agreement & bond forms general conditions special

112

Upload: others

Post on 18-Feb-2022

1 views

Category:

Documents


0 download

TRANSCRIPT

TOC-1

TABLE OF CONTENTS

PAGE NO

NOTICE TO BIDDERS……………………………………………………….NB-1-2

INSTRUCTION TO BIDDERS……………………………………………….IB-1-6

AGREEMENT & BOND FORMS…………………………………………AGR-1-13

GENERAL CONDITIONS………………………………………………….GC-1-14

SPECIAL CONDITIONS…………………………………………………….SC-1-6

WAGE RATE………………………………..……………………………….WR-1-27

TECHNICAL SPECIFICATIONS……………………………………………TS-1-25

MEASUREMENT AND PAYMENT…………………………………………MP-1-3

BID FORM……………………………………………………………………BF-1-5

NB-1

NOTICE TO BIDDERS

CITY OF GROTON, CONNECTICUT

DEPARTMENT OF UTILITIES

WALKER HILL ROAD AND TOLLGATE ROAD

16” WATER MAIN INSTALLATION

GROTON, CONNECTICUT

BID PROPOSAL GU-19-Q1

The City of Groton, Department of Utilities are requesting formal bids to furnish

and install approximately 2,500 lineal feet of new 16” water main piping, connection to

existing water mains, including all testing, sanitizing and surface restoration.

Sealed Bids for the above work will be received at the office of the Department of

Utilities, 1240 Poquonnock Road, Groton, Connecticut 06340 until 10:00 A.M.,

prevailing time, on April 4, 2019 at which place and time said bids will be publicly

opened and read aloud.

Copies of the Contract Documents and Contract Plans may be obtained as follows:

(1) Paper copies are available at the Water Division Project Management Office at

1240 Poquonnock, Groton, Ct 06340; or

(2) Plans and documents will be available for viewing only through the City of

Groton website at http://cityofgroton.com/2019/3/1/Request-for-Bids:-16-Water-

Main-Installation-along-Walker-Hill-Road-and-Tollgate-Road

Modifications to the Contract Documents will be made only by written or email

Addenda, duly issued by the City of Groton, Department of Utilities. Addenda, if issued,

will be sent by certified mail or emailed, return receipt requested, no later than five (5)

calendar days prior to the date fixed for opening of bids. Bid modifications and

withdrawal are allowed up to the time of bid opening.

The chosen Contractor shall complete the work within the time limits set forth in

the “Instructions to Bidders” and in the “General Conditions”.

Addenda to bid documents may be issued up to five days prior to bid opening and

will be issued to all plan holders in writing.

Contractors interested in submitting a bid for the above-described work must

submit their bid on a prescribed Bid Form, provided for this purpose with the

Specifications. All blank spaces shall be filled in, in ink or typewritten.

NB-2

Each bid submitted must be accompanied by a Certified Check or a Bid Bond in

the amount of 10% of the total amount of the tendered bid and made payable to the order

of the City of Groton, Department of Utilities.

The Contractor awarded the work will be required to furnish a 100%

Performance Bond and 100% Labor and Materials Bond.

Contracts will be compared and awarded on the basis of (1) the lowest, responsible,

responsive and qualified bidder, (2) the experience and past performance of the

Contractor. The City of Groton Utilities Commission reserves the right to accept any bid

or to reject any or all bids should the Commission deem it to be in the public interest to

do so, or to delete or reduce the scope of any work in order to bring the cost within

available funds.

All prospective bidders shall take note that State of Connecticut prevailing wage

rates are to be paid on this project.

All prospective bidders shall take note that the City of Groton is exempt from the

payment of State of Connecticut sales tax and that the time of completion from the date

of the signed Agreement – is 180 consecutive calendar days.

