28
BID RESPONSE LABEL Proposals sent by U.S. Mail should be addressed to Director of Purchasing, Town of Manchester, 494 Main Street, P.O. Box 191, Manchester, CT 06045-0191. Proposals hand delivered by Federal Express, United Parcel Service or other persons shall be delivered to Director of Purchasing, Town of Manchester, 494 Main Street, Manchester, CT 06040. The appropriate pre-addressed label below must be affixed to the envelope containing your proposal. THIS LABEL FOR USE WITH UNITED STATES POSTAL SERVICE DELIVERY BID NO. 20/21--51 TO BE OPENED: SALTERS POOL REPAIR AND PAINTING (DATE): MARCH 10, 20201 (TIME): 11:00 A.M. TO: DIRECTOR OF PURCHASING TOWN OF MANCHESTER LINCOLN CENTER 494 MAIN STREET P.O. BOX 191 MANCHESTER, CT 06045-0191 THIS LABEL FOR USE WITH HAND DELIVERY (I.E., FED EX, UNITED PARCEL SERVICE) BID NO. 20/21--51 TO BE OPENED: SALTERS POOL REPAIR AND PAINTING (DATE): MARCH 10, 2021 (TIME): 11:00 A.M. TO: DIRECTOR OF PURCHASING TOWN OF MANCHESTER LINCOLN CENTER 494 MAIN STREET MANCHESTER, CT 06040

BID RESPONSE LABEL - Manchester, Connecticut

  • Upload
    others

  • View
    1

  • Download
    0

Embed Size (px)

Citation preview

BID RESPONSE LABEL

Proposals sent by U.S. Mail should be addressed to Director of Purchasing, Town of Manchester, 494

Main Street, P.O. Box 191, Manchester, CT 06045-0191. Proposals hand delivered by Federal

Express, United Parcel Service or other persons shall be delivered to Director of Purchasing, Town of

Manchester, 494 Main Street, Manchester, CT 06040. The appropriate pre-addressed label below

must be affixed to the envelope containing your proposal.

THIS LABEL FOR USE WITH UNITED STATES POSTAL SERVICE DELIVERY

BID NO. 20/21--51 TO BE OPENED:

SALTERS POOL REPAIR AND PAINTING (DATE): MARCH 10, 20201

(TIME): 11:00 A.M.

TO: DIRECTOR OF PURCHASING

TOWN OF MANCHESTER

LINCOLN CENTER

494 MAIN STREET

P.O. BOX 191

MANCHESTER, CT 06045-0191

THIS LABEL FOR USE WITH HAND DELIVERY (I.E., FED EX, UNITED PARCEL SERVICE)

BID NO. 20/21--51 TO BE OPENED:

SALTERS POOL REPAIR AND PAINTING (DATE): MARCH 10, 2021

(TIME): 11:00 A.M.

TO: DIRECTOR OF PURCHASING

TOWN OF MANCHESTER

LINCOLN CENTER

494 MAIN STREET

MANCHESTER, CT 06040

*** IMPORTANT ***

BID PROCESS CHANGES DUE TO COVID-19

Due to the current health crisis, the Purchasing Department is changing the procedure for bid openings.

1. Bid responses will be received at the time indicated in bid documents, but due to public buildings

being closed, vendors must contact the Purchasing Department at (860) 647-3031 to make an

appointment to drop off their bid or send their bid by FedEx, UPS or US Postal Service to be received

prior to the bid opening date and time.

2. Bid openings will be held virtually through Go To Meeting. Instructions for logging-in to the virtual bid

opening are included below.

3. The virtual bid opening will be held **30 minutes** after responses are due, to give vendors time to

log-in.

4. The virtual bid opening will be exactly the same as a regular bid opening – Purchasing staff will open

the bid and read the results out loud. Results are not final until reviewed, tabulations compiled and

then posted/distributed to participants. In addition, the requesting department will recommend an

award after a complete review of the submissions.

We are learning more about COVID-19 every day, and our goal is to balance the health and well-being of our

community with the desire to keep Town business moving forward. We will be reassessing daily and any

changes will be posted on the General Services page at https://generalservices.townofmanchester.org/

INSTRUCTIONS FOR ON-LINE BID MEETING:

THE VIRTUAL BID OPENING WILL BE HELD

Bid 20/21-51 Salters Pool Repair and Painting

Wed, Mar 10, 2021 11:30 AM - 12:00 PM (EST)

Please join my meeting from your computer, tablet or smartphone. https://global.gotomeeting.com/join/386068581

You can also dial in using your phone. United States: +1 (669) 224-3412

Access Code: 386-068-581

New to GoToMeeting? Get the app now and be ready when your first meeting starts:

https://global.gotomeeting.com/install/386068581

TOWN OF MANCHESTER

PURCHASING DEPARTMENT

494 MAIN STREET - P.O. BOX 191

MANCHESTER, CONNECTICUT 06045-0191

BID NO. 20/21-51

INVITATION TO BID

FOR

REPAIR AND PAINT

SALTERS POOL

DATE OF BID OPENING: MARCH 10, 2021 TIME: 11:00 A.M.

