.
This form must be submitted within five (5) calendar days after the bid opening.
See the "Special Provisions Disadvantaged Business Enterprises for Federal Funded Projects" in the Appendices section for more information.
Any contract or contracts awarded under this invitation for bids are expected to be funded in part by a grant or loan from the State of Connecticut Drinking Water State Revolving Fund. Neither the State of Connecticut nor any of its Departments, agencies, or employees is or will be a party to this invitation for bids or any resulting contract. This procurement will be subject to the requirements contained in subsections (h), (j) and (o) of Section 22a-482-4 of the RCSA.
As a condition of one or more funding sources from the State of Connecticut Department of Public Health (CTDPH), the following proposal is subject to the following additional terms stated in this section. A copy of the noted Regulations are included in the Appendices.
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.
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.
GENERAL RULES
1. The Purchasing Authority may delete or modify any of the instructions to bidders herein for a particular proposal, indicating such change in the appropriate section of the bid documents. The Purchasing Authority may insert special instructions in any special contracts which are subject to competitive bidding.
2. The attached proposal is signed by the bidder with full knowledge of, and agreement with, the general specifications, conditions and requirements of this bid.
3. Where appropriate, return copy of proposal on the enclosed form.
4. Submit proposal via the Town's eProcurement Portal.
5. Proposals received later than 2:00 pm on Thursday, April 30, 2026 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.
6. All deliveries of commodities or services hereunder shall comply in every respect with all applicable laws of the Federal Government and/or State of Connecticut. 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.
7. The Bidder, shall submit their itemized pricing via the Town's eProcurement Portal. Bid tabulations are automatically created; however, in the event there is a discrepancy between the unit price and the extension, the unit price will govern.
8. 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.
9. All inquiries shall be submitted via the Town's eProcurement Portal, Q&A section. All information given by the Town, except by written addenda, 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.
10. A. 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 an 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.
B. 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.
11. 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.
12. 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 Sheet, and Acceptance by the Town and these Rules and Regulations. Acceptance by the Town may be by purchase order for the portion of the work awarded a contractor.
13. All Invitations to Bid shall be publicly advertised in a newspaper having a general circulation within the Town of Manchester, Connecticut. The last advertising date shall be at least seven (7) calendar days before the date which is advertised for the opening of bids.
14. Copies of all bid documents shall be made available to all interested persons for a fee to be determined by the Purchasing Authority which fee will be refundable at the discretion of the Purchasing Authority upon return of said documents.
15. Alternate bids shall not be accepted unless otherwise specified in the bid documents.
16. 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 or 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.
17. In the event that any Bidder wishes to protest the potential award of a bid, the Bidder must make its protest in writing identifying 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 by the Town Purchasing Department within FIVE (5) business days after the award decision.
18. A conference with respect to said protest shall be scheduled by the Purchasing Authority forthwith and shall be attended by the Purchasing Authority or the Purchasing Authority's designee, and such other persons as the Purchasing Authority and the General Manager shall be required to 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 a dispute. The Town shall make a decision in writing within three (3) business days after said conference and forward the same to the protesting Bidder forthwith.
19. In the event that any protesting Bidder wishes to take legal action against the Town, he must first fully comply with all of these Rules and Regulations, including those which have been charged by the Purchasing Authority pursuant to paragraph 1 herein.
20. 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 bid document, these Rules and Regulations shall prevail.
21. All awards of Bids shall be made by the Purchasing Authority.
22. 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.
23. These Rules and Regulations, as revised, shall be effective as of March 23, 2026.
Revised:
April 14, 1981
March 13, 1984
August 1, 1989
June 23, 1993
March 23, 2026
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.
Safety
Implementing worker safety and health protocols that address compliance with all rules, laws and regulations regarding safety and risk of exposure to physical and chemical hazards is the sole responsibility of the Contractor. All employees of the contractor and subcontractors are to wear reflective vests and hard hats at all times when on the project site.
Temporary Storage Areas
The Contractor is responsible for identifying material storage areas for the project that provide safe access and egress for construction vehicles accessing public roads, and for providing appropriate erosion controls and restoration as directed by the Engineer. The Contractor shall not store construction equipment or materials within the public right-of-way.
Disposal of Surplus Material
Surplus materials are the responsibility of the Contractor and shall be properly disposed of in accordance with all local, state and federal regulations.
Indeterminate and Final Pay Quantities
Certain items in the bid (identified with a “*”) are indeterminate quantities; i.e. the quantity cannot be estimated and is based on conditions encountered during construction. For these items, the quantity shown in the bid is for bidding purposes only. No adjustment in unit prices will be made based on final quantities. Certain items in the bid (identified with a “(F)” are considered final pay quantities. For these items, the quantities shown in the bid proposal will be the quantities paid for under that item unless a change is directed by the Engineer.
Submittals
The Contractor shall submit shop drawings of the following items for review and approval by the Town during the initial stages of construction. No items shall be installed for the project until approval is obtained.
1) RIGHTS-OF-WAY
As indicated in the Contract Documents, the Town will provide, not later than the date when needed by the Contractor, rights of way for access to the lands upon which the Work is to be done, and such other lands which are designated for the use of the Contractor. Easements for permanent structures or permanent changes in existing facilities will be secured and paid for by the Town, unless otherwise specified in the Contract Documents. If the Contractor believes that any delay in the Town's furnishing these lands or providing such easements entitle him to an extension of the Contract Time, he may make a claim therefore as provided hereafter.
Temporary rights of entry giving the Contractor the right to enter upon private property will be secured by the Town for any work on private property that is shown on the Plans
2) MATERIALS AND EQUIPMENT STORAGE
The Contractor will not be allowed to store materials or equipment within Town right-of way.The Contractor shall provide all additional lands and access thereto that may be required for the storage of materials and equipment. Evidence of agreement(s) with private property owner(s) for the storage of equipment and materials must be provided to the Town. In no case, even with the property owner’s consent, will storage of materials or equipment be allowed where such storage will impact existing sightlines at intersecting roadways.
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.
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 General Manager. The General 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.
In accordance with the provisions of the Town Charter, sealed proposals will be received in the Office of the Director of Purchasing of the Town of Manchester, Connecticut, not later than the Thursday, April 30, 2026 and 4:00 pm set forth, for furnishing the commodities and/or services listed herein. Proposals must be executed in accordance with and subject to instructions and specifications contained herein.
Bids received prior to bid opening will be safeguarded until publicly opened.
The bid opening will be made at least 30 days from the publication of formal advertisement.
Bid modifications and withdrawal of a bid by a bidder is allowed before time of bid opening.
All addenda so issued shall become part of the Contract Documents. No addendum shall be issued less than 5 calendar days before the due date and will be posted to the Town's e-Procurement Portal and forwarded to all bidders who have obtained bid documents. Those subscribed or following the project on the Town's e-Procurement Portal will receive an automated system notification when any future addendum are posted after the date of submitting or following the project.
Unless the Town elects to reject all proposals, the contract will be awarded to the low, responsive and responsible/qualified bidder, as determined by the Town based on all information submitted with the bid.
These instructions are standard for all proposals issued by the Town of Manchester, Connecticut, for construction contracts of all types where a contractor is to furnish labor, materials and necessary equipment to complete work as outlined in the Contract Drawings and Specifications. The Town of Manchester may add to, delete, supersede or modify any of the instructions herein for a particular contract by indicating such changes in the section entitled "Special Instructions to Bidders."
1. Deposit on Contract and Drawings
A non-refundable fee of $10.00 in cash or check payable to the Town of Manchester, Connecticut, shall be required on each paper set of Contract Drawings and Specifications taken.
2. Preparation of Bid
Each bid must be submitted via the Town's eProcurement Portal. All blank spaces for bid prices must be filled in.
3. Conditions of Work
Each bidder must inform himself fully of the conditions relating to the construction of the project and the employment of labor thereon. Failure to do so will not relieve a successful bidder of his obligation to furnish all material, equipment, tools, labor and incidentals necessary to carry out the provisions of this Contract. Insofar as possible the Contractor, in carrying out his Work, must employ such methods or means as will not cause any interruption of or interference with the work of any other contractor.
4. Information Not Guaranteed
All information given in the Contract Drawings and Specifications, or in the other documents relating to subsurface and other conditions, natural phenomena, existing pipes, and other structures are from the best sources at present available to the Town. All such information is furnished only for the information and convenience of bidders and is not guaranteed.
It is agreed and understood that the Town does not warrant or guarantee that the subsurface or other conditions, natural phenomena, existing pipes, or other structures encountered during construction will be the same as those indicated in the Contract Drawings and Specifications or in the other documents. It is further agreed and understood that no bidder or contractor shall use or be entitled to use any of the information made available to him, or obtained in any examination made by him, in any manner as a basis of or ground for any claim or demand against the Town, arising from or by reason of any variance which may exist between the information made available and the actual subsurface or other conditions, natural phenomena, existing pipes or other structures actually encountered during the construction work, except as may otherwise be expressly provided for in the Contract Documents.
5. Laws and Regulations
The bidder's attention is directed to the fact that all applicable Federal and State laws, municipal ordinances, and the rules and regulations of all authorities having jurisdiction over construction of the project shall apply to the Contract throughout, and they will be deemed to be included in the Contract the same as though herein written out in full.
6. Obligation of Bidder
At the time of the opening of bids, each bidder will be presumed to have inspected the site and to have read and to be thoroughly familiar with the Contract Drawings and Specifications (including all addenda). The failure or omission of any bidder to examine any form, instrument, or document shall, in no way, relieve any bidder from any obligation in respect to his bid.
7. Addenda and Interpretations
No interpretation of the meaning of the Contract Drawings and Specifications or other pre-bid documents will be made to any bidder orally. All information given to bidders other than by means of the Contract Drawings and Specifications, or by addenda, as described below, is given informally and shall not be used as the basis of a claim against the Town.
Every request for such interpretation should be submitted via the Q&A section of the Town's eProcurement Portal before 4:00 pm on Monday, April 27, 2026. Any and all such interpretations and any supplemental instructions will be in the form of written addenda. For bidders who have purchased paper sets of contract documents from the Purchasing Department, please note that the addenda will only be posted on the Town’s eProcurement Portal. For bidders who obtain the documents from a source other than the Purchasing Department, please note that you must subscribe via the Town’s eProcurement Portal to submit a bid. No other method of bid submission will be accepted.
No addendum will be issued less than three (3) days prior to the date fixed for the opening of bids. Bidders shall acknowledge each addendum via the City's eProcurement Portal. 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.
8. Bid Security
Each bid must be accompanied by a bid bond or bank check, payable to the Town of Manchester for five percent (5%) of the total bid. In the event of a base bid/alternate bid situation, the bid bond will be for five percent (5%) of the base bid. The bond must be furnished by a surety company satisfactory to the Town and must be a corporate surety licensed to sign surety bonds in the State of Connecticut. The Town of Manchester will not be liable for the accrual of any interest on any certified check submitted. Cashiers' checks made payable to the Town of Manchester will be accepted.
9. Security for Faithful Performance
Simultaneously with his delivery of the executed Contract, 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.
10. Power of Attorney
Attorneys-in-fact who sign contract bonds must file with each bond a certified and effectively dated copy of their power of attorney.
11. Comparison of Bids
Bids will be compared on the basis of the quantities and unit prices stated in the FORM OF GENERAL BID.
In the event that there is a discrepancy in the FORM OF GENERAL BID between the unit prices and the extended amount, the unit prices shall govern and the extended amount will be corrected.
The Town agrees to examine and consider each FORM OF GENERAL BID submitted in consideration of the bidder's agreements, as herein-above set forth and as set forth in the FORM OF GENERAL BID.
12. Right To Reject Bid
The Town may consider informal any bid not prepared and submitted in accordance with the provisions hereof, and may waive any informalities or reject any and all bids, should the Town deem it to be in the public interest to do so.
The Town may also reject bids, which in its sole judgment, are either incomplete, conditional, obscure or not responsive, or which contain additions not called for, erasures not properly initialed, alterations, or similar irregularities, or the Town may waive such omissions, conditions or irregularities.
The Town reserves the right to reject all or any part of an unbalanced bid, to eliminate any item or part of an item or increase or decrease quantities as it deems to be in its best interest or may be necessary due to budgetary limitations.
13. Qualifications of Bidder
The Town may make such investigations as it deems necessary to determine the ability of the Bidder to perform the Work, and the Bidder shall furnish to the Town all such information and data for this purpose as the Town may request. The Town reserves the right to reject any bid if the evidence submitted by, or investigation of, such bidder fails to satisfy the Town that such bidder is properly qualified to carry out the obligations of the Contract and to complete the Work contemplated therein, by the date indicated therein for completion. Conditional bids will not be accepted.