THE BOARD OF UTILITIES COMMISSION

OF THE CITY OF GROTON, CONNECTICUT

Ron Gaudet

Director of Utilities

City of Groton, Department of Utilities

IB-1

INSTRUCTIONS TO BIDDERS

1. Receipt and Opening of Bids

2. Location and Work to be done

3. Questions Regarding Drawings and Documents

4. Bidders to Investigate

5. Information Not Guaranteed

6. Blank Form for Bid

7. Time for Completion

8. Withdrawal of Bids

9. Contract Bonds

10. Ability and Experience of Bidder

11. Right to Reject Bids

12. Execution of Agreement

13. Insurance Certificates

14. Comparison of Bids

15. Bid Security

16. Connecticut Sales and Use Tax

17. Not to Sublet or Assign

18. Existing Conditions

19. Pre-Construction Conference

RECEIPT AND OPENING OF BIDS

The City of Groton, Connecticut, herein called the Owner, acting by and through its

Board of Utilities Commissioners, will receive sealed Bids for 16” Water Main Installa-

tion along Walker Hill Road and Tollgate Road

Bids addressed to the Board of Utilities Commissioners shall be endorsed as "Bid

for the 16” Water Main Installation along Walker Hill Road and Tollgate Road, Groton,

Connecticut ", and will be received at the office of the Department of Utilities, Project

Management Section / Water Division, 1240 Poquonnock Road, Groton, Connecticut

06340 until 10:00 A.M., prevailing time, on April 4, 2019 at which place and time said

bids will be publicly opened and read aloud.

Modifications to the Contract Documents will be made only by written or email Ad-

denda, duly issued by the City of Groton. Addenda, if issued, will be sent by certified

mail or emailed, return receipt requested, no later than five (5) calendar days prior to the

date fixed for opening bids.

IB-2

2. LOCATION AND WORK TO BE DONE

The water main to be installed is located along Walker Hill Road and Tollgate Road

The work includes furnishing and installing approximately 2,500 lineal feet of new

16” water main piping, connection to existing water mains, including all testing, sanitiz-

ing and surface restoration.

In addition to this Project Manual, the Contract shall include the following Contract

Drawings, referred to herein as the “Drawings"

Sheet No. 1 TOLLGATE ROAD & WALKER HILL ROAD 16” D.I.

WATER MAIN INSTALLATION, CONSTRUCTION

DESIGN

through

Sheet No. 4

Additional drawings showing details in accordance with which the work is to be

done will be furnished from time to time by the Engineer, if found necessary, and shall

then become a part of the Drawings.

The Contractor shall furnish all labor, services, materials, equipment, plant, ma-

chinery, apparatus, appliances, tools, supplies, and all other things necessary to do all

work required for the completion of each item of the work and as herein specified.

The work to be done for each item shall not be limited to the exact extent men-

tioned or described, but shall include all incidental work necessary or customarily done

for the completion of that item.

3. QUESTIONS REGARDING DRAWINGS AND DOCUMENTS

In general, no answer will be given to prospective Bidders in reply to an oral ques-

tion if the question involves an interpretation of the intent or meaning of the Drawings or

other Contract Documents, or the equality or use of products or methods other than those

designated or described on the Drawings or in the Specifications. Any information given

to Bidders other than by means of the Drawings and other Contract Documents, including

Addenda, as described below, is given informally, and shall not be used as the basis of a

claim against the Owner or the Engineer.

To receive consideration, such questions shall be submitted in writing to the Engi-

neer at least ten days before the established date for receipt of Bids. If the questions in-

volve the equality or use of products or methods, it must be accompanied by drawings,

specifications, or other data in sufficient detail to enable the Engineer to determine the

equality or suitability of the product or method. In general, the Engineer will neither ap-

prove nor disapprove particular products prior to the opening of Bids; such products will

be considered when offered by the Contractor for incorporation into the work.

IB-3

The Engineer may prepare Addenda, which shall become a part of the Contract

Documents. At least five calendar days prior to the receipt of Bids, he will send a copy

of these Addenda to prospective bidders known to have taken out sets of the Drawings

and other Contract Documents.

4. BIDDERS TO INVESTIGATE

At the time of the opening of Bids, each Bidder will be presumed to have inspected

the site, as to the actual conditions there existing, the character and requirements of the

work, the difficulties attendant upon its execution, and the accuracy of all estimated

quantities stated in the Bid.

The failure or omission of any Bidder to examine any part of the Contract Docu-

ments or field conditions shall in no way relieve any Bidder from any obligation in re-

spect to his Bid.