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 date and time

set forth above, for furnishing the commodities and/or services listed herein. Proposals must be

executed in accordance with and subject to instructions and specifications contained herein.

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

Order 11246. By signing the Proposal Sheet for this 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.

SPECIAL INSTRUCTIONS

1. This bid and any addenda will be issued on the Town of Manchester website at

http://generalservices1.townofmanchester.org/index.cfm/bids/. It shall be the responsibility

of the bidder to download this information. THE TOWN OF MANCHESTER WILL

NOT MAIL A SEPARATE HARD COPY OF ADDENDUM TO BIDDERS. Failure of

any bidder to receive any such addendum or interpretation shall not relieve such bidder from

any obligation under his bid as submitted. All addenda so issued shall become part of the

Contract Documents. No addendum shall be issued less than 2 calendar days before the due

date unless it is to change the due date.

2. Bid prices may not be withdrawn by bidder for 90 days after bid opening.

3. All questions or inquiries must be submitted at least 7 days before the bid opening.

4. The enclosed pre-addressed label must be attached to the envelope containing your bid.

i

Table of Contents

Page #

Invitation to Bid

Table of Contents

Rules and Regulations for Competitive Bidding ............................................................. 1

Small Project General Requirements ................................................................................ 4

Contractor Inspection Notification ................................................................................. 18

Living Wage Ordinance Summary Description ............................................................. 19

Living Wage Ordinance Certification Form

Bid Proposal Form

1

BOARD OF DIRECTORS

TOWN OF MANCHESTER, CONNECTICUT

RULES AND REGULATIONS FOR COMPETITIVE BIDDING

INCLUDING INSTRUCTIONS TO BIDDERS

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 Director of Purchasing may delete or modify any of the instructions to bidders for a

particular proposal, indicating such change in the appropriate section of the proposal

documents. The Director of General Services 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 in an envelope marked with the bidder’s name and address on the upper

left-hand corner.

5. Proposals sent by U.S. Mail should be addressed to Director of Purchasing, Town of

Manchester, Lincoln Center, 494 Main Street, P.O. Box 191, Manchester, CT 06045-

0191. Proposals hand delivered by Federal Express, UPS or other persons shall be

delivered to Director of General Services, Town of Manchester, 494 Main Street,

Manchester, CT 06040. The enclosed pre-addressed label must be affixed to the

envelope containing your proposal.

6. Proposals received later than the time and date specified will not be considered.

Amendments to, or withdrawals of bids received later than the time and date set for bid

opening will not be considered.

7. All bids shall be opened publicly and read aloud. Bidders may be present at the opening

of bids. All bids shall be tabulated and copies of said tabulation shall be made available

to Bidders upon their request.

8. All deliveries of commodities or services hereunder shall comply in every respect with all

applicable laws of the Federal Government and/or the State of Connecticut. Purchases

made by the Town of Manchester are exempt from payment of Federal Excise Taxes and

2

the Connecticut Sales Tax and such taxes must not be included in bid prices. Federal

Excise Tax exemption certificates, if requested, will be furnished.

9. The Bidder, where applicable, shall insert the price per stated unit and extend a total price

for each item. In the event there is a discrepancy between the unit price and the

extension, the unit price will govern.

10. 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.

11. All inquiries, whether oral or written, shall be submitted within the time limitations

specified in the bid documents and shall be directed to the Purchasing Department, Town

of Manchester, 494 Main Street, P.O. Box 191, Manchester, CT 06045-0191, by email,

[email protected] or fax (860) 647-5206. 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.

12A. The Town reserves the right to reject any and all bids. To waive technical defects and to

make such awards including accepting a bid, although not the low bid, as it deems in its

sole discretion to be in the best interest of the Town. The Town reserves the right to

reject any bid if the bidder, any officer of the bidder, or any other company owned in

whole or in part by any officer(s) of the bidder, is delinquent in the payment of any taxes

or fees owed to the Town. The Town reserves the right to require a disclosure statement

from the bidder listing the name(s) of all officers of the company.

12B. In the event the Town determines that a contractor is delinquent in any payment due the

Town, then the Town may offset the delinquent amount due to the Town against the sums

owed the contractor.

13. The Town of Manchester may make such investigation as deemed necessary to determine

the ability of the bidder to discharge a contract. The bidder shall furnish the Town with

all such information and data as may be required for that purpose. The Town reserves the

right to reject any bid if the bidder fails to satisfactorily convince the Town that he is

properly qualified by experience and facilities to carry out the obligations of the contract

and to satisfactorily complete the work called for herein, or if the bid is conditional in

nature.

14. Except where otherwise provided, a contract between the Town and a successful bidder

shall consist of the Invitation to Bid, Specifications, Plans, Bid including Proposal 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.