14. Ability and Experience of Bidder
No award will be made to any bidder who cannot satisfy the Town that he has sufficient ability and experience in this class of Work and sufficient capital and plant to enable him to prosecute and complete the Work successfully within the time named. The Town's decision or judgment on these matters shall be final, conclusive, and binding. The Town may make such investigations as it deems necessary, and the Bidder shall furnish to the Town, under oath if so required, all such information and data for this purpose as the Town may request. The following objective criteria will be used for evaluating the qualifications of bidders:
The Bidder shall:
a) Have on its payroll or must be able to prove that it customarily employs supervisory personnel of the type qualified to perform the kind of work called for in the bid specifications.
b) Must show or be able to demonstrate (if requested) to the satisfaction of the awarding authority that it possesses the ability and capacity to successfully complete the project through the satisfactory past performance of work of a similar size, scope and comparable dollar value to that of the subject project. The bidder shall have maintained the level of performances on such similar work continuously during the past three years and if the bidder does not have such three years as called for, then it must include in the Bidders Qualifications all acts which demonstrate the bidder’s ability and capacity to perform the work.
c) Own or possess rented or leased equipment of the type customarily required by contractors in the performance of contract work and that such equipment, if needed, is available for the job bid on.
d) Have purchased materials over the past three years from suppliers who customarily sell same in quantity to contractors.
e) Be financially responsible to perform the work bid on.
f) Be able to furnish references from architects, engineers or owners indicating that it has satisfactorily completed contract work of the nature bid on and in a timely manner, complete with exoneration evidence delays were evident.
g) Have adequate physical facilities in which and from which the work can be performed.
h) Have a record of harmonious relationships with subcontractors on prior State and/or Municipal projects or other projects where the bidder may be requested to demonstrate such harmonious relationships to the satisfaction of the awarding authority. Prompt payment to subcontractors is one factor to be considered by the awarding authority.
i) Have had a good track record of past performance on State and/or Municipal projects as concerns the quantity, timeliness, costs, cooperation and harmonious working relationship.
j) Not have been cited for three or more willful or serious violations of an OSHA or of any standard, order or regulations promulgated pursuant to such Act, during the three-year period preceding the bid, which violations were cited in accordance with the provisions of any State Occupational Safety and Health Act or the Occupational Safety and Health Act of 1970 and which were not abated within the time fixed by the citation; which citation has not been set aside following appeal to the appropriate agency or court having jurisdiction.
k) Not have received any criminal convictions related to the injury or death of any employee in the three-year period preceding the bid.
15. Equal Opportunity
The Town of Manchester is an equal opportunity employer, and requires an affirmative action policy for all of its contractors and vendors as a condition of doing business with the Town, as per Federal Executive Order 11246. By signing the Form of General Bid, all vendors and contractors agree to this condition of doing business with the Town and, should the Town choose to audit their compliance, the vendor agrees to cooperate fully.
16. Generic Term - AA-EEO
The Town is an Affirmative Action - Equal Opportunity Employer. The use of the term "he" referring to Contractor is for convenience only and shall be deemed to include, when used in this document, women-business enterprises, (WBE), corporations, partnerships and sole proprietorships.
17. Non Resident Contractor Bonds and Deposits
In accordance with Connecticut Statutes Section §12-430(7)c, the Town is required to report names of nonresident (out of state) Contractors to the State of Connecticut, Department of Revenue Services (DRS) to ensure that all applicable business taxes are being paid by Contractors. Upon award of contract in excess of $250,000, all nonresident contractors must furnish proof to the Town that they have obtained current status as a “verified contractor” with DRS.
An “unverified Contractor” with DRS must file a surety bond with DRS in an amount equal to 5% of the contract price. DRS has issued form AU-964, Surety Bond and Release, which must be used to post that bond.
Upon submission of the bond to DRS, the Contractor must promptly furnish to the Town a copy of the Certificate of Compliance issued by the DRS. If the non-resident contractor fails to submit the bond to DRS and to provide to the Town a Certificate of Compliance, the Town is required to withhold 5% of the total contract value and deposit it with DRS.
If you have any questions regarding these requirements, contact the State Department of Revenue Services at telephone number (860) 541-7538 or visit their website at www.ct.gov/drs to obtain necessary publications, forms or information.
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
All bidders must be prequalified by State of Connecticut Department of Administrative Services (DAS). The DAS prequalification classification SITEWORK is required as a minimum for this project. In accordance with Connecticut General Statute Sections 4a-100, 4b-101 and 4b-91, a responsible bid must contain a current DAS Update (Bid) Statement. FAILURE TO SUBMIT THIS DOCUMENT WITH THE BID SUBJECTS YOUR BID TO DISQUALIFICATION. If you have any questions regarding these requirements, contact the State of Connecticut DAS, at telephone number 860-713-5280 or visit their website at www.das.ct.gov.
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.
(a) Each contract for a public works project entered into on or after July 1, 2009, by the state or any of its agents, or by any political subdivision of the state or any of its agents, described in subsection (h) of section 31-53, shall contain a provision requiring that each contractor furnish proof with the weekly certified payroll form for the first week each employee begins work on such project that any person performing the work of a mechanic, laborer or worker pursuant to the classifications of labor under section 31-53 on such public works project, pursuant to such contract, has completed a course of at least ten hours in duration in construction safety and health approved by the federal Occupational Safety and Health Administration or, has completed a new miner training program approved by the Federal Mine Safety and Health Administration in accordance with 30 CFR 46 or, in the case of telecommunications employees, has completed at least ten hours of training in accordance with 29 CFR 1910.268, and, on or after July 1, 2012, that any plumber or electrician subject to the continuing education requirements of section 20-334d, who has completed a course of at least ten hours in duration in construction safety and health approved by the federal Occupational Safety and Health Administration five or more years prior to the date such electrician or plumber begins work on such public works project, has completed a supplemental refresher training course of at least four hours in duration in construction safety and health taught by a federal Occupational Safety and Health Administration authorized trainer.
(b) Any person required to complete a course or program under subsection (a) of this section who has not completed the course or program shall be subject to removal from the worksite if the person does not provide documentation of having completed such course or program by the fifteenth day after the date the person is found to be in noncompliance. The Labor Commissioner or said commissioner's designee shall enforce this section.
(c) Not later than January 1, 2012, the Labor Commissioner shall adopt regulations, in accordance with the provisions of chapter 54, to implement the provisions of subsections (a) and (b) of this section. Such regulations shall require that the ten-hour construction safety and health courses required under subsection (a) of this section be conducted in accordance with federal Occupational Safety and Health Administration Training Institute standards, or, in the case of a supplemental refresher training course, shall include, but not be limited to, an update of revised Occupational Safety and Health Administration standards and a review of required construction hazards training, or in accordance with Federal Mine Safety and Health Administration Standards or in accordance with 29 CFR 1910.268, as appropriate. The Labor Commissioner shall accept as sufficient proof of compliance with the provisions of subsection (a) or (b) of this section a student course completion card issued by the federal Occupational Safety and Health Administration Training Institute, or such other proof of compliance said commissioner deems appropriate, dated no earlier than five years before the commencement date of such public works project or, in the case of supplemental refresher training, a student course completion card issued by said Occupational Safety and Health Administration authorized trainer dated not earlier than five years prior to the date such electrician or plumber begins work on such public works project.
(d) This section shall not apply to employees of public service companies, as defined in section 16-1, or drivers of commercial motor vehicles driving the vehicle on the public works project and delivering or picking up cargo from public works projects provided they perform no labor relating to the project other than the loading and unloading of their cargo.
(P.A. 06-175, S. 1; P.A. 08-83, S.1; P.A. 10-47, S. 2; P.A. 11-63, S.1.)
History: P.A. 08-83 amended Subsec. (a) by making provisions applicable to public works project contracts entered into on or after July 1, 2009, replacing provision re total cost of work with reference to Sec. 31-53(g), requiring proof in certified payroll form that new mechanic, laborer or worker has completed a 10-hour or more construction safety course and adding provision re new miner training program, amended Subsec. (b) by substituting "person" for "employee" and adding "or program", amended Subsec. (c) by adding "or in accordance with Federal Mine Safety and Health Administration Standards" and setting new deadline of January 1, 2009, deleted former Subsec. (d) re "public building", added new Subsec. (d) re exemptions for public service company employees and delivery drivers who perform no labor other than delivery and made conforming and technical changes, effective January 1, 2009; P.A. 10-47 made a technical change in Subsec. (a); P.A. 11-63 amended Subsec. (a) by adding provision re supplemental refresher training course for plumbers and electricians subject to Sec. 20-334d, amended Subsec. (c) by adding provisions re regulations and subject matter of refresher training course and refresher training course student completion cards, and made technical changes, effective July 1, 2011.
Link to the Connecticut General Assembly website: Section 31-53b
(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.
In accordance with Connecticut General Statute Sections 4a-100, 4b-101, 4b-91 and 4b-91(j), a responsible bid must contain a current Department of Administrative Services (DAS) Contractor Prequalification Certificate and a current Update (Bid) Statement.
Any subcontractor whose contract exceeds $500,000 may perform installation or construction work as a subcontractor on a project, provided that at the time of bid submission, the subcontractor is prequalified by DAS.
Failure to submit these documents with the bid subjects your bid to disqualification.
The DAS prequalification classification SITEWORK is required as a minimum for this project.
If you have any questions regarding these requirements contact the State of CT DAS, at telephone number 860-713-5280 or visit their web site at www.das.state.ct.us.
In addition to complying with State of Connecticut prevailing wage requirements, this Contractor shall also comply with the Federal Davis-Bacon Act prevailing wage laws, as amended, including reporting requirements as required. This will apply to any project whose total cost is greater than $2,000.
1) BONDING
In addition to the Bid Bond required under the “Bidding Requirements” section of these Specifications, the Contractor shall furnish a Surety Bond acceptable to the Town in an amount at least equal to 100 percent of the Contract Price as security for the faithful performance of this Contract, and for payment of all persons performing labor under this Contract and furnishing materials in connection with this Contract. The surety on such Bond shall be a duly authorized surety company, satisfactory to the Town and authorized to do business in the State of Connecticut.
In addition, and not in lieu thereof, the Contractor, within thirty (30) days after payment to the Contractor in the manner provided for under this Contract, shall pay any amounts due any Subcontractor, whether for labor performed or materials furnished, when the labor or materials have been included in a requisition for payment submitted by the Contractor and paid by the Town [Conn. Gen. Stat. Sec. 49-41a(a)(1)].
The Contractor shall include in each of its Subcontracts under this Contract, a provision requiring each of the Contractor's Subcontractors to pay any amounts due any of the Contractor's Subcontractor's Subcontractors whether for labor performed or materials furnished, within thirty (30) days after such Subcontractor receives a payment from the Contractor which encompasses labor or material furnished by such Subcontractor [Conn. Gen. Stat. Sect. 49-41a(a)(2)].
2) INSURANCE
The Contractor shall furnish Certificates of Insurance in accordance with the provisions indicated under the "Standard Insurance and Indemnification " section of these Specifications.
Said policy may not be canceled or coverage reduced or terms altered in any manner detrimental to the coverage, except after delivery to the Town of written notice not less than sixty (60) days prior. No cancellation provisions in any such insurance policy shall be construed in derogation of the continuous duty of the Contractor to furnish insurance during the term of this Contract.
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.
Prosecution of Work
The Contractor shall commence construction operations on ON OR AROUND MAY 4, 2026. The Contractor shall commit sufficient resources to the project to ensure the project is completed within the allotted contract time. Once mobilized, the Contractor shall work continuously on the project until completion. Any unauthorized vacating of the jobsite is subject to penalties described under the “Liquidated Damages” section below.
Contract Time
The contract time allotted for this project is FIFTY (50) WORKING DAYS. A working day during this period is defined as any day except the following:
1. On Saturdays, Sundays or legal holidays (as defined in ATTACHMENTS); or
2. During the winter shutdown period from November 15th through April 1st; or
3. During periods of authorized work suspension, except when suspension is ordered for reasons of fault or negligence on the part of the Contractor; or
4. During days where severe weather, in the sole opinion of the Engineer, prevents the Contractor from working at least four (4) hours; or
5. When work involves loaming and seeding or landscaping, during the authorized period between substantial completion of the project and the beginning of the growing season as defined in the specifications;
A “Construction Workday Calendar” and “Weekly Statement of Working Days” form are included in ATTACHMENTS.
A “Weekly Statement of Working Days” form shall be completed weekly by the Engineer and signed by the Contractor as a record of working day charges. No partial payments shall be made unless all “Weekly Statement of Working Days” reports for that period are completed.
Time for Completion & Liquidated Damages
The Bidder is made aware that the Notice to Proceed will be issued within TEN (10) CALENDAR DAYS after award of the Contract. The Bidder hereby agrees to commence Work under this Contract immediately after receiving written Notice to Proceed from the Town, and to complete all work within FIFTY (50) WORKING DAYS thereafter, excluding the winter shutdown period between November 15th and April 1st (refer to associated Appendix with the Construction Workday Calendar for additional information).