5. INFORMATION NOT GUARANTEED

All information given on the Drawings or in other Contract Documents relating to

subsurface and other conditions, natural phenomena, existing pipes, and other utilities or

structures is from the best sources presently available to the Owner. All such information

is furnished only for the information and convenience of Bidders and is not guaranteed.

It is further agreed that no Bidder shall use any of the information made available

to him or obtained in any examination made by him in any manner as basis of or ground

for any claim or demand against the Owner or the Engineer, 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 ac-

tually encountered during the construction work, except as may otherwise be expressly

provided for in the Contract Documents.

6. BLANK FORM FOR BID

All Bids must be upon the blank Bid Form, state the proposed price of each item of

the work both in words and in figures, and be signed by the Bidder with his business ad-

dress.

Bidders shall not remove and submit the Bid pages separate from the volume

of Contract Documents but shall submit their bids bound with the complete volume

of attached Contract Documents, including all pages correctly assembled.

IB-4

7. TIME FOR COMPLETION

The successful Bidder will be required to complete the entire work within 180 con-

secutive calendar days after the date of the formal execution of the AGREEMENT.

8. WITHDRAWAL OF BIDS

Any Bid may be withdrawn prior to the above scheduled time for the opening of

Bids or authorized postponement thereof. No Bidder may withdraw a Bid within 45 days

after the actual date of the opening thereof.

9. CONTRACT BONDS

The Bidder whose Bid is accepted agrees to furnish the Contract Bonds as speci-

fied, each in the sum of the full amount of the Bid and/or Contract Price as determined by

the Engineer, and duly executed and acknowledged by the said Bidder as Principal and

by a surety company qualified to do business under the laws of the State of Connecticut

and satisfactory to the Owner, as Surety, for the faithful performance of the Contract and

payment for labor and materials. The premiums for such Bonds shall be paid by the Con-

tractor.

10. ABILITY AND EXPERIENCE OF BIDDER

No award will be made to any Bidder who cannot satisfy the Owner 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 prescribed.

The Owner's decision or judgment on these matters shall be final, conclusive, and bind-

ing.

The Owner may make such investigations as it deems necessary, and the Bidder

shall furnish to the Owner, under oath if so required, all such information and data for

this purpose as the Owner may request.

11. RIGHT TO REJECT BIDS

The Owner reserves the right to reject any or all Bids, should the Owner deem it to

be in the public interest to do so, or to delete or reduce the scope of any work in order to

bring the cost within available funds.

12. EXECUTION OF AGREEMENT

The Bidder whose Bid is accepted will be required and agrees to duly execute the

AGREEMENT and furnish the required CONTRACT BONDS within the time limit stat-

ed in the Bid after notification of Bid acceptance.

IB-5

13. INSURANCE CERTIFICATES

The Contractor will not be permitted to start any construction work until he has

submitted certificates covering all insurances called for under that subsection of the Con-

tract Documents, titled “Contractor Insurance Requirements".

14. COMPARISON OF BIDS

Bids will be compared and awarded on the basis of (1) the lowest, responsible,

responsive and qualified bidder, (2) qualitative considerations related to the proposed

pre-stressed concrete water tank and other appurtenant equipment and (3) the experience

and past performance of the Contractor. The City of Groton Utilities Commission re-

serves the right to accept any bid or to reject any or all bids should the Commission

deem it to be in the public interest to do so, or to delete or reduce the scope of any

work in order to bring the cost within available funds.

15. BID SECURITY

Each Bid must be accompanied by a certified check, drawn on or issued by a Na-

tional Bank or a Trust Company and made payable to the order of the City of Groton,

Department of Utilities, or by a bid bond. The check or bid bond shall be in the amount

of ten percent (10%) of the base bid and shall be enclosed in the sealed envelope contain-

ing the Bid.

Each such check or bid bond may be held by the Owner as security for the fulfill-

ment of the Bidder's agreements. Should the Bidder fail to fulfill such agreements, his

bid check shall become the property of the Owner or if a bid bond was furnished, the bid

bond shall become payable to the Owner, as liquidated damages; otherwise, the bid check

shall be returned to the Bidder as hereinafter provided, or if the security is a bid bond, the

bid bond shall become null and void.