15. All Invitations to Bid shall be publicly advertised on at least three (3) occasions 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.

3

16. Copies of bids shall be made available to all interested persons for a fee to be determined

by the Director of Purchasing which fee will be refundable at the discretion of the

Director of Purchasing upon return of said documents.

17. Alternate bids shall not be accepted unless otherwise specified in the bid documents.

18. Any act or acts of misrepresentation or collusion shall be a basis for disqualification of

any bid or bids submitted by such persons guilty of said misrepresentation of collusion.

In the event that the Town enters into a contract with any bidder who is guilty of

misrepresentation or collusion and such conduct is discovered after the execution of said

contract, the Town may cancel said contract without incurring liability, penalty or

damages.

19. In the event that any bidder wishes to protest the potential award of a bid or any

procedure of act in the advertising or soliciting of the bids, said bidder must make said

protest in writing which shall state the reason therefore and request a conference with

respect thereto. Said protest must be received in the Town, Office of General Services

within FIVE (5) business days after the mailing of bid results or decisions.

20. A conference with respect to said protest shall be scheduled by the Director of Purchasing

forthwith and shall be attended by him or his designee and such other persons as the

Director of Purchasing and the General Manager shall require 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 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.

21. 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 changed by the Director of General Services pursuant to paragraph 1 herein.

22. Except for special instructions inserted in special contracts by the Director of General

Services pursuant to paragraph 1 herein, in the event of any conflicts between these Rules

and Regulations and the terms and conditions of any document these Rules and

Regulations shall prevail.

23. All Awards shall be made by the Director of Purchasing.

24. These Rules and Regulations, as revised, shall be effective as of June 23, 1993.

Revised:

April 14, 1981

March 13, 1984

August 1, 1989

June 23, 1993

4

SMALL PROJECT GENERAL REQUIREMENTS

1.0 SUMMARY OF WORK

1.01 WORK COVERED BY CONTRACT DOCUMENTS

A. Work of this Contract(s) consists of:

1. Work specified below shall be performed on the main swimming pool and

wading pool.

2. Abrasive (sand) Blast existing pool walls, floor and steps to prepare for new

coatings. Pool paint color to be white. Accent paint to be black.

3. Coatings shall be a high performance epoxy coating suitable for immersion

equal or similar to Tnemec Series L69 High Build Epoxyline II primer and

finish coat.

4. Remove loose and damaged concrete by hand-chipping. Saw cut or chisel

edges as required for proper installation of new Portland Cement-based patch.

When chipping around anchors, take precautions to prevent damage

5. Properly prepare cracks, including removal of elastomeric sealant. Repair

cracks with Liquid Polyurethane Injection.

6. Remove existing sealant at base of wall for full base perimeter and at vertical

construction joints and replace with new.

7. Existing main drains to remain. Remove covers and protect for re-use.

Temporarily plug drains and provide protective covering over sumps to

protect from damage and to prevent and sand media and cleaning wastewater

from entering the pool piping.

8. Existing copings, skimmers inlets and railing anchors to remain. Cover and

protect from damage. Inspect railing anchors and repair as needed.

Temporarily plug inlets and anchors to protect from damage and to prevent

any sand media and cleaning wastewater from entering the pool piping and

equipment.

9. Install four new rope anchors at owner specified locations

10. Paint accent band at nosing of stair treads. Accent band shall be black and

shall be 2-inches on the vertical face of riser and 2 inches on the horizontal

face of the tread

11. Paint racing lanes on pool floor and wall targets at each end wall. Color to be

black

12. Paint 4 inch wide accent band at change in pool floor shape. Color to be black

13. Paint depth markings on pool wall, above water line. Color to be black

1.02 CONTRACTOR USE OF PREMISES AND TIMETABLE FOR WORK

A. Contractor shall have limited use of the premises.

1. The pool area is located in the Salters Pond Recreation Area at 123 Lydall St.

in Manchester, CT. Contractors may contact the Field Services

Superintendent, Scott Clairmont, at (860) 647-3244 to schedule a site

visit.

5

Pool Enclosure: The contractor will have full access to the fenced in pool

area prior the pool being filled and prepared for the season on June 1,

2021. The Contractor must coordinate his/her work schedule with the

Facilities Management Office.

2. This pool is located in the Salters Pond Recreation Area. The Contractor

should always be aware that residents participating in recreational

activities may be in the area and adequate safety precautions must be

taken at all times.

B. The Owner shall occupy adjacent areas and may have other work procedures in place

that will not disrupt the repainting operations. Contractor operations shall not

disrupt ongoing operations of the adjacent park area.

C. The Contractor shall protect the surrounding areas, grounds and plantings from

damage of every description during construction.

D. Contractor shall not allow overspray or dust to leave pool area.

E. Prior to bidding, the Contractor shall visit the site and shall verify all dimensions and

conditions. He shall bring to the attention of the owner all discrepancies that may

influence his bid so that any confusion may be resolved prior to biding date. It is the

responsibility of the Contractor to verify all dimensions and conditions.