The Bidder further agrees to pay as liquidated damages, the sum of FIVE HUNDRED DOLLARS ($500.00) for each consecutive calendar day beyond the date of completion. Liquidated damages are not intended as a penalty but rather shall be construed as a best estimate of damages which the Town will suffer due to a Bidder’s refusal, failure or neglect to perform pursuant to his Bid and Contract Documents, if his Bid is accepted by the Town.
Working Hours
Normal working hours for this project are defined as 7:00 a.m. to 5:00 p.m. on Mondays through Fridays. No work shall take place outside these hours or on a Town holiday (See Attachment for Town Holiday Calendar) without advanced notice and prior approval of the Engineer. Note that the Contractor will be charged for inspector overtime in accordance with the General Conditions For All Projects and the NOTICE TO CONTRACTOR - INSPECTOR OVERTIME below, for any work outside of normal working hours.
Limitations of Operations
Unless otherwise approved by the Engineer, the Contractor shall maintain a minimum of one lane of alternating one-way traffic throughout the work area at all times.
The Contractor shall schedule the work such that the base course paving installation on any road is performed no more than FOURTEEN (14) calendar days after the removal of the existing pavement.
1) DEFINITION
A Claim is a demand or assertion by one of the parties seeking, as a matter of right, payment of money, or other relief with respect to the terms of the contract. The term “Claim” also includes other disputes and matters in questions between the Town and Contractor arising out of or relating to the Contract. The responsibility to substantiate claims shall rest with the party making the Claim.
2) NOTICE OF CLAIMS
Claims by the Contractor must be initiated by written notice to the Engineer within fifteen (15) calendar days after occurrence of the event giving rise to such Claim or within fifteen (15) calendar days after the claimant first recognizes the condition giving rise to the Claim, whichever is later.
3) CONTINUING CONTRACT PERFORMANCE
Pending final resolution of a Claim, except as otherwise agreed in writing, Contractor shall proceed diligently with performance of the Contract and the Town shall continue to make payments in accordance with the Contract Documents.
4) CLAIMS FOR ADDITIONAL COST
If the Contractor wishes to make a Claim for an increase in the Contract Sum, written notice as provided herein shall be given before proceeding to execute the Work.
5) CLAIMS FOR ADDITIONAL TIME
If the Contractor wishes to make a Claim for an increase in the Contract Time, written notice as provided herein shall be given. The Contractor’s Claim shall include an estimate of cost and of probable effect of delay on progress of the Work as more fully described in the General Conditions. In the case of a continuing delay, only one Claim is necessary.
If abnormal weather conditions are the basis for a Claim for additional time, such Claim shall be documented by date substantiating that weather conditions were abnormal for the period of time, could not have been reasonably anticipated and had an adverse effect on the scheduled construction.
6) CLAIMS FOR CONSEQUENTIAL DAMAGES
The Contractor and Town waive Claims against each other for consequential damages arising out of or relating to this Contract. This mutual waiver includes:
1. damages incurred by the Town for rental expenses, for losses of use, income, profit, financing, business and reputation, and for loss of management or
employee productivity or of the services of such persons; and
2. damages incurred by the Contractor for principal office expenses including the compensation of personnel stationed there, for losses of financing, business and reputation, and for loss of profit except anticipated profit arising directly from the Work.
This mutual waiver is applicable, without limitation, to all consequential damages due to either party’s termination. Nothing contained in this herein shall be deemed to preclude an award of liquidated damages, when applicable, in accordance with the requirements of the Contract Documents.
This project is subject to meeting subcontracting Minority Business Enterprise (MBE) and Women's Business Enterprise (WBE) goal conditions. The bidder agrees that a minimum 8% of the awarded contract value shall be performed by approved MBE/WBE subcontractors as follows: MBE: 3.0% and WBE: 5.0%.
The successful bidder must indicate the MBE/WBE subcontractors it intends to utilize to achieve the above stated percentage prior to the award of contract. Any delay in providing the request information may delay the awarding of the project.
Existence of Underground Utilities
Existing utilities located within the project area include natural gas mains and services, water mains and services, sanitary sewer mains and services and electrical and communications facilities. The Contractor shall notify “Call Before You Dig” at 1-800-922-4455 and must have all utilities marked out prior to the start of construction.
Utility Company Contacts
Any proposed utility relocations within the project limits will be shown on the Plans to be done "By Others". It is the Contractor's responsibility to coordinate such work with the work to be performed by the Contractor.
The following are the utility company contacts for this project:
1) GENERAL
Without invalidating the Contract, the Town may, at any time or from time to time, order additions, deletions or revisions in the Work. These will be authorized by Field Modifications, Field Directives or Change Orders. Upon receipt of a Field Modification, Field Directive or Change Order, the Contractor will proceed with the Work involved. All such Work shall be executed under the applicable conditions of the Contract Documents. If any Field Order or Change Order causes an increase in the Contract Price or an extension or shortening of the Contract Time, an equitable adjustment will be made. If any Field Order or Change Order causes a decrease in the Contract Price, the Town shall be entitled to a credit as calculated by the provisions in this Section and may include a shortening of the Contract Time.
(a) The Engineer may authorize minor changes or alterations in the Work which do not involve extra cost or are not inconsistent with the overall intent of the Contract Documents. These may be accomplished by a Field Modification. If the Contractor believes that any minor change or alteration authorized by the Engineer entitled him to an increase in the Contract Price or an extension of Contract Time, he may make a Claim as provided in the General Conditions.
(b) Additional Work performed by the Contractor without authorization of a Field Modification, Field Directive or Change Order may not entitle him to an increase in the Contract Price or an extension of the Contract Time except in the case of an emergency or other extenuating circumstances as provided in these General Conditions. In emergencies or other extenuating circumstances, payment shall be handled on an individual basis, as determined by the Engineer, in accordance with these Contract Documents.
(c) It is the Contractor's responsibility to notify his Surety of any changes affecting the general scope of the Work, changes in the Contract Price or any other changes that require consent of the Surety. The Contractor will furnish proof of consent by the Surety to any such changes. The Contractor will indemnify and save harmless the Town from all damages, losses and expenses, including attorney’s fees, incurred by the Town as a result of denial of liability or delay of performance by the Contractor's Surety with respect to any changes in the Work as herein provided.
Once the parties execute a Change Order with respect to any matter, the Contractor shall not be entitled to any change or any Claim for a change, schedule extension or variation or Modification of any other item that was included in such Change Order.
2) CHANGES TO CONTRACT TIME
The Contract Time may only be changed by a Change Order. . Any change in the Contract Time resulting from any such Claim shall be incorporated in a Change Order. In the event the Contractor fails to submit a Claim for an extension in the Contract Time in the time period specified in the Contract Documents, Contractor shall be deemed to have waived the right to any change or any other relief.
The Contract Time will be extended in an amount equal to time lost due to delays beyond the control of the Contractor if he makes a Claim therefor as provided in paragraph above. Such delays shall include, but not be restricted to, acts of neglect by any separate Contractor employed by the Town, or Force Majeure Excused Event.
All time limits stated in the Contract Documents are of the essence of the Contract. The provisions of this article shall not exclude recovery for damages (including compensation for additional professional services) for delay by either party.
It is the Contractor's responsibility to notify his Surety of any extension in the Contract Time. The Contractor will furnish proof of consent by the Surety to any such extension. The Contractor will indemnify and save harmless the Town from all damages, losses and expenses, including attorney’s fees incurred by the Town as a result of denial of liability or delay of performance by the Contractor's Surety with respect to any changes in the Work as herein provided.
In support of any request for an extension of the contract Time, Contractor must demonstrate to the reasonable satisfaction of Town that the critical path of the Project Schedule was delayed. Contractor shall be entitled to an increase in the Contract Time for the number of days that the critical path was delayed solely as a result of the compensable or excusable event. Contractor shall compare the critical path of the Project Schedule to the actual critical path of the Work, identifying the specific impact of the compensable or excusable event. Contractor shall submit to the Town a written time impact analysis illustrating the influence of each compensable or excusable event on the Date of Substantial Completion. Each time impact analysis shall include a fragmentary network (network analysis) demonstrating how the Contractor proposes to incorporate the delay into Project Schedule. The time impact analysis shall demonstrate the time impact based on the date of the delay in time and the event time computation of all affected activities.
3) CHANGES TO CONTRACT PRICE
The value of any Change in Work covered by a Field Directive/Change Order that results in an increase in the Contract Price or credit to the Town shall be determined in one of the following ways:
(1) By application of unit prices to the quantities of the items involved when the Work involved is covered by unit prices contained in the Contract Documents
(2) By mutual acceptance of a lump sum.
(3) By the actual cost of the Work and a fixed amount for overhead and profit.
a) Costs shall only include labor (payroll, payroll taxes, fringe benefits, workmen's compensation, etc.), materials, equipment, tools and other incidentals directly related to the Work involved. In such case, the
Contractor will submit, in form prescribed by the Engineer, an itemized cost breakdown together with supporting data. The maximum percentage which shall be allowed for Contractor's combined overhead and profit shall be as follows:
1) For all such Work done by his own organization, the Contractor may add up to fifteen percent (15%) of his actual net increase in
costs, and
2) For all such Work done by Subcontractors, each Subcontractor may add up to ten percent (10%) of his actual net increasein costs for combined overhead and profit, and the Contractor may add up to five percent (5%) of the Subcontractor's net increasein costs for his combined overhead and profit. No overhead or profit shall be allowed on costs incurred in connection with premiums for
public liability insurance or otherwise special insurance directly related to such Work.
3) When determining the amount of credit to the Town for any change which results in a decrease in costs, said credit will be
determined by the Engineer. The actual cost of the Work described above minus any credits shall be the net increase in
costs used to determine combined overhead and profit.
This project is subject to American Iron and Steel requirements. Guidance information, definitions, and covered iron and steel products can be found on the EPA website: http://water.epa.gov/grants_funding/aisrequirement.cfm
Included in the Appendices is a copy of the EPA AIS Guidance Document dated March 20, 2014, including the Step Certification Documents.
Included in the Appendices is a copy of the AIS De Minimis On-Going Tracking Form,the AIS De Minimis Final Utilization and Certification Form,and instructions.
A Pre-Bid Meeting will be held at TBD on TBD at TBD. Attendance is TBD.
1) GENERAL HOUSEKEEPING
The Contractor will keep the Work area free from accumulations of waste materials, rubbish and other debris resulting from the Work and legally dispose of same, and at the completion of the Work he will remove all waste materials, rubbish and debris from and about the premises and legally dispose of same, as well as all tools, construction equipment and machinery, and surplus materials. He will leave the site clean and ready for occupancy by the Town.
2) DUST CONTROL
During the progress of the Work, the Contractor shall conduct his operations and maintain the area of his activities so as to minimize the creation and dispersion of dust. If the Town determines that it is necessary to use water or calcium chloride for more effective dust control, the Contractor shall furnish and spread the materials, as directed. If there is no direct method of payment specified elsewhere in the contract documents, this Work will be performed without additional compensation.
3) MAINTENANCE OPERATIONS
The Contractor must accommodate routine and emergency maintenance operations performed by the Town (i.e. refuse pickup, leaf collection, snow plowing, etc.) within the Work area.
4) SANITARY PROVISIONS
The Contractor shall provide and maintain in a neat and sanitary condition such accommodations for the use of its employees as may be necessary to comply with the regulations and requirements of the State Department of Public Health.
In addition to the General Conditions requirements, the project is subject to and shall comply with the following:
Should the Contractor or Engineer discover evidence of remains, such as stone masonry building foundations, bones or other items of archaeological significance, Contractor shall report these findings to (1) Owner, (2) Local Historical Society, (3) State Historic Preservation Office (860) 500-2329, and (4) Resident Project Representative, and shall exercise the utmost care to ensure that these areas remain undisturbed. Contractor shall allow recovery of such finds by the authorities, shall not remove such artifacts under penalty of law, and shall prevent constriction or private vehicles from crossing over these areas. In addition, when directed by the Engineer, cover these areas with 1-ft common fill to the limits directed by the Engineer. Be advised that graves and any associated human remains are protected by Connecticut State law (C.G.S. Section 10-388 and 10-390). Any possible human skeletal remains must be reported to the State Archaeologist (860) 486-5248 and the State's Chief Medical Examiner (860) 679-3980 immediately upon discovery. If the State Archaeologist is unavailable, please contact the State Historic Preservation Office at the number above for immediate assistance.
The Engineer shall be notified immediately if any existing lead tubing (e.g. 'lead gooseneck') or galvanized steel water services are found during the Work.All lead and galvanized steel water services within the Town rights of way and easements will be replaced under the pertinent Technical Specifications as directed by the Engineer.