Certified Checks or Bid Bonds will be returned to all except the three lowest Bid-

ders within ten consecutive calendar days after the opening of Bids, and to the three low-

est Bidders within ten days after the Owner and the accepted Bidder have executed the

AGREEMENT. In the event that the AGREEMENT has not been executed by both the

accepted Bidder and the Owner within 45 consecutive calendar days after the opening of

Bids, the Certified Check or Bid Bond will be returned promptly upon demand of any

Bidder who has not been notified of the acceptance of his Bid.

Certified Checks or Bid Bonds accompanying Bids, which are rejected, will be re-

turned within ten consecutive calendar days after rejection.

None of the three lowest Bids shall be deemed rejected, notwithstanding ac-

ceptance of any Bid, until the Agreement has been executed by both the Owner and the

accepted Bidder.

IB-6

16. CONNECTICUT SALES AND USE TAX

Materials purchased for permanent installation in the work 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.

17. NOT TO SUBLET OR ASSIGN

The contractor shall constantly give his personal attention to the faithful prosecu-

tion of the Work, shall keep the same under his personal control, shall not assign the

Contract or sublet the Work or any part thereof without the previous written consent of

the Owner, and shall not assign any of the monies payable under the Contract, or his

claim thereof, unless by and with the written consent of the Owner and the Surety on the

Contract Bonds. Any assignment or subletting in violation hereof shall be void and un-

enforceable.

18. EXISTING CONDITIONS

The contractor's attention is directed to the fact that there are existing utilities with-

in the proposed work area. The locations of these utilities, as shown on the Contract

Drawings, are based on available information but their exact locations are uncertain. The

contractor shall be responsible for any damage to the utilities resulting from his opera-

tions and shall repair such damage immediately at no cost to the Owner.

19. PRE-CONSTRUCTION CONFERENCE

The contractor shall attend a pre-construction conference scheduled by the Owner,

in Groton, Connecticut among representatives of the Owner, the Owner's Engineer and

the contractor to review all facets of the proposed work, including scheduling, construc-

tion sequence, storage areas, disposal areas, required submittals (schedule, emergency

operations plan, safety plan, site hazard analysis, etc.) and site safety requirements. Sub-

sequent to the meeting, the contractor will be required to schedule safety training, a basic

course or review of site specific requirements lasting approximately two hours. All con-

tractor’s employees and subcontractors will be required to take such course prior to per-

forming work on the site. The contractor shall submit a construction schedule and a

schedule of values including time for completing major tasks and order of events to the

Owner and Engineer at least three (3) days in advance of such conference.

AGR Page 1 of 13

AGREEMENT

This AGREEMENT, executed as of the ______ day of ____________, 20___, by and between

the City of Groton, Connecticut, a municipal corporation with an address at 295 Meridian Street,

Groton, Connecticut, acting by and through Keith Hedrick, its Mayor and Chairperson of its Utilities

Commission, duly authorized referred to as the OWNER and _______________________________, a

with an address at , hereinafter

(referred to as the CONTRACTOR.

WITNESSETH: That the CONTRACTOR and the OWNER, for the consideration hereinafter

named, agree as follows:

1. Contract Documents; Contract Sum.

A. The CONTRACTOR agrees to commence and complete the 16” Water Main

Installation along Walker Hill Road and Tollgate Road, for the sum of

______________________________________________________ Dollars

($)________________(the “Contract Sum”) and all extra work, if any, in connection

therewith under the terms as stated in these Contract Documents (hereinafter, the

“Project”); and at his (its or their) own proper cost and expense to furnish all the

materials, supplies, machinery, equipment, tools, superintendence, labor, insurance, and

other accessories and services necessary to complete the said Project in accordance

with the plans, drawings, specifications, conditions and prices stated in the Contract

Documents, all of which are made a part of this Agreement. This Agreement, together

with the other Contract Documents as set forth in this Section 1, constitute and contain

the entire Agreement by and between the parties for the Project. No additional work

shall be done and the Owner shall not be liable for any additional charges unless

specifically authorized, or agreed to, in writing by the OWNER or the Engineer.