F. Work shall be completed no later than 60 days after contractor receives a Notice to

Proceed.

1.03 COORDINATION

A. Verify characteristics of elements of interrelated operating equipment are

compatible; coordinate work of various Sections having interdependent responsibilities

for installing, connecting to, and placing in service, such equipment.

B. Do all work as required to provide full warranty of all products used as specified.

1.04 REFERENCE STANDARDS

A. For products specified by association or trade standards, comply with requirements

of the standard, except when more rigid requirements are specified or are required by

applicable codes. The date of the standard is that in effect as of the Bid date, except

when a specific date is specified.

2.00 GENERAL REQUIREMENTS

2.01 BID BOND

A. The Contractor shall provide a bank check, certified check or bid bond with surety

6

acceptable to the Town in the amount equal to at least FIVE PERCENT (5%) of the

bid amount.

2.02 PERFORMANCE, LABOR AND MATERIALS BONDS

A. Successful Bidder will be required to furnish a Performance, Labor, and Materials

bond of the total bid price within ten (10) business days of award notice, or prior to

start of work, whichever occurs first. Bond must be from a corporate surety licensed

to sign surety bonds in the State of Connecticut.

2.03 BIDDERS QUALIFICATIONS

A. The bidder must submit a list of no fewer than three (5) previously completed

projects of a similar nature to this project with the bid, and on the form provided,

with all information provided. The Town of Manchester reserves the right to request

additional information necessary to qualify the bidder. The Town reserves the right

to reject any bid, if, in the opinion of the Town, the Contractor is not qualified.

The bidder shall be either an APSP (Association of Pool and Spa Professionals)

Certified Pool Builder or APSP Certified Services Professional. The bidder must

have a current and valid SP1 license from the State of Connecticut. The Town

reserves the right to request verification of license certification.

2.04 SUPERVISION AND CONSTRUCTION PROCEDURES

A. The Contractor shall supervise and direct the Work, using the Contractor's best skill

and attention. The Contractor shall be solely responsible for and have control over

construction means, methods, techniques, sequences and procedures, and for

coordinating all portions of the Work.

2.05 LABOR AND MATERIALS

A. Unless otherwise provided in the Contract Documents, the Contractor shall provide

and pay for labor, materials, equipment, tools, utilities, transportation, and other

facilities and services necessary for proper execution and completion of the Work.

2.06 PAYMENT

A. Contractor payments will be on a monthly basis.

B. Five percent (5%) of the total contract bid shall be retained by the Town for a period

of 30 days after completion of the contract to allow appearance of any defect in

materials and workmanship. Within this 30 day 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 it.

7

2.07 TAXES

A. No amount shall be added to the contract sum for State Sales or Use Tax or Federal

Excise Taxes. The Town will provide a Tax Exemption Certificate (CERT-134) to

the Contractor. The Contractor can obtain from the Tax Commissioner a Certificate

of Exemption for taxes on materials to be incorporated into the work.

2.08 PERMITS, FEES AND NOTICES

A. The Contractor shall be responsible for applying for and securing all building

permits. Although the fee will be waived for any permits required by the Town, this

does not eliminate the requirement for these permits. Town Landfill tipping fees

will be waived however, all vehicles hauling to the Town Landfill shall have metals

separated and delivered to the metals recycling area and the sizes of materials for

disposal shall meet the requirements of the landfill rules and regulations. The State

education surcharge imposed on building permits will not be waived. Before

beginning the work, the Contractor must submit proof in writing that all the required

permits have been obtained.

The Contractor must submit with each payment application documentation that the

required permit inspections have taken place.

2.09 INDEMNIFICATION

A. To the fullest extent permitted by law, the Contractor shall indemnify and hold

harmless the Owner and any related consultants and agents and employees of any of

them from and against claims, damages, losses and expenses, including but not

limited to attorneys' fees, arising out of or resulting from performance of the Work,

provided that such claim, damage, loss or expense is attributable to bodily injury,

sickness, disease or death, or to injury to or destruction of tangible property (other

than the Work itself) including loss of use resulting therefrom, but only to the extent

caused in whole or in part by negligent acts or omissions of the Contractor, a

Subcontractor, anyone directly or indirectly employed by them or anyone for whose

acts they may be liable, regardless of whether or not such claim, damage, loss or

expense is caused in part by a party indemnified hereunder.

3.00 PROJECT MEETINGS

3.01 PRECONSTRUCTION CONFERENCES.

A. Owner will administer a pre-construction conference for execution of contract

agreements and exchange of submittals. Site mobilization and Contractor

responsibilities will be reviewed.

3.02 PROGRESS MEETINGS

A. Owner will schedule and administer Project meetings throughout progress of the

8

Work at one-week intervals, called meetings, and pre-installation conferences.