1) WITH OTHER WORK
The Town may award other contracts in the vicinity of the Work which may proceed simultaneously with the execution of this Contract. The Contractor shall perform his Work, causing as little interference with other Contractors, so far as circumstances will permit. The Contractor shall afford other Contractors reasonable opportunity for the introduction and storage of their materials and the execution of their Work, and shall properly connect and coordinate his Work with theirs.
Wherever Work being done by the Town of Manchester's forces or by other Contractors is contiguous to Work covered by this Contract, the respective rights of the various interests involved shall be established by the Engineer, to secure the completion of the various portions of the Work in general harmony.
2) WITH UTILITY COMPANIES
At least two full days, excluding Saturdays, Sundays and holidays, but not more than thirty days before commencing excavation, the Contractor shall call the telephone number 1-800-922-4455 (Call Before You Dig) to allow notification of utilities. The Contractor shall be responsible for coordinating his own work and that of his Subcontractors with any and all utilities in the work area.
The Contractor shall be responsible to coordinate all construction activities with the appropriate utilities. Where the Engineer determines that the relocation or adjustment of public or private utilities is dependent upon the performance of certain contract requirements, the Contractor shall perform these operations within a reasonable length of time.
The Contractor shall schedule his operations in such a manner as to minimize interference with the operation of the forces of utility companies or the Town in effecting the installation of new facilities as shown on the plans or relocation of their existing facilities. The Contractor shall consider in his bid all permanent and temporary utility appurtenances in their present or relocated positions and installation of new facilities as required for the project; and no additional compensation will be made for delays, inconvenience or damage sustained by him due to interference form the above-noted utility appurtenances or the operation of installing or moving them.
The Contractor shall be responsible to support all utility poles in the vicinity of excavations necessary to perform work under this project. The Contractor must obtain all approvals required by the custodian of the utility pole, and coordinate all work. There will be no direct payment for the support of utility poles.
1) GENERAL
In the performance of the Work, the Contractor shall abide by all orders, directions and requirements of the Engineer and shall perform all Work to the satisfaction of the Engineer and, at such time and places, by such methods and in such manner and sequence as he may require. The Engineer shall determine the amount, quality, acceptability and fitness of all parts of the Work, shall interpret the Contract Documents and Modifications and shall decide all other questions in connection with the Work.
The enumeration herein or elsewhere in the Contract Documents of particular instances in which the opinion, judgment, discretion or determination of the Engineer shall control, or in which Work shall be performed to his satisfaction or subject to his approval or inspection, shall not imply that only matters similar to those enumerated shall be so governed and performed but, without exception, all the Work shall be governed and so performed.
The Town shall issue all communications to the Contractor through the Engineer.
The Engineer will not be responsible for the Contractor's means, methods, techniques, sequences or procedures of construction, or the safety precautions and programs incident thereto; and he will notbe responsible for the Contractor's failure to perform the Work in accordance with the Contract Documents.
The Engineer will notbe responsible for the acts or omissions of the Contractor or any Subcontractors, or any of his or their agents, servants or employees, or any other persons at the site or otherwise performing any of the Work.
2) AUTHORITY AND DUTIES OF THE INSPECTOR
Inspectors employed by the Town shall be authorized to inspect all Work done and material furnished. Such inspection may extend to all or any part of the Work and to the preparation or manufacture of the materials to be used. In case of any dispute arising between the Contractor and the Inspector as to materials furnished or the manner of performing the Work, the Inspector shall have authority to reject material or suspend the Work until the question at issue can be referred to and decided by the Engineer. The Inspector shall notbe authorized to revoke, alter, enlarge, relax or release any requirements of the Contract Drawings and Specifications, nor to approve or to accept any portion of the Work, nor issue instructions contrary to the Contract Drawings and Specifications. The Inspector shall in no case act as foreman or perform other duties for the Contractor, or interfere with the management of the Work by the latter. Any advice which the Inspector may give the Contractor shall in no circumstance be construed as binding the Town in any way nor releasing the Contractor from fulfillment of the terms of the Contract.
The Town of Manchester Engineering Division Survey Unit will provide offset reference stakes and/or paint markings for:
The Contractor shall provide a minimum forty-eight (48) hour advanced notice for all survey requests. The Contractor shall maintain and protect all survey stakes throughout construction. The Contractor will be charged $150.00 per hour for any re-staking required due to the Contractor’s negligence in protecting the original stakes.
1) GENERAL
All materials and each part or detail of the work shall be subject at all times to inspection by the Engineer. The Engineer shall be allowed unhindered access to all parts of the work and shall be furnished with such information and assistance by the Contractor as the Engineer deems necessary to make a complete, detailed and timely inspection.
The Contractor shall always notify the Engineer of its intention to perform work on the Project, including notice of the particular work it intends to perform, at least 24 hours before the Contractor commences that work.
The Contractor shall be responsible for coordinating his/her Work with the Engineer at all times. In instances when it shall be necessary to utilize Manchester Public Works Department inspectors during other than normal Department working hours, the Contractor shall make payment to the Town of Manchester for such use. Normal working hours for the Department are from 7:00 AM to 5:00 PM daily, Monday through Friday, excluding holidays. The Town’s holiday schedule is attached to these Contract Documents in the ATTACHMENTS Section. Payment will be made in accordance with the following:
1. For each Public Works Department employee utilized by the Contractor, the Town shall receive the standard overtime rate paid to the employee by the Department.
2. In the event a Public Works Department employee is called out after the end of normal working hours, minimum payment to the Town by the Contractor for each Department employee utilized shall be at the standard overtime rate for a period no less than four (4) hours. Payment for overtime that is a continuation of the normal working day shall be at the standard overtime rate for the actual hours worked. There will be no charge for use of Department personnel during normal working hours for services provided by the Department.
2) TESTING AND INSPECTIONS
Tests, inspections and approvals of portions of the Work shall be made as required by the Contract Documents and by applicable laws, statutes, ordinances, codes, rules and regulations or lawful orders of public authorities.
The Contractor shall make arrangements for such quality control testing as necessary to demonstrate that the Work will meet specifications. Unless otherwise specified, the Engineer shall perform and bear the costs for initial quality assurance testing to verify that the Work meets
specifications. If the results of the initial quality assurance testing reveal failure of the portions of the Work to comply with requirements established by the Contract Documents, all costs made necessary by such failure, including those of repeated inspection(s) and compensation for the Engineer’s services and expenses shall be at the Contractor’s expense.
Required certificates of testing, inspection or approval shall, unless otherwise required by the Contract Documents, be secured by the Contractor and promptly delivered to the Engineer prior to construction.
Tests or inspections conducted pursuant to the Contract Documents shall be made promptly to avoid unreasonable delay in the Work.
All testing will be in accordance with the methods prescribed by the American Society for Testing and Materials or such other applicable organization as may be required by law or the Contract Documents.
Any work which fails to meet the requirements of any such test, inspection or approval, and any work which meets the requirements of any such test or approval but does not meet the requirements of the Contract Documents shall be considered defective. Such defective work may be rejected, corrected or accepted as provided.
Neither observations by the Engineer nor inspections, tests or approvals by persons other than the Contractor, shall relieve the Contractor from his obligations to perform the Work in accordance with the requirements of the Contract Documents.
3) ACCESS TO THE WORK
The Contractor shall provide the Engineer and his representative’s safe access to the Work at all times. The Contractor will provide proper facilities for such access and observation of the Work and also for any inspection or testing thereof by others.
4) COSTS FOR UNCOVERING WORK
(1) If any Work is covered contrary to the request of the Engineer, it must, if requested by the Engineer, be uncovered for his observation and replaced at the Contractor’s expense.
(2) If any such Work required so to be inspected, tested or approved is covered up without written approval or consent of the Engineer, it must, if directed by the Engineer, be uncovered for observation at the Contractor’s expense.
(3) If any Work has been covered which the Engineer has not specifically requested to observe prior to its being covered, or if the Engineer considers it necessary or advisable that covered Work be inspected or tested by others, the Contractor, at the Engineer's request, will uncover, expose or otherwise make available for observation, inspection or testing as the Engineer may require, that portion of the Work in question, furnishing all necessary labor, material and equipment. If it is found that such Work is defective or does not meet the requirements of the Contract Documents, the Contractor will bear all the expenses of such uncovering, exposure, observation, inspection and testing and of satisfactory reconstruction, including compensation for additional professional services, and an appropriate Change Order shall be issued deducting all such costs from the Contract Price. If, however, such work is found to be non-defective and meets the requirements of the Contract Documents, the Contractor will be allowed an increase in the Contract Price or extension of the Contract Time directly attributable to such uncovering, exposure, observation, inspection, testing and reconstruction if he makes a claim therefore as provided hereafter.
The Contractor shall take out a "Right of Way" Permit from the Town of Manchester Engineering Division for the project. This permit fee will be waived.
It is the intent of the Contract Drawings and Specifications to describe a complete Project to be constructed in accordance with the Contract Documents. The Contract Documents comprise the entire Contract between the Town and the Contractor, and any prior oral representations are null and void. The Contract may be altered only by a Modification.
The Contract Documents are complementary; what is called for by one is as binding as if called for by all. If the Contractor finds a conflict, error or discrepancy in the Contract Documents, he will call it to the Engineer's attention in writing before proceeding with the Work affected thereby. In resolving such conflicts, errors and discrepancies, the documents shall be given precedence in the following order: Contract, Contract Specifications and Contract Drawings. Within the Contract Specifications, the order of precedence shall be: “Section 3 – Project Specific Requirements”, “Section 2 – General Conditions for All Projects”, “Section 1 – Bidding Requirements”. Figure dimensions on drawings shall govern over scale dimensions and detailed drawings over general drawings. Any Work that may reasonably be inferred from the Contract Drawings and Specifications as being required to produce the intended result shall be supplied whether or not it is specifically called for. Work, materials or equipment described in words which so applied have a well-known technical or trade meaning shall be deemed to refer to such recognized standards. The Contractor assumes full responsibility for having familiarized himself with the nature and extent of the Contract Documents, Work, locality, and local conditions that may in any manner affect the Work to be done.
The captions which have been used in these Contract Documents are for convenience only and should not be construed to define or limit the meaning and intent of the paragraphs to which the captions apply.
Wherever in these Contract Documents reference is made to "Form 818", it shall mean, "State of Connecticut, Department of Transportation, Standard Specifications for Roads, Bridges, Facilities and Incidental Construction, Form 818", dated 2020, with all addenda at the time of award. Particular paragraphs and articles cited herein are made a part of these Contract Documents.
The quantities of work as listed in the Proposal Estimate Bid Sheet are to be used for comparison bidding. The quantities in all items of work may differ from the actual quantities of work listed due to actual field locations and conditions.
The Contractor shall take out a "Building Permit" from the Town of Manchester Building Inspection Division for the project. This permit fee, with the exception of the State of Connecticut educational fee of $0.26/$1000 cost of work per CT General Statue 29-263, will be waived. More information may be found at https://www.manchesterct.gov/Government/Departments/Public-Works/Building-Inspection-Division
Unless noted otherwise in the Contract Documents, the Town of Manchester Survey Unit will be responsible for providing limited layout and staking required for construction. The Contractor shall provide the Engineer a minimum of forty-eight (48) hours advanced notice for all survey requests and shall maintain and protect all survey stakes during construction. The Contractor will be charged $150.00 per hour for any re-staking required due to the Contractor’s negligence in protecting the original stakes.
The Contractor shall be responsible for retaining a Professional Land Surveyor (PLS) licensed in the State of Connecticut for the layout and staking of all the Work when “Construction Staking” is included as a bid item in the Contract. The Town of Manchester will provide to the Contractor’s surveyor an electronic copy of the proposed Plan in AutoCAD .dwg or .dwf format to assist in the preparation of construction staking. All stakes shall be maintained as necessary to complete and inspect the Work. The Contractor shall maintain baseline stakes and/or critical control necessary for the Engineer to verify the accuracy of the Work.
A portion of the project includes work within or adjacent to State of Connecticut right-of-way. The Contractor shall take out an "Encroachment Permit" from the Connecticut Department of Transportation prior to any work and shall adhere to the requirements of said permit. This permit fee will not be waived.
1) TERMINATION BY THE TOWN FOR CONVENIENCE
The Town may, at any time, terminate the Contract for the Town’s convenience and without cause.
Upon receipt of written notice from the Town of such termination for the Town’s convenience, the Contractor shall
(1) cease operations as directed by the Town in the notice;
(2) take actions necessary, or that the Town may direct, for the protection and preservation of the Work; and
(3) except for Work directed to be performed prior to the effective date of termination stated in the notice, terminate all existing subcontracts and purchase orders and enter into no further subcontracts and purchase orders.
In case of such termination for the Town’s convenience, the Contractor shall be entitled to receive payment for Work executed, and costs incurred by reason of such termination, along with reasonable overhead and profit on the Work not executed.
2) TERMINATION BY THE TOWN FOR CAUSE
The Town may terminate the Contract if the Contractor:
(1) repeatedly refuses or fails to supply enough properly skilled workers or proper materials;
(2) fails to make payment to Subcontractors for materials or labor in accordance with the respective agreements between the Contractor and the Subcontractors;
(3) repeatedly disregards applicable laws, statutes, ordinances, codes, rules and regulations, or lawful orders of a public authority;
(4) otherwise is guilty of substantial breach of a provision of the Contract Documents; or
(5) adjudged bankrupt or insolvent, or he makes a general assignment for the benefit of his creditors, or if a trustee or receiver is appointed for the Contractor or for any of his property, or if he files a petition to take advantage of any debtor’s act, or to reorganize under the bankruptcy or similar laws.
When any of the above reasons exist, the Town, may without prejudice to any other rights or remedies of the Town and after giving the Contractor and the Contractor’s surety, if any, seven days’ written notice, terminate employment of the Contractor and may, subject to any prior rights of the surety:
(1) exclude the Contractor from the site and take possession of all materials, equipment, tools and construction equipment and machinery thereon owned by the Contractor;
(2) accept assignment of subcontracts pursuant to the General Conditions; and
(3) finish the Work by whatever reasonable method the Town may deem expedient. Upon written request of the Contractor, the Town shall furnish to the Contractor a detailed accounting of the costs incurred by the Town in finishing the Work.
When the Town terminates the Contract for one of the reasons stated above, the Contractor shall not be entitled to receive further payment until the Work is finished.
If the unpaid balance of the Contract Sum exceeds costs of finishing the Work, and other damages incurred by the Town and not expressly waived, such excess shall be paid to the Contractor. If such costs and damages exceed the unpaid balance, the Contractor shall pay the difference to the Town. The amount to be paid to the Contractor or Town, as the case may be, shall be certified by the Engineer, upon application, and this obligation for payment shall survive termination of the Contract.
If, in the opinion of the Town, the Contractor is not executing the Work at a sufficient rate of progress, so as to finish in the time specified, or has abandoned said Work or is not complying with the terms and stipulations of the Contract Documents the Town may serve notice on the Contractor to adopt such methods as will insure the completion of the Work in the time specified, or in compliance with the terms and stipulations of the Contract Documents. If, within five (5) days after the Town has notified the Contractor that his Work is not carried on satisfactorily as before mentioned, the Town shall have the right to terminate the Contract and manage the Work under the direction of the Engineer, or relet, for the very best interest of the Town as a new Contract, the Work remaining to be done, without, in any manner, affecting or releasing the Bond of defaulting Contractor, and the cost of the Work under said new Contract shall be considered the cost to the Town of the Work left undone by the defaulting Contractor.
The Contractor is made aware of a separate project that includes the resurfacing of Gardner Street West.
Therefore, the schedule for this project must accommodate other planned projects and coordination with other contractors working in the area may be required.
1) GENERAL
The Contractor will provide and pay for all materials, equipment, tools, labor, transportation, construction equipment and machinery, appliances, fuel, power, light, heat, telephone, water and sanitary facilities and all other facilities and incidentals necessary for the execution, testing, initial operation and completion of the Work.
Unless otherwise specified, all materials and equipment incorporated in the Work shall be new. If required by the Engineer, the Contractor will furnish satisfactory evidence as to the kind and quality of materials and equipment.
All materials and equipment shall be applied, installed, connected, erected, used, cleaned and conditioned in accordance with the instructions of the applicable manufacturer, fabricator or processors, except as otherwise specifically provided in the Contract Documents.
2) “OR EQUAL” CLAUSE
Wherever in these Contract Documents a particular brand, make of material, device or equipment is shown or specified and followed by the clause "or equal," such brand, make of material, device or equipment specified shall be regarded as the standard, and shall not preclude the furnishing of items other than those specified where the quality, use and serviceability of the substitute is determined by the Engineer to be the same or equal of the standard. If the clause “or equal” is not used, the particular brand, make of material, device or equipment specified shall be provided.
3) SHOP DRAWINGS AND SAMPLES
After checking and verifying all field measurements, the Contractor will submit to the Engineer for approval, in accordance with the accepted schedule of Shop Drawing submissions, five (5) copies (or at the Engineer's option, one (1) reproducible copy) of all Shop Drawings, which shall have been checked by and stamped with the approval of the Contractor and identified as the Engineer may require. The data shown on the Shop Drawings will be complete with respect to dimensions, design criteria, materials of construction, manufacturer's certificates and the like to enable the Engineer to review the information as required.
The Contractor will also submit to the Engineer for approval, with such promptness as to cause no delay in Work, all samples required by the Contract Documents. All samples will have been checked by and stamped with the approval of the Contractor, identified clearly as to material, manufacturer, any pertinent catalog numbers and the use for which intended.
At the time of each submission, the Contractor will, in writing, call the Engineer's attention to any deviations that the Shop Drawing or sample may have from the requirements of the Contract Documents.
The Engineer will check and approve with reasonable promptness Shop Drawings and samples, but his checking and approval shall be only for conformance with the design concept of the Project and for compliance with the information given in the Contract Documents. The approval of a separate item as such will not indicate approval of the assembly in which the item functions. The Contractor will make any corrections required by the Engineer and will return the required number of corrected copies of Shop Drawings and resubmit new samples until approved. The Contractor shall direct specific attention in writing or on resubmitted Shop Drawings to revisions other than the corrections called for by the Engineer on previous submissions.
No work requiring a Shop Drawing or sample submission shall be commenced until the submission has been approved by the Engineer.
The Engineer's approval of Shop Drawings or sample shall not relieve the Contractor from his responsibility for any deviations from the requirements of the Contract Documents, unless the Contractor has in writing called the Engineer's attention to such deviations at the time of submission and the Engineer has given written approval to the specific deviation, nor shall any approval by the Engineer relieve the Contractor from responsibility for errors or omissions in the Shop Drawings.
4) CONNECTICUT SALES AND USE TAX
Materials and equipment purchased for installation in this project will be exempt from the Connecticut Sales and Use Tax under the Connecticut Education, Welfare and Public Health Tax Act. Each Bidder shall take this exemption into account in calculating his bid for the Work.
5) SURPLUS EXCAVATED MATERIALS
All surplus excavated material shall become the property of the Contractor, except where otherwise specifically noted in the Contract Documents or required for other portions of the Work as directed by the Engineer. The Contractor shall remove and dispose of such surplus material not required for other portions of the job and legally dispose of same.
1) GENERAL
Permits, fees, and licenses, necessary for the prosecution of the Work shall be secured and paid for by the Contractor. Such permits, licenses, etc., shall be obtained by the Contractor prior to performing any Work and shall include, but not be limited to, water and sewer permits, building permits, landfill permits, de-watering permits and road-cut permits. Evidence of all pertinent licenses shall be provided to the Engineer upon request. No fees will be waived unless specifically stated in the "Notice to Contractor - General" specification.
The Contractor will give all notices and comply with all laws, ordinances, rules and regulations applicable to the Work. If the Contractor observes that the Contract Drawings and Specifications are at variance therewith, he will give the Engineer prompt written notice thereof, and any necessary changes shall be adjusted by an appropriate Modification. If the Contractor performs any Work knowing it to be contrary to such laws, ordinances, rules and regulations, and without such notice to the Engineer, he will bear all costs arising therefrom.
2) RIGHT OF WAY PERMIT
Prior to any construction, the Contractor must take out a “Right of Way Permit” with the Town of Manchester Engineering Division.
3) WATER AND SEWER PERMIT
Prior to any construction involving or impacting facilities owned and/or operated by the Town of Manchester Water and Sewer Department, the Contractor must take out a “Water and Sewer Permit” with the Town of Manchester Engineering Division.
4) LANDFILL PERMIT
Regardless of whether tipping fees are waived or not, any Contractor or subcontractor wishing to dispose of any material at the Town of Manchester Landfill must possess a valid permit for each vehicle entering the Landfill. Contact the Town of Manchester Landfill at 647-3257 for permit fees and other information.
5) BUILDING PERMITS
Certain work including, but not limited to, retaining wall construction and electrical work, requires a building permit. The Contractor shall secure building permit(s) for such work at the Town of Manchester Building Department. Contact the Town Building Department at 647- 3052 for building permit information.
6) SPECIAL PERMITS
Some projects will have required special approval(s) from the Town of Manchester Planning and Zoning Commission, the State of Connecticut Department of Energy and Environmental Protection (DEEP), the United States Army Corps of Engineers or any other agency with jurisdictional rights. In most of these cases, separate plans have been approved and are on file. Any specific permit approval(s) by another agency or commission will be identified in the “Notice to Contractor” section of these Specifications. If such permits are identified, then the approved permit plans are hereby made part of the Contract Documents and the Contractor represents that he/she is fully aware of all the requirements of the permit and his/her intention to comply with such requirements.
7) CONNDOT ENCROACHMENT PERMIT
If any of the Work is within or directly abuts a State road, the Contractor must secure and pay for an “Encroachment Permit” from the Connecticut Department of Transportation – District 1. By signing the Contract, the Contractor represents that he/she is fully aware of the permit requirements and of his/her intention to comply with such requirements. The Contractor shall submit a copy of the permit to the Engineer prior to construction.
The Contractor shall reimburse the Town for construction inspection services when:
The Contractor will be invoiced for the actual number of hours worked at the Inspector's current overtime pay rate, which is 1.6 times the standard pay rate for Mondays through Saturdays and 2 times the standard pay rate for Sundays and Town of Manchester Holidays.
The Contractor will not be charged for overtime construction inspection services when the Engineer requires or requests the Contractor to work during the times defined above.
1) CONTRACT DOCUMENTS
At least three (3) counterparts of the Contract and such other Contract Documents as practicable will be executed and delivered by Contractor to the Town within ten (10) days of the Notice of Award. The Contractor shall also deliver to the Town such Bonds and Certificates of Insurance as he may be required to furnish in accordance with the Contract Specifications.
2) PRECONSTRUCTION MEETING
Prior to any construction, a preconstruction meeting will be held to review schedules, to establish procedures for handling Shop Drawings and other submissions, to review the procedures for processing Applications for Payment and to establish a working understanding between the parties with respect to the Project. Representatives from the Contractor shall be at a minimum the Project Manager and a representative from each major subcontractor.
3) KNOWLEDGE OF PROJECT
The Contractor represents that he has familiarized himself with, and assumes full responsibility for having familiarized himself with the nature and extent of the Contract Documents, work, locality and with all local conditions and Federal, State and local laws, ordinances, rules and regulations that may in any manner affect performance of the Work, and represents that he has correlated his study and observations with the requirements of the Contract Documents. Contractor also represents that he has studied all surveys and investigation reports of subsurface and latent physical conditions referred to in the Contract Documents, and made such additional surveys and investigations as he deems necessary for the performance of the Work at the Contract Price, in accordance with the requirements of the Contract Documents, and that he has correlated the results of all such data with the requirements of the Contract Documents. In addition, the Contractor represents that he has contacted all utility companies or contractors who may be doing work in the Project area to insure that their activities and schedules have been taken into account when planning his own Work.
4) COPIES OF DOCUMENTS
The Town will furnish the Contractor up to five (5) copies of the Contract Drawings and Specifications as are reasonably necessary for the execution of the Work. Additional copies will be furnished, upon request, at the cost of reproduction.
The Contractor shall perform with its own organization at least 50% of the original total contract value.
At least ten (10) days before each progress payment falls due (but not more often than once a month), the Contractor will submit to the Engineer for review the Application for Payment filled out on forms provided by the Engineer and signed by the Contractor covering the Work completed as of the date of the Application and supported by such data as the Engineer may reasonably require. If payment is requested on the basis of materials and equipment not incorporated in the Work, but delivered and suitably stored at the site or at another location agreed to in writing, the Application for Payment shall also be accompanied by such supporting data, satisfactory to the Town, as will establish the owner's title to the material and equipment and protect his interest therein, including applicable insurance.
The Contractor warrants and guarantees that title to all Work, materials and equipment covered by an Application for Payment, whether incorporated in the Project or not, will have passed to the Town prior to the making of the Application for Payment, free and clear of all liens, claims, security interests and encumbrances; and that no Work, materials or equipment covered by an Application for Payment will have been acquired by the Contractor or by any other person performing the Work at the site or furnishing materials and equipment for the Project, subject to an agreement under which an interest therein or encumbrance thereon is retained by the seller or otherwise imposed by the Contractor or such other person.
The Engineer will, within ten (10) days after receipt of each Application for Payment, either indicate in writing his approval of payment and present the Application to the Town, or return the Application to the Contractor indicating in writing his reasons for refusing to approve payment. In the latter case, the Contractor may make the necessary corrections and resubmit the Application.