B. If requested by owner, make physical arrangements for meetings, prepare agenda

with copies for participants, preside at meetings, record minutes, and distribute

copies within two days to owner, participants, and those affected by decisions made

at meetings.

C. Suggested Agenda: Review of Work progress, status of progress schedule and

adjustments thereto, delivery schedules, submittals, maintenance of quality

standards, pending changes and substitutions, and other items affecting progress of

Work.

4.00 SUBMITTALS

4.01 PROCEDURES

A. Deliver submittals to owner at address as designated.

B. Transmit each item. Identify Project, Contractor, subcontractor, and major supplier;

identify pertinent Drawing sheet and detail number, and Specification Section

number, as appropriate. Identify deviations from Contract Documents. Provide

space for Contractor and owner review stamps.

C. After owners review of submittal, revise and resubmit as required, identifying

changes made since previous submittal.

D. Distribute copies of reviewed submittals to concerned persons. Instruct recipients to

promptly report any inability to comply with provisions.

4.02 CONSTRUCTION PROGRESS SCHEDULES

A. Submit schedule identifying first workday of each week.

4.03 SCHEDULE OF VALUES

A. Submit schedule of values prior to start of project.

B. Include in each line item a directly proportional amount of Contractor's overhead and

profit.

C. Revise schedule to list change orders, for each application for payment.

4.04 SHOP DRAWINGS (If required by project)

4.05 PRODUCT DATA (If required by project)

9

A. Mark each copy to identify applicable products, models, options, and other data;

supplement manufacturers' standard data to provide information unique to the Work.

Include all M.S.D.S. product data sheets in the submittal.

B. Submit the number of copies that Contractor requires, plus two copies that will be

retained by owner.

4.06 MANUFACTURER'S INSTRUCTIONS

A. When required in individual Specification Section, submit manufacturer's printed

instructions for delivery, storage, assembly, installation start-up, adjusting, and

finishing, in quantities specified for product data.

4.07 SAMPLES

A. Submit full range of manufacturers' standard colors, textures, and patterns for

Town’s selection. Submit samples for selection of finishes within thirty days after

date of Contract.

B. Submit samples to illustrate functional characteristics of the product, with integral

parts and attachment devices. Coordinate submittal of different categories for

interfacing work.

C. Include identification on each sample, giving full information.

5.00 QUALITY CONTROL

5.01 QUALITY CONTROL, GENERAL

A. Maintain quality control over suppliers, manufacturers, products, services, site

conditions, and workmanship, to produce work of specified quality.

B. All state, federal and local codes shall be met.

C. All work performed will be accordance with State of Connecticut Health Code

Section 19-13B33b and Regulation of Connecticut State Agencies (RCSA) code

Section 22a-430-3(j)(9)(B).

5.02 WORKMANSHIP

A. Comply with industry standards except when more restrictive tolerances or specified

requirements indicate more rigid standards or more precise workmanship.

B. Perform work by persons qualified to produce workmanship of specified quality.

C. Secure products in place with positive anchorage devices designed and sized to with

stand stresses, vibration, and racking.

10

5.03 MANUFACTURERS' INSTRUCTIONS

A. Comply with instructions in full detail, including each step in sequence. Should

instructions conflict with Contract Documents, request clarification from owner

before proceeding. Comply with all manufacturers’ requirements for all products

used.

6.00 CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS

6.01 ELECTRICITY, LIGHTING

A. Contractor can use owner’s power to complete the work.

6.02 TELEPHONE SERVICE

A. Contractors use of owner’s telephones is prohibited.

6.03 WATER

A. Contractor can use owner’s water to complete the work at sources approved by the

owner.

6.04 BARRIERS

A. Provide as required to prevent public entry to construction areas and to protect

existing facilities and adjacent properties from damage from construction operations.

B. Maintain exits from the facility at all times. Provide protection of persons using

exits from injury related to the construction process at all times.

6.05 PROTECTION OF INSTALLED WORK, EXISTING FINISHED SURFACES AND

LANDSCAPING

A. Provide temporary protection for installed products.

6.06 SECURITY

A. It is the responsibility of the Contractor to protect his materials and equipment from

theft and vandalism.

6.07 CLEANING DURING CONSTRUCTION

A. Control accumulation of waste materials and rubbish; periodically dispose of

off-site. Coordinated with Town officials for disposal of waste.

11

B. Clean and repair damage caused by installation or use of temporary facilities.

Restore existing facilities used during construction to specified, or to original,

condition.

7.00 MATERIALS AND EQUIPMENT

7.01 PRODUCTS

A. Provide onsite at all times M.S.D.S. (material safety data sheets) for all products

being used.

B. Comply with Specifications and referenced standards as minimum requirements.

C. Components required to be supplied in quantity within a Specification section shall

be the same, and shall be interchangeable.

7.02 TRANSPORTATION AND HANDLING

A. Transport products by methods to avoid product damage; deliver in undamaged

condition in manufacturer's unopened containers or packaging, dry.