The Town may withhold some or all of each Progress Payment if the Contractor fails to adequately supply skilled workers to perform the work and/or has not submitted all requisite paperwork.
The amount paid the Contractor shall be the amount due less five percent (5%) retainage. At the completion of the Work, the Town will retain five percent (5%) of the total project for a period of one (1) year. Upon written request by the Contractor, this retainage will be released after a final inspection is made and all items of Work are found to have been performed in accordance with the pertinent Contract Drawings and Specifications.
The Town will, within thirty (30) working days of receipt of an approved Application for Payment, pay the Contractor the amount approved by the Engineer.
1) GENERAL
It is hereby understood and mutually agreed, by and between the Contractor and the Town, that the date of beginning and the time for completion, as specified in the Contract of the Work to be done hereunder are essential conditions of this Contract; and it is further mutually understood and agreed that the Work embraced in this Contract shall be commenced on a date to be specified in the Notice to Proceed.
The Contractor agrees that said Work shall be prosecuted regularly, diligently and uninterruptedly at such rate of progress as will insure full completion thereof within the time specified. It is expressly understood and agreed, by and between the Contractor and the Town, that the time for the completion of the Work described herein is a reasonable time for the completion of the same, taking into consideration the average climatic range and usual industrial conditions prevailing in this locality.
2) LIQUIDATED DAMAGES
If the Contractor shall neglect, fail or refuse to complete the Work within the time herein specified, or any proper extension thereof granted by the Town, then the Contractor does hereby agree, as a part consideration for the awarding of this Contract, to pay to the Town the amount specified in the Contract, not as a penalty but as liquidated damages for such breach of Contract as hereinafter set forth, for each and every calendar day that the Contractor shall be in default after the time stipulated in the Contract for completing the Work.
The said amount is fixed and agreed upon by and between the Contractor and the Town because of the impracticability and extreme difficulty of fixing and ascertaining the actual damages the Town would in such event sustain, and said amount is agreed to be the amount of damages which the Town would sustain.
3) PROGRESS AND COMPLETION
It is agreed that time is of the essence of each and every portion of the Contract Documents wherein a definite and certain length of time is fixed for the performance of any act whatsoever; and where under the Contract an additional time is allowed for the completion of any Work, the new time limit fixed by such extension shall be of the essence of this Contract. Provided that the Contractor shall not be charged with liquidated damages or any excess cost when the delay in completion of Work is due to a Force Majeure excused event or to any delays of Subcontractors or suppliers occasioned by a Force Majeure excused event.
4) CONTRACT TIME
(1) Unless otherwise provided, Contract Time is the period of time, including authorized adjustments, allotted in the Contract Documents for Final Completion of the Work.
(2) The date of commencement of the Work is the date established in the Contract Documents.
(3) The date of Final Completion is the date the Town notifies the Contractor it achieved Final Completion and has satisfied the conditions required to achieve such milestone.
(4) The term “day” as used in the Contract Documents shall mean working day unless otherwise specifically defined.
(5) By executing the Contract the Contractor confirms that the Contract Time is a reasonable period for performing the Work.
(6) The Contractor shall not knowingly, except by agreement or instruction of the Owner in writing, prematurely commence operations on the site or elsewhere prior to the effective date of insurance required by the Contract Documents to be furnished by the Contractor and Town. The date of commencement of the Work shall not be changed by the effective date of such insurance.
(7) The Contractor shall proceed expeditiously with adequate forces and shall achieve Final Completion within the Contract Time.
5) DELAYS AND EVENTS THAT JUSTIFY A TIME EXTENSION
If the Contractor is delayed at any time in the commencement or progress of the Work by an act or neglect of the Town or Engineer, or of any employee of either, or of a separate contractor employed by the Town; or by changes ordered in the Work; or Force Majeure Excused Event; or by other causes that the Engineer determines may justify delay, then the Contract Time shall be extended by Change Order for such reasonable time as the Town may determine.
6) FORCE MAJEURE EXCUSED EVENT
”Force Majeure Excused Event” shall mean an event outside the asserting Party’s control that materially and adversely affects the performance of the Party (other than payment obligations) and includes, but is not limited to the following: an act of God, fire, tornado, hurricane, flood, earthquake, explosion, war, act of terrorism, civil disturbance, labor strikes away from the site, actual monthly precipitation or actual monthly snowfall that exceeds the maximums listed for each month shown in the National Oceanic and Atmospheric Administration weather report for the Town of Manchester for the current year and unavoidable casualties beyond Contractor’s control.
Force Majeure Excused Events shall not excuse the Contractor (i) if the failure to perform or delay is due to the non-performing Contractor’s fault, negligence or lack of diligence; (ii) if the Contractor asserting a Force Majeure Excused Event fails to provide notice as provided herein; or (iii) to the extent that the Force Majeure Excused Event was caused or provoked by the asserting party; (iv) if an experienced contractor could have foreseen and taken reasonable precautions to prevent such event or circumstance; (v) if such event or circumstance does not result in a delay to the critical path of Work; or (vi) where the Party asserting a Force Majeure Excused Event fails to fulfill its obligations as soon as reasonably possible after such Force Majeure Excused Event has been eliminated or has ceased to prevent the affected party from fulfilling its obligations.
If the Parties do not agree that a Force Majeure Excused Event has occurred, the burden of proof shall rest with the asserting Party. If a Force Majeure Excused Event has occurred, the Contractor shall be entitled to a Time Change only.
The Contractor shall, at its sole expense, use its best efforts to avoid and minimize delay resulting from a Force Majeure Excused Event and shall keep the Owner promptly informed of any event which may delay performance of the Work. Delay in the Contractor’s receipt of subcontracted portions of the Work, including Materials, for any reason shall not entitle the Contractor to any Change or any other relief, except in the case of a delay in the delivery of Materials due to no fault of the Contractor, the Contractor shall be entitled to a Day for Day time extension until such time that Materials of equal or better quality are delivered.
Within two (2) business Days from the beginning of any delay resulting from a potential Force Majeure Excused Event, the Contractor shall provide a detailed written notice to the Owner of the cause(s) of such delay. In a case of a continuing cause of delay, only one request shall be necessary.
Nothing contained herein shall preclude the Contractor from holding any other contractor(s), subcontractor(s), or entity responsible for unreasonable or unjustifiable delays incurred by the Contractor caused by such other contractor, subcontractor, or entity.
The Contractor’s full compliance with the requirements of this Article shall be a condition of receiving any Change and the Contractor’s failure to comply with these requirements shall constitute a waiver of any right to a Change or any other claim.
Nothing within this Article shall prevent the Owner from exercising its termination or suspension rights under this Contract.
7) SCHEDULE UPDATES THROUGHOUT THE PROJECT
Contractor shall provide at least once per month updated information on the Project Schedule, including thirty (30) day “look-ahead schedules,” projected variances per event category and per subcontractor, identification of all variances and calculation of the number of days difference between the as-built critical path and the Project Schedule critical path. Contractor shall, with each Application for Payment, provide completed monthly updated information for the previous month on the Project Schedule and updated information on manpower indicating as-built and as planned conditions. The updated information on the Project schedule shall not modify any milestone dates in the Project Schedule that Owner has previously approved.
8) WINTER SHUTDOWN
Unless otherwise specified in a “Notice to Contractor”, contract time will not be charged during a winter shutdown period between November 15th and April 1st. The Contractor will not be allowed to work during the winter shutdown (other than maintaining the project area) without the approval of the Engineer. Prior to a winter shutdown, the Contractor and the Town shall meet to discuss the Contractor’s procedures for preparing the Work area for a winter shutdown.
9) PROJECT SCHEDULE
The Contractor shall submit a Project Schedule to the Town with delivery of the signed contract identifying the major activities associated with the project, the order and connectivity of such activities, and critical milestone dates. The schedule should identify work being performed by subcontractors. The Town will notify the Contractor if it has objections to the Project Schedule. If notified of an objection, the Contractor shall resolve the issue and re-submit the Project Schedule within five (5) business days. No schedule will be approved that shows any activities beyond the allotted contract time for the project. The Contractor shall update the schedule as determined by the Engineer to be necessary as the project progresses. Upon giving the Contractor a five (5) day written notice, the Town may require the Contractor to prepare a thirty (30) day “Look-Ahead” Schedule.
10) TOWN’S RIGHT TO SUSPEND OR STOP WORK
If the Work is defective, or the Contractor fails to supply sufficient skilled workmen or suitable materials or equipment, or if the Contractor fails to make prompt payments to Subcontractors for labor, materials or equipment, the Town may order the Contractor to stop the Work, or any portion thereof, until the cause for such order has been eliminated.
11) TOWN’S RIGHT TO DO WORK
If the Contractor fails to furnish sufficient qualified workers or materials of the required quality or quantity necessary to perform the Work in accordance with the Contract Documents or the Project Schedule for any period of three (3) or more Days after written notice specifying such failure, the Town shall have the option to supply workers, materials, or both, and perform the Work. The Town shall deduct expenses incurred in engaging other Contractors, and supplying workers and material from payments due or which may become due to the Contractor or Retainage. If expenses exceed the balance due or which becomes due to the Contractor, the Contractor shall pay the excess to the Town immediately upon written demand therefore.
Town shall have the right to perform work with its own employees or by other contractors and to permit other entities to do work during the progress and within the limits of, or adjacent to, the project site, and the Contractor shall conduct its Work and cooperate with all others so as to mitigate any possible interference. The Contractor shall allow other contractors or entities access to their work within the project site. The Contractor shall make no claims against the Town for additional payment due to delays or other conditions created by the operations of such other parties.
12) RECOVERY SCHEDULE
The Town may, at any time that a non-excusable delay occurs on the Project, request the Contractor to prepare and submit a recovery project schedule that will return the Work to the as-planned Project Schedule so as to achieve Final Completion. The Contractor shall prepare the recovery schedule at no additional expense to the Town.
13) TOWN’S EXTENSION OF CONTRACT TIME
The Town may, at any time and without cause, suspend the Work or any portion thereof for a period of not more than ninety (90) days by notice in writing to the Contractor which shall fix the date on which Work shall be resumed. The Contractor will resume the Work on the date so fixed. The Contractor will be allowed an increase in the Contract Price or an extension of the Contract Time directly attributable to any suspension if he makes a claim therefor as provided in the General Conditions.
Should the Work be carried on late in the year, and in the opinion of the Engineer is in danger by reason of inclemency of weather, or could not be finished in time to prevent such danger, the Contractor shall cease operations upon order of the Engineer, and shall not resume them until ordered to do so by the Engineer, when the weather conditions are favorable. The time of suspension during the winter months shall not be considered in making a claim for extension of Contract Time. The Contractor shall, upon such orders, discontinue work, remove all materials or appliances for or in use upon the work site, and place the streets in proper condition for use by the public during the time the Work is suspended as herein provided, without cost to the Town.
In general, the Contractor shall protect all existing features, public or private, within or adjacent to the Work area that is not called out to be removed or replaced.
1) EXISTING MONUMENTATION
The Contractor shall be responsible for the protection and replacement of all survey markers, streetline monuments, and private property markers. Prior to construction, the Town will provide information as to the location of all survey markers. Unless noted otherwise in the Contract Documents, any survey markers disturbed or destroyed during construction will be replaced by the Town of Manchester at the Contractor’s expense. The fee for replacing survey markers is as follows:
Type of Survey Marker Replaced (FEE)
Iron Pipes/Rods/Drill Holes; $150.00 each
Concrete Monuments (Private Property); $300.00 each
Natural Stone Monuments (Private Property); $300.00 each
Intersection, Street Corner, Point of Curvature Markers; $500.00 each
Town GPS Control Network Monument; $2,500.00 each
Any charges for survey marker replacement will be directly deducted from the Contractor’s payment for the month that charges were incurred.
2) CONTRACT WORK
The Contractor shall protect his Work so as to prevent damage and/or vandalism to newly poured sidewalks and other concrete surfaces. Any newly poured sidewalks or ramps which are damaged or defaced shall be promptly repaired or replaced at the Contractor’s expense. Determination to repair or replace will be at the sole discretion of the Engineer.
3) TREES AND SHRUBS
The Contractor will take precautionary measures to protect all public and private trees or shrubs remaining within or adjacent to the Project area. This also includes protection of root systems that may become damaged due to the excavation activities near or adjacent to vegetation designated to remain.
The Contractor shall be fully responsible for compensation, repair, or replacement of any damaged tree or shrub because of neglect by the Contractor or any of his/her assigned Subcontractors.
4) UTILITIES
All existing utilities shall be protected and supported according to the specific utility company's requirements. It is the Contractor’s sole responsibility to coordinate and communicate with the utility company in question.