B. Promptly inspect shipments to assure that products comply with requirements,

quantities are correct, and products are undamaged.

7.03 STORAGE AND PROTECTION

A. Store products in accordance with manufacturer's instructions, with seals and labels

intact and legible. Store sensitive products in weather-tight enclosures; maintain

within temperature and humidity ranges required by manufacturer's instructions.

B. For exterior storage of fabricated products, place on sloped supports above ground.

Cover products with impervious sheet covering; provide ventilation to avoid

condensation.

C. Arrange storage to provide access for inspection. Periodically inspect to assure

products are undamaged, and are maintained under required conditions.

D. Provide protection from theft. Contractor shall be responsible for securing materials

from theft and vandalism.

7.04 SUBSTITUTIONS

A. Document each request with complete data substantiating compliance of proposed

substitution with Contract Documents.

B. Request constitutes a representation that Contractor:

12

1. Has investigated proposed product and determined that it meets or exceeds,

in all respects, specified product.

2. Will provide the same warranty for substitution as for specified product.

3. Will coordinate installation and make other changes that may be required for

Work to be complete in all respects.

4. Waives claims for additional costs that may subsequently become apparent.

C. Substitutions will not be considered when they are indicated or implied on shop

drawing or product data submittals without separate written request, or when

acceptance will require substantial revision of Contract Documents.

D. The owner will determine acceptability of the proposed substitution, and will notify

Contractor of acceptance or rejection in writing prior to Bid.

E. Only one request for substitution will be considered for each product. When

substitution is not accepted, provide specified product.

7.05 SYSTEMS DEMONSTRATION

A. Prior to final inspection, demonstrate operation of each system to Owner.

B. Instruct Owner's personnel in operation, adjustment, and maintenance of equipment

and systems, using the operation and maintenance data as the basis of instruction.

8.00 CONTRACT CLOSEOUT

8.01 CLOSEOUT PROCEDURES

A. When Contractor considers Work has reached final completion, submit written

certification that Contract Documents have been reviewed, Work has been inspected,

and that Work is complete in accordance with Contract Documents and ready for

owner’s inspection.

B. In addition to submittals required by the conditions of the Contract, provide

submittals required by governing authorities, and submit a final statement of

accounting giving total adjusted Contract Sum, previous payments, and sum

remaining due.

C. Owner will issue a final Change Order reflecting approved adjustments to Contract

Sum not previously made by Change Order.

13

8.02 FINAL CLEANING

A. Execute prior to final inspection.

B. Clean exterior surfaces exposed to view; remove temporary labels, stains and foreign

substances, polish transparent and glossy surfaces.

C. Clean site; sweep paved areas, rake clean other surfaces.

D. Remove waste and surplus materials, rubbish, and construction facilities from the

Project and from the site.

E. Thoroughly wash and clean all dirt and stains on all exterior vertical and horizontal

surfaces affected by this contract.

F. Leave the new and renovated area clean and ready for occupancy. If the Contractor

fails to demonstrate a commitment to accomplish the required cleaning, the Owner

reserves the right to employ a professional cleaning service and to deduct the cost

thereof from the Contract for Construction.

8.03 PROJECT RECORD DOCUMENTS (If required)

A. Store documents separate from those used for construction.

B. Keep documents current; do not permanently conceal any work until required

information has been recorded.

C. At Contract closeout, submit documents with transmittal letter containing date,

Project title, Contractor's name and address, list of documents, and signature of

Contractor. Submit asbestos disposal manifests to Owner.

8.04 OPERATION AND MAINTENANCE DATA

A. Submit two sets of manufacturers operation and maintenance data to Owner at time

of Contract Closeout.

8.05 WARRANTIES AND BONDS

A. Provide duplicate, notarized copies.

B. Submit material prior to final application for payment. For equipment put into use

with Owner's permission during construction, submit within 10 days after first

operation. For items of Work delayed materially beyond Date of Substantial

Completion, provide updated submittal within ten days after acceptance, listing date

of acceptance as start of warranty period.

C. For a period of one (1) year from date of final acceptance of the work performed

under this contract, the Contractor shall promptly furnish, without cost to the Town,

14

any and all parts and labor that prove defective in material and workmanship.

8.06 SPARE PARTS AND MAINTENANCE MATERIALS

A. Provide products, spare parts, and maintenance materials in quantities when

specified, in addition to that used for construction of Work. Coordinate with

Owner, deliver to Project site and obtain receipt prior to final payment.

9.00 STANDARD INSURANCE AND INDEMNIFICATION REQUIREMENTS

9.01 PERMITS AND THE USE OF TOWN FACILITIES

I. GENERAL CONDITIONS:

Within ten (10) business days of the award or notice, or prior to the start of work, whichever comes first, the contractor/insured will provide, pay for, and maintain in full force and affect 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/ 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/insured 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 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 General Services Department. 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/insured’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. 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 and owner’s architects, directors, officers, representatives, agents, and employees 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

15

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/insured will require each subcontractor

hired by and/or employed by contractor/insured to purchase and maintain insurance of the types specified below. When requested by the owner, the contractor/insured 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/insured will require of subcontractors, by appropriate written agreements, similar waivers each in favor of all parties enumerated in this section.

G. Hold Harmless: The contractor/insured shall defend, indemnify 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.

II. INSURANCE LIMITS AND COVERAGE:

A. To the extent applicable, the amounts and types of insurance will conform to the

minimum terms, conditions and coverage’s of Insurance Services Office (ISO) policies, forms, and endorsements.

B. If the contractor/insured has self-insured retention’s or deductibles under any of the

following minimum required coverage’s, the contractor/insured 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 retention’s or deductibles will be the contractor/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,

16

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. See chart below for applicable minimum coverage amounts.

Contract Amount ($)

Minimum Single Occurrence Amount

($)

Minimum Annual Aggregate Amount

($)

0 - 2,000,000 1,000,000 2,000,000 2,000,001 - 10,000,000 2,000,000 4,000,000

> 10,000,000 4,000,000 8,000,000

Notes:

If underground work is to be undertaken, each policy shall have coverage for

and exclusions removed for “Explosion, Collapse and Underground” (“XCU”).

Should blasting be required, all necessary permits for the use of explosives shall

be obtained by the contractor/insured or insured from the Fire Marshall.

E. Automobile Liability Insurance: The Contractor shall obtain automobile liability insurance 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; in any one accident or occurrence. This policy shall not be subject to an annual aggregate limitation. See chart above for applicable minimum coverage amounts.

F. 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 Project 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. See chart below for applicable minimum coverage amounts.

Contract Amount ($)

Minimum Single Occurrence Amount

($)

Minimum Annual Aggregate Amount

($) 0 – 20,000,000 1,000,000 2,000,000

20,000,001 – 50,000,000 2,000,000 4,000,000 > 50,000,000 4,000,000 8,000,000

17

G. Excess Coverage: Contractor shall purchase and maintain excess or umbrella liability

insurance with a limit of not less than $5,000,000, covering all lines of insurance required by this contract.

10.00 JOB SPECIFIC REQUIREMENTS

10.1 Draining the Pool

A. The Town will drain the pool before the Contractor’s work begins. The Contractor

will be responsible for removal of rainwater, wash water and debris from the pools

during the project.

B. The Town will provide the Contractor with access to the sanitary sewer through the

construction period. The Contractor will be responsible for pumping wastewater to

the sewer.

C. The Contractor is responsible for assuring that a permittee of the Connecticut

Department of Energy and Environmental Protection (DEEP) be responsible for the

discharge of all wastewater. The Contractor will provide the Town with a copy of

the Permittee’s DEEP registration

D. The Contractor must comply with all DEEP requirements and controls specified in

the general permit for swimming pool wastewater

10.2 The Contractor will comply with State requirements on recording and record keeping.

A. Reporting and Record Keeping Requirements

Any person who drains a public pool shall record the following information:

location of pool and discharge, date of draining, pH and chlorine residual of

discharge. The records shall not be required to be submitted to the commissioner but

instead shall be retained on-site or at the permittee’s principal place of business in

Connecticut, as required by section 22a-403-3(j)(9)(B) of the RCSA and shall be

available to the commissioner or the local POTW authority immediately upon

request.

B . Recording and Reporting Violations

The permittee shall immediately notify the Department of Energy and

Environmental Protection at (860) 424-3018, Monday through Friday, 8:00 a.m.–

4:30 p.m. or (860) 424-3338, nights, weekends or holidays upon becoming aware of

any environmental problem associated with the discharge of swimming pool

wastewater including but not limited to any fish kill resulting from draining of a pool

to a surface water body.

18

CONTRACTOR INSPECTION NOTIFICATION GENERAL: The Contractor must, at his own risk, inspect the property and assume all risks as to the nature and scope of the work that is necessary to bring the property into compliance with all applicable laws, ordinances, rules, regulations and lawful orders of public authorities bearing on the property, including any difficulties that may be due to unfavorable conditions that may be encountered in the work, whether or not apparent upon initial inspection of the property, or disclosed in the process of carrying forward the work. 1. Inspection of the Property The Contractor shall, prior to submitting a bid for the project, visit and inspect the property in order to confirm to the conditions under which the work is to be performed. The Contractor shall promptly report to the Owner difficulties observed during such inspection. The Contractor acknowledges that the Owner has provided certain information regarding the current condition of the property. The Contractor further acknowledges that the Owner does not attest to the accuracy or completeness of the information that it has provided relating to the condition of the property or the scope of services that must be accomplished in order to bring the property into compliance with all applicable laws, ordinances, rules, regulations and lawful orders of public authorities bearing on the property. 2. Bid Submittal Submittal of a bid for this project by the Contractor is a representation that the Contractor has visited the property and has become familiar with local conditions under which the work is to be performed and correlated personal observations with requirements of the contract documents. 3. Inspection for Lead-Based Paint Exposure levels for lead in the construction industry are regulated by 29 CFR 1926.62. Construction activities disturbing surfaces containing lead-based paint which are likely to be employed, such as, but not limited to, sanding, grinding, welding, cutting, and burning have been known to expose workers to levels of lead in excess of the Permissible Exposure Limits. Conduct demolition and removal work specified in the technical sections of this specification in conformance with these regulations. In addition, construction debris/waste may be classified as hazardous waste. Disposal of hazardous waste material shall be in accordance with 40 CFR Parts 260 through 271 and Connecticut Hazardous Waste Management Regulations Sections 22a-209-1; 22a-209-8(c); 22a-449(c)-11; and 22a-449(c)-110 through 110. MANCHESTER LIVING WAGE ORDINANCE This bid is subject to the provisions of the Town of Manchester Living Wage Ordinance. A summary description of the ordinance and the certification form is attached. Contractors 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.