5) TRAFFIC CONTROL FACILITIES
The Contractor's attention is called to the fact that there are underground traffic control facilities (loop detectors) at various intersections in the Town of Manchester. Should these facilities become damaged during the course of the Work due to the Contractor’s negligence; the Contractor will be responsible for replacement of the detectors. Splicing of the existing detectors will not be permitted.
6) PRIVATE PROPERTY
Any claims for damage to private property as a result of the Contractor’s operations or lack of providing protective measures to prevent such damage will be forwarded directly to the Contractor for action. For each claim, the Contractor shall provide to the Town evidence that the claim has been resolved. The Town will not release final retainage for any project where there are any unresolved claims
7) SUBSURFACE ARCHAEOLOGICAL FINDS
If human burials or human skeletal remains are encountered during construction or agricultural, archaeological or other activity that might alter, destroy or otherwise impair the integrity of such burials or remains, the activity shall cease and not resume until authorized by the Engineer.
The Contractor shall conduct the work at all times in such a manner as to ensure the least possible obstruction to both vehicular and pedestrian traffic. All equipment and materials shall be placed or stored in such a way and in such locations as will not create a hazard to the general public.
The Contractor shall notify residents in writing at least 24 hours in advance of any work which will close or restrict access to their property. Work shall be coordinated such that no residential driveway access is closed for more than a 24 hour period and such that no commercial driveway access is fully closed at any time.
Work shall be coordinated such that it does not leave any excavated area open for more than one day without prior approval of the Engineer.
Not more than one block at a time of the street shall be torn up, obstructed or closed without the permission of the Engineer. The Contractor shall provide such barricades, signs, warnings, flagmen and shall conduct his Work in such a manner so that hazards to vehicular and pedestrian traffic are at a minimum. If, in the opinion of the Engineer or other Town Public Safety Authorities, additional precautions or measures should be taken in the interest of public safety, the Contractor shall so comply promptly. If the Contractor finds it necessary to close a portion of the road to vehicular traffic, written approval of the Engineer and the Chief of the Manchester Police Department shall be obtained. The Contractor shall notify the Fire Department and any other concerned agencies of such road closing a minimum of 48 hours in advance. Access shall be provided at all times to fire hydrants and precautions shall be taken to prevent freezing of any exposed or partially uncovered water lines.
The Contractor shall keep one (1) record copy of all Contract Specifications, Contract Drawings, Addenda, Modifications and Shop Drawings at the site in good order and annotated to show all changes made during the construction process. These shall constitute the Record Drawings for the Project, be available to the Engineer at any time and shall be delivered to him upon completion of the Work.
The Contractor shall comply with all requirements of the Occupational Safety and Health Act
(OSHA), applicable laws, building and construction codes. Prior to any Construction, the Contractor shall provide the name of his/her "competent person" who is responsible for project safety.
The Contractor shall furnish to the Engineer a report in duplicate on each accident on the Project or related to the prosecution of the Project which involves personal injury requiring medical treatment or which causes an employee’s loss of work time. The Contractor shall also furnish to the Engineer a report in duplicate regarding any accident involving public liability or property damage in connection with the Project.
At all times, the Contractor shall protect his/her work from the motoring or walking public. It will be the Contractor’s responsibility to supply and utilize flagmen or Town Police personnel, barricades, signs, drums, cones, etc. throughout the construction. Any sidewalk left excavated at the end of the work shift shall be cordoned off and properly signed to restrict pedestrian access.
The Contractor shall utilize OSHA approved safety caps on all pins or other protruding metal used for sidewalk forms.
Prior to any construction involving trenching and/or shoring, the Contractor shall provide the Town one copy of its “Trenching and Shoring” safety plan.
If any of the Work requires any person to enter into a confined space as defined by OSHA, the Contractor shall submit to the Town a copy of its “Confined Space Entry” procedures.
The Contractor will be responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Work. He will take all necessary precautions for the safety of, and will provide the necessary protection to prevent damage, injury or loss to:
(1) All employees on the Work and other persons who may be affected thereby.
(2) All the Work and materials or equipment to be incorporated therein, whether in storage on or off the site, and
(3) Other property at the site or adjacent thereto, including but not limited to trees, shrubs, lawns, walks, pavements, roadways, structures and utilities not designated for removal, relocation or replacement in the course of construction.
The Contractor shall take all proper precautions to protect existing access to properties from injury or unnecessary interference. He shall provide proper means of access to any property where the existing access is cut off by the Contractor. The Contractor shall take all proper precautions to protect persons from injury or unnecessary inconvenience and leave an unobstructed way along the public and private places for travelers, vehicles, and for access to hydrants.
No materials or other obstruction shall be placed within fifteen (15) feet of any fire hydrant which, at all times, must be readily accessible to the Fire Department.
The Contractor will comply with all applicable laws, ordinances, rules, regulations and orders of any public body having jurisdiction for the safety of persons or property or to protect them from damage, injury or loss. The Contractor shall provide and maintain all necessary flagmen, barricades, red lights and warning signs and take all necessary precautions for the protection of the public. He shall continuously maintain adequate protection of all Work from damage, and shall take all reasonable precautions to protect the Town from injury or loss arising in connection with this Contract. He shall make good any damage or injury to his Work or to the property of the Town resulting from lack of reasonable protective precautions, except such as may be due to errors in the Contract Documents, or caused by agents or employees of the Town. He shall adequately protect adjacent private and public property, as provided by law and the Contract Documents. He will notify owners of adjacent utilities when prosecution of the Work may affect them. When the use or storage of explosives or other hazardous materials is necessary for the prosecution of the Work, the Contractor will exercise the utmost care and will carry on such activities under the supervision of properly qualified personnel. All damage, injury or loss to any property referred to in the above paragraphs caused, directly or indirectly, in whole or in part, by the Contractor, Subcontractor or anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable, will be remedied by the Contractor, except damage or loss attributable to the fault of the Contract Drawings or Specifications or to the acts or omissions of the Town or anyone employed by the Town or for whose acts the Town may be liable, and not attributable to the fault or negligence of the Contractor.
In emergencies affecting the safety of persons or the Work or property at the site or adjacent thereto, the Contractor, without special instruction or authorization from the Town, is obligated to act, at his discretion, to prevent threatened damage, injury or loss. He will give the Engineer prompt written notice of any significant changes in the Work or deviations from the Contract Documents caused thereby, and a Change Order shall thereupon be issued covering the changes and deviations involved.
1) GENERAL
As specified in the Contract Documents and prior to the execution and delivery of the Contract, the successful Bidder will submit to the Engineer for acceptance the following:
(1) a list of all Subcontractors;
(2) a list of such other persons or organizations proposed to perform portions of the Work, including those who are to furnish materials or equipment fabricated to a special design.
Prior to the execution and delivery of the Contract, the Engineer will notify the successful Bidder in writing if the Engineer, after due investigation, has reasonable objection to any Subcontractor, person or organization on such list. The failure of the Engineer to make objection to any Subcontractor, person or organization on the list prior to the execution and delivery of the Contract shall constitute an acceptance of such Subcontractor, person or organization but shall not constitute a waiver of any right of the Engineer to reject defective Work, material or equipment not in conformance with the requirements of the Contract Documents.
The Contractor will be fully responsible for all acts and omissions of his Subcontractors and of persons directly or indirectly employed by them, and of persons for whose acts any of them may be liable to the same extent that he is responsible for the acts and omissions of persons directly employed by him. Nothing in the Contract Documents shall create any contractual relationship between any Subcontractor and the Town, or the Engineer or any obligation on the part of the Town or the Engineer to pay or to see to the payment of any monies due any Subcontractor, except as may otherwise be required by law.
The Contractor agrees to specifically bind every Subcontractor to all of the applicable terms and conditions of the Contract Documents. Every Subcontractor, by undertaking to perform any of the Work, will thereby automatically be deemed to be bound by such terms and conditions.
2) ASSIGNMENT OF SUBCONTRACTS
Each subcontract agreement for a portion of the Work is assigned by the Contractor to the Town, provided that
(1) assignment is effective only after termination of the Contract by the Town for Cause pursuant to the General Conditions and only for those subcontract agreements that the Town accepts by notifying the Subcontractor and Contractor in writing; and
(2) assignment is subject to the prior rights of the surety, if any, obligated under bond elating to the Contract.
When the Town accepts the assignment of a subcontract agreement, the Town assumes the Contractor’s rights and obligations under the subcontract.
Upon such assignment, if the Work has been suspended for more than 30 days, the Subcontractor’s compensation shall be equitably adjusted for increases in cost resulting from the suspension.
Upon such assignment of subcontracts to the Town, the Town may further assign the subcontract to a successor contractor or other entity. If the Town assigns the subcontract to a successor contractor or other entity, the Town shall nevertheless remain legally responsible for all of the successor contractor’s obligations under the subcontract.
1) SUBSTANTIAL COMPLETION
Substantial Completion shall occur when the Town has confirmed that all of the following conditions have been satisfied or waived in writing by the Town:
1. All Work has been sufficiently completed pursuant to the Contract Documents so that the owner can utilize the Work for its intended use;
2. The punch list (a comprehensive list of items to be completed or corrected prior to Final Payment) has been agreed upon and accepted in writing by the Town;
3. All Work has been completed in accordance with law, and the Contractor has obtained all inspections or certificated of inspections as required by the Contract Documents; and
4. All maintenance and operating instructions, schedules, guarantees, bonds, and other documents, all as required by the Contract Documents, have been submitted to the Town.
When the Contractor considers that the work is substantially complete, the Contractor shall notify the Town in writing. Upon written notice, the Engineer, as representative of the Town, will make an inspection with the Contractor. The Town will notify the Contractor in writing within fifteen (15) days of any particulars in which this inspection reveals that the Work is defective or discloses any item, whether or not included on the Contractor’s list, which is not sufficiently complete in accordance with the Contract Documents so that the Town can occupy or utilize the Work or designated portion thereof for its intended use. If the Substantial Completion has not occurred, the Contractor shall immediately make such corrections as are necessary to achieve Substantial Completion. The foregoing notice procedure shall be repeated until Substantial Completion occurs. The Town shall issue a notice when Substantial Completion Occurs.
2) FINAL COMPLETION
Final Completion shall occur when the following conditions have been satisfied:
1. Substantial Completion has been achieved and the Contractor received notice by the Town;
2. all items on the Punch list have been completed;
3. the Contractor has completed all Work;
4. the Project site is free from construction debris;
5. Contractor has provided the Town record drawings in accordance with Article 20;
6. the Contractor has paid all Liquidated Damages in full, if any were assessed;
7. the Final Payment Application has been submitted with such supporting data as the Engineer may require;
8. the Town has received complete and legally effective releases or waivers
(satisfactory to the Town) of all liens arising out of the Contract Documents for the labor and services performed and the material and equipment furnished thereunder, including releases or waivers from each subcontractor; and
9. the Contractor has removed all of its construction equipment, material and support personnel from the Project site.
In lieu of releases or waivers and as approved by the Town, the Contractor may furnish receipts or releases in full; an affidavit of the Contractor that the releases and receipts include all material, equipment, tools and labor bills, and other indebtedness connected with the Work for which the Town or its property might in any way be responsible, have been paid or otherwise satisfied; and consent of the Surety, if any, to final payment.
The Contractor shall notify the Town in writing when it has achieved Final Completion, including all documentation to verify the conditions set forth above have been achieved, and shall submit a Final Payment Application following the procedure for progress payments.
Town shall either notify the Contractor of any reason why Final Completion has not occurred or notify the Contractor in writing that Final Completion has been achieved. The Final Completion date shall be the first date on which all condition for Final Acceptance were satisfied.
Within fifteen (15) days after the receipt of the final Application for Payment and the Engineer is satisfied that the Work has been completed and the Contractor has fulfilled all of his obligations under the Contract Documents, the Engineer will, indicate in writing his approval of payment and present the Application to the Town for payment. Otherwise, he will return the Application to the Contractor, indicating in writing his reasons for refusing to approve final payment, in which case the Contractor will make the necessary corrections and resubmit the Application. Once the Town issues the Final Payment, the Contractor will be deemed to achieve Final Completion.
Final payment shall constitute ninety-five percent (95%) of the final Contract amount. The remaining five percent (5%) will be payable in accordance with the provisions stated herein. The Town will, within thirty (30) days of receipt of an approved final Application for Payment, pay the Contractor the amount approved by the Engineer.
The making of final payment shall constitute a waiver of claims by the Owner except those arising from:
1. Claims, security interests or encumbrances arising out of the Contract and unsettled;
2. Failure of the Work to comply with the requirements of the Contract Documents; or
3. Terms of special warranties required by the Contract Documents.
Acceptance of final payment by the Contractor, subcontractor or material supplier shall constitute a waiver of claims by that payee except those previously made in writing and identified by that payee as unsettled at the time of the Final Payment Application.