Summary Description for Vendors Regarding

Manchester’s Living Wage Ordinance

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 $14.24/hour for employees that are provided

comprehensive health care benefits, or $18.32/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.

19

- 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.

20

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.townofmanchester.org on

the left side of the page. Click on Document Center, scroll to General Services and click on

Living Wage Ordinance.

21

TOWN OF MANCHESTER

LIVING WAGE CERTIFICATION FORM

The Town of Manchester has determined that this contract may be subject to the provisions of the

Manchester Living Wage Ordinance, Chapter 212 of the Manchester Code of Ordinances, Sections

212-1 through 212-11.

Bidders are required to indicate whether they are a Covered Employer as defined by the Manchester

Living Wage Ordinance or are exempt from the requirements by marking the appropriate section

below. FAILURE TO INDICATE MAY RESULT IN THE REJECTION OF YOUR BID.

I/We are a covered employer and shall pay the required living wage to eligible employees

and comply with the requirements of the ordinance during the term of the contract.

Or that:

I/We are not a Covered Employer and therefore not subject to Manchester’s Living Wage

Ordinance for the reason indicated below:

____ Charitable foundations, charitable trusts or nonprofit agencies or nonprofit

corporations, provided that the foundation, trust or nonprofit agency or corporation is

exempt from federal income taxation and may accept charitable contributions under

Section 501 of the Internal Revenue Code of 1986, or any subsequent corresponding

internal revenue code of the United States, as from time to time amended.

____ Bidder employs less than twenty five (25) eligible employees.

____ Annual contract value is less than $25,000.

I, of do hereby certify

Officer, Owner, Authorized Rep. Company Name

that the representations made above are accurate for :

Bid Name or RFP Name

Signed by: Dated:

TO BE RETURNED WITH BID OR RFP SUBMISSION.

PAGE 1 of 2

TOWN OF MANCHESTER

PURCHASING DEPARTMENT

494 MAIN STREET – P.O. BOX 191

MANCHESTER, CONNECTICUT 06045-0191

BID NO.20/21-51

PROPOSAL

FOR

SALTERS POOL

REPAIR and PAINTING

I, WE, the undersigned, hereby agree to furnish and deliver the following, subject to and in accordance

with the specifications and conditions contained in the Invitation to Bid, Rules and Regulations for

Competitive Bidding, Standard Instructions to Bidders and Technical Specifications, all of which are

made a part of this Proposal.

To provide all labor, materials and all else whatsoever necessary to accomplish all work in the connection

with SALTERS POOL Repair and Painting Project to the satisfaction of the Owner for:

BASE BID:

The total amount of this base bid is based on the Contract Documents and includes all items listed

therein (taking into account changes due to addenda if any) as computed by the undersigned bidder is:

Total Amount of Base Bid in Words: _____________________________________________

Total Amount of Base Bid in Figures: $__________________________________________

UNIT PRICES:

Unit Price #1: Liquid Polyurethane Injection (cost per five (5) linear feet (LF)):

$ _________________ / 5 LF

Unit Price #2: Portland Cement Based Patch (cost per cubic foot (CF)):

$ _________________ / CF

BID NO.20/21-51

PROPOSAL

PAGE 2 of 2

PROPOSAL

FOR

SALTERS POOL

REPAIR and PAINTING

Addendum Receipt: The receipt of the following Addenda to the Contract is hereby acknowledged:

Addendum No.1_____ Addendum No.2_____ Addendum No.3 _____

Enclosed herewith, is the Bid Security which is in the form of a bid bond or bank check in the amount of

$ Dollars.

Bidder to provide five (5) previously completed projects of similar nature.

Job Name Contact Person Phone Number

All work must be completed and the pool ready to be filled with water by June 1, 2021.

BIDDER

ADDRESS

SIGNED BY TITLE

NAME:(please print) DATE

TELEPHONE# FAX#

EMAIL