When the Work or designated portion thereof is substantially complete, the Town will prepare a Notice of Substantial Completion that shall establish the date of Substantial Completion, shall establish responsibilities of the Town and Contractor for security, maintenance, utilities, damage to the Work and insurance, and shall fix the time within which the Contractor shall finish all items on the list accompanying the Certificate. Warranties required by the Contract Documents shall commence on the date of Substantial Completion of the Work or designated portion thereof unless otherwise provided in the Notice of Substantial Completion.
Subsurface information which may be contained in these Contract Documents has been developed from the best available records, the accuracy of which cannot be guaranteed. These locations are subject to possible errors in the source of the information; also, errors in transcription. The Contractor shall make certain of the exact location of mains, ducts, poles and services prior to excavation near utility lines. The Contractor shall cooperate fully with the various utilities and shall plan his Work so that least interference is caused for all parties concerned. The various utility companies will make all adjustments to their own lines except as otherwise shown on the Contract Drawings or detailed in the Contract Specifications. The Contractor shall give ample notice to "Call Before You Dig" so that existing lines can be marked in the field and adjustments made. If, in the course of construction, conditions are found which result in changes of alignment and/or delays necessitating the rescheduling of the Contractor's operation, such changes in alignment or rescheduling of operations shall not constitute the basis of a claim for extra payment. It is anticipated that the Contractor will provide for contingencies which may confront him during the execution of the Work in the preparation of his bid.
The Contractor shall support all utility lines uncovered due to trench excavation in accordance with the requirements of the specific utility company.
The Contractor will supervise and direct the Work efficiently and with his best skill and attention. He will be solely responsible for the means, methods, techniques, sequences and procedures of construction. Before undertaking the Work, he will carefully study and compare the Contract Documents and check and verify all figures shown thereon and all field measurements. He will at once report in writing to the Engineer any conflict, error or discrepancy which he may discover. The Contractor will be responsible to see that the finished work complies accurately with the Contract Documents.
The Contractor will keep a Resident Superintendent, satisfactory to the Engineer, on the site at all times. The Superintendent shall not be replaced without the consent of the Engineer except under extraordinary circumstances. The Superintendent will be the Contractor's representative at the site and shall have authority to act on behalf of the Contractor. All communications given to the Superintendent shall be as binding as if given to the Contractor.
The Engineer will not be responsible for the acts or omissions of the Contractor, or any Subcontractors, or any of his or their agents, servants or employees, or any other persons performing any of the Work.
The Contractor warrants and guarantees to the Town and the Engineer that all materials and equipment will be new unless otherwise specified, and that all Work will be of good quality and free from faults or defects and in accordance with the requirements of the Contract Documents and of any inspections, tests or approvals referred to in herein. All unsatisfactory Work, all faulty or defective Work and all Work not conforming to the requirements of the Contract Documents or of such inspections, tests or approvals shall be considered defective. Prompt notice of all defects shall be given to the Contractor. All defective Work, whether or not in place, may be rejected.
If required by the Engineer prior to the issuance of the Certificate of Substantial Completion, the Contractor will promptly, without cost to the Town and as required by the Engineer, either correct any defective Work, whether or not fabricated, installed or completed, or, if the Work has been rejected by the Engineer, remove it from the site and replace it with non-defective Work. If the Contractor does not correct such defective Work or remove and replace such rejected Work within a reasonable time, all as required by written notice from the Engineer, the Town may have the deficiency corrected or the rejected Work removed and replaced. All direct or indirect costs of such correction or removal and replacement, including compensation for additional professional services, shall be paid by the Contractor and an appropriate Change Order shall be issued deducting all such costs from the Contract Price. The Contractor will also bear the expenses of making good all Work of others destroyed or damaged by his correction, removal or replacement of his defective Work.
If, prior to completion of the punch list resulting from the final inspection at expiration of the warranty period, any Work is found to be defective, the Contractor will, promptly without cost to the Town and in accordance with the Town's written instructions, either correct such defective Work, or, if it has been rejected by the Town, remove it from the site and replace it with non-defective Work. If the Contractor does not promptly comply with the terms of such instructions, the Town may have the defective Work corrected or the rejected Work removed and replaced, and all direct and indirect costs of such removal and replacement, including compensation for additional professional services, will be paid by the Contractor.
Unless otherwise stated in a Notice to Contractor, five percent (5%) of the total Contract Price shall be retained by the Town for a period of one (1) year after substantial completion of the Contract to allow appearance of any defect in materials and workmanship. Within this one (1) year period, the Contractor shall remedy any defective Work appearing and pay for any damages to other Work caused by such defective Work, or occasioned in correcting same. If the Town determines the defective Work creates a situation requiring immediate attention, the Town may have the defective Work removed and replaced. All direct and indirect costs, including compensation for professional services, will be paid by the Contractor. If an excessive amount of defective Work appears during the one (1) year period after the substantial completion, the Town, upon written notice to the Contractor, may extend the retainage period for an additional year.
1) OPERATION OF TOWN'S FACILITIES
In instances when it is necessary to operate valves or hydrants which are the property of the Town of Manchester, the Contractor shall coordinate his activities with the Town of Manchester Water and Sewer Department and arrange for the Department to operate such facilities. A minimum of forty-eight (48) hours’ notice shall be given the Department to minimize delay and allow public notice where necessary.
2) CONTINUANCE OF SERVICE
All Work is to be accomplished in such manner as to minimize the time that water and/or sanitary sewer service will be interrupted. The Contractor shall be responsible for providing all temporary connections and coordinating his activities to ensure that all customers have continuous water and/or sanitary sewer service. The Contractor's attention is called to the fact that the inability to discontinue water service to some customers in the construction area during normal working hours may require work to be done during off hours or the provision of temporary service.
3) PAYMENT FOR USE OF WATER AND SEWER DEPT. PERSONNEL AND EQUIPMENT
The Contractor shall be responsible for coordinating his Work with the Manchester Water and Sewer Department at all times. Instances when it shall be necessary to utilize Department personnel and equipment during other than normal Department working hours, the Contractor shall make payment to the Town of Manchester for such use. Normal working hours for the Department are from 7:00 a.m. to 3:30 p.m. daily, Monday through Friday excluding holidays. The Town's Holiday Schedule is attached to these Contract Documents in an Appendix.
Payment shall be made in accordance with the following:
(1) For each Water and Sewer Department employee utilized by the Contractor, the Town shall receive the standard overtime rate paid to the employee by the Department.
(2) In the event a Water and Sewer Department employee is called out after the end of normal working hours, minimum payment to the Town by the Contractor for each Department employee utilized shall be at the standard overtime rate for a period no less than four (4) hours. Payment for overtime that is a continuation of the normal workday shall be at the standard overtime rate for the actual hours worked.
(3) For Water and Sewer Department equipment required for use in conjunction with utilization of Department personnel, the Town shall receive the standard rates as charged by the Department for such use.
There will be no charge for use of Water and Sewer Department personnel and equipment during normal working hours for routine services provided by the Department (i.e., open/close valves, shut down mains, shut down notification, etc.). However, use of Department personnel and equipment for non-routine services (i.e., use of vac-truck, etc.) shall be compensated for at the standard rates for personnel and equipment.
4) LICENSING REQUIREMENTS
Any person involved in the installation of a water main and/or appurtenances must have a P-1, P-6 or P-7 license or be an apprentice registered with the State of Connecticut Labor Department working under the direct (on-site) supervision of a person possessing a P-1, P-6 or P-7 license.
Any person involved in the installation of a sanitary sewer and/or appurtenances must have either a P-1, P-6, P-7, W-8 or W-9 license or be an apprentice registered with the State of Connecticut Labor Department working under the direct (on-site) supervision of a person possessing a P-1, P-6, P-7, W-8 or W-9 license.
Having carefully examined the Invitation to Bid, Rules and Regulations for Competitive Bidding, Standard Instructions to Bidders, Special Instructions to Bidders, Insurance and Indemnification Requirements, Form of General Bid, General Conditions, Special Provisions, Technical Specifications, Appendices, Contract Drawings and Exhibits for the furnishing of all materials, equipment, tools, labor and incidentals necessary to complete the Work known as “SIDEWALK INSTALLATIONS - GARDNER STREET AND GARDNER STREET WEST”, as well as having carefully examined the site and having satisfied himself as to conditions affecting the proposed Work and all Addenda issued by the Town prior to the date of opening of Bids, the Bidder proposes to complete all Work on the Contract Drawings and as described in the Contract Specifications, for the lump sum and unit prices for the Work, in place, per the Pricing Table included in this submittal.
Further Bidder confirms and agrees that their electronic submission will be deemed as the official signature on the bid for the project.
A) Bidder understands that there may be changes, omissions, or modification in the work, and that appropriate adjustments will be made to the Contract price in accordance with the Contract Documents. The undersigned understands that the Owner reserves the right to accept or reject any or all bids, and to waive all formalities, any irregularities, and accept the Bid deemed to be in the Owner's best interest.
B) Bid prices do not include any sales, excise or other taxes for which the Owner is not liable. Town of Manchester is the awarding authority. The Bidder agrees to hold the above pricing for sixty (60) days.
C) The Bid security in the sum of: 5% OF TOTAL BID is to become the property of the Town in the event the above forms are not executed within the time set forth above, as liquidated damages, and not as a penalty for the delay and additional expense to the Town caused thereby.
Please upload a document that provides, at a minimum, the following information:
1) List of recent and ongoing projects, including description of work, contract amount and completion status;
2) List of at least three project references and contact information;
3) List of key personnel to be used on the project, including number of years experience doing similar work;
Please download the below document, complete and have notarized. An online notarization option will be provided for you when responding.
Please download the below document, complete, and upload.
Please download the below documents, complete and have notarized. An online notarization option will be provided for you when responding.
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 thanThursday, April 30, 2026 addressed to:
Town of Manchester
Purchasing Department
494 Main St, PO BOX 191
Manchester, CT 06045-0191
Please have the Bidder Name, Contract Title ("SIDEWALK INSTALLATIONS - GARDNER STREET AND GARDNER STREET WEST"), and Contract Number ("25/26-53") listed clearly on the outside of the envelope.
In accordance with Connecticut General Statute Sections 4a-100, 4b-101, 4b-91 and 4b-91(j), a responsible bid must contain a current DAS Contractor Prequalification Certificate and a current Update (Bid) Statement. Any subcontractor whose contract exceeds $500,000 may perform installation or construction work as a subcontractor on a project, provided that at the time of bid submission, the subcontractor is prequalified by DAS. Failure to submit these documents with the bid subjects your bid to disqualification.
The DAS prequalification classification SITEWORK is required as a minimum for this project. If you have any questions regarding these requirements contact the State of CT.DAS, at telephone number 860-713-5280 or visit their web site at www.das.state.ct.us.
Please download the below documents, complete, 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.
You may use the blank, fillable Form W-9 included below or from the IRS website.
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 the document.
I confirm that my company will perform a minimum of 50% of the original contract total value.
I confirm that I have read and understand this.
For projects with awards equal to or greater than $100,000.
Will the total contract value be $25,000 or more in one fiscal year?
Required for State funded projects $150,000 or more
For projects that have grants from CTDEEP that require specific terms & conditions to be included in the Project Contract. This adds a Section called CTDEEP....
For projects and one-off grants that have conditions that need to be spelled out in its own section similar to the CTDPH & CTDEEP checkboxes.
If water services are replaced, answering 'Yes' will include a NTC - Water Services section to the document pertaining to encountering possible lead and/or galvanized water services.
Required for State funded projects over $1,000,000
EXAMPLES:
SITEWORK
SEWER AND WATER LINES
Please enter the MONTH AND YEAR when you anticipate a contract award for this project:
EXAMPLE:
OCTOBER 2022
FEBRUARY 2023
List Maximum Number of contract days allowed for the project.
EXAMPLE:
"ONE HUNDRED FIFTY (150) WORKING DAYS"
'...Work under this Contract immediately after receiving written Notice to Proceed from the Town, and to complete all work within ONE HUNDRED FIFTY (150) WORKING DAYS thereafter, ...'
Please enter the date Contractor shall commence construction operations.
EXAMPLE:
APRIL 15, 2023
ex. 321 Olcott Street, Manchester, CT
ex. March 23, 2023
ex. 11:00 AM
Is attendance mandatory or not at pre-bid meeting?
Required for federally funded projects.
Note this is different/separate from DWSRF requirements (e.g. WBE & SBE) which must be edited directly within that specific section's text.
If there is a CNG Gas Main or facility within or adjacent to the project work area/limits, select "Yes" to include the appropriate Appendices.
Typically for sidewalk-only projects and Utility projects where there otherwise would be no pay item for Construction Staking, the Survey Unit will provide the staking.
Answer Yes to include NTC - Layout of Work to the document.
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.