B. The Contractor hereby agrees to commence work under this Agreement within ten (10)

days after the date the Owner signs this Agreement and notifies the Contractor in

writing (i) to proceed with the Work and (ii)- that the conditions precedent set forth in

Section 9(a) – (d), inclusive, have either been waived or satisfied (a notice to proceed),

whichever date is later (the “Start Date”). The Contractor further agrees to fully

complete the Project within one hundred eighty (180) consecutive calendar days after

the Start Date.

C. This AGREEMENT, the NOTICE TO BIDDERS, the INSTRUCTIONS TO

BIDDERS, the GENERAL CONDITIONS, the SPECIAL CONDITIONS, the

TECHNICAL SPECIFICATIONS, the STANDARD DETAIL DRAWINGS, the

MEASUREMENT AND PAYMENT, and the Contractor's Bid, as accepted by the

OWNER, the DRAWINGS, and all ADDENDA and AMENDMENTS to any of the

foregoing collectively constitute the Contract Documents.

D. The term “Work” means the construction and services required by the Contract

Documents, whether completed or partially completed, and includes all other labor,

materials, equipment and services provided or to be provided by the Contractor to

AGR Page 2 of 13

fulfill the Contractor’s obligations. The Work may constitute the whole or a part of the

Project.

2. Payment. The OWNER agrees to pay the CONTRACTOR in current funds for the

performance of the Contract, subject to additions and deductions, as provided in the General

Conditions, and to make payments on account thereof as provided under the Special

Conditions.

3. Resolution of Disputes. Any controversy, claim or dispute arising out of or relating to this

Contract or the breach thereof shall be settled by arbitration in accordance with the

Construction Industry Arbitration Rules of the American Arbitration Association and

judgement upon the award rendered by the Arbitrator(s) may be entered in any court having

jurisdiction thereof. The Contractor shall carry on and maintain the progress of the Work

during arbitration proceedings.

4. Default. Any of the following occurrences or acts shall constitute an Event of Default under

this Agreement: If (i) CONTRACTOR shall fail to observe or perform any provision of the

Contract Documents, including, without limitation, Contractor’s failure to diligently and

promptly perform the Work in a good and workmanlike manner and such failure shall continue

for thirty (30) days without cure after CONTRACTOR’s receipt of written notice from

OWNER of such default (provided that in the case of any such default which cannot be cured

by the payment of money and cannot with diligence be cured within such thirty (30) day

period, if the CONTRACTOR shall commence promptly to cure the same and thereafter

prosecute the curing thereof with diligence, the time within which such default may be cured,

may, at the option of the OWNER, be extended for such period of time as is reasonably

necessary to complete the curing thereof with diligence) or (ii) the CONTRACTOR shall

suffer Bankruptcy. Notwithstanding said thirty (30) day cure provision and/or any other

provision in the Contract Documents to the contrary, if a breach of the Contract Documents by

the CONTRACTOR results in an emergency situation impacting the health, safety and/or

welfare of persons and/or property, the CONTRACTOR shall rectify said breach immediately

upon notice thereof, and if the CONTRACTOR fails to do so, such failure shall also constitute

an Event of Default.

5. Force Majeure. Neither party shall be liable for its failure to perform its obligations under this

Agreement if such failure is due to unforeseen circumstances beyond its reasonable control.

Unforeseen circumstances shall mean such event or conditions that has an effect on the rights

and obligations of the parties under the Agreement which is beyond the control of the party

relying thereon and constitutes a justification for delay or non-performance of an action

required in this Agreement, including but not limited to: (a) acts of God, landslide, lightning,

earthquake, tornado, hurricane, fire, explosion, tidal wave, war, blockage, sabotage,

insurrection, riot or civil disturbance; (b) preliminary or final order of any state or federal court

administrative agency, or governmental body of competent jurisdiction, or (c) any change in

law, regulations, rule, requirement interpretation, or statute adopted, promulgated, issued, or

otherwise specifically modified or changed by any state or federal government body.

6. Severability; Binding Effect; Amendments to be in Writing. Each provision hereof shall be

separate and independent and the breach of any such provision by OWNER shall not discharge

or relieve the CONTRACTOR from its obligations to perform each and every covenant to be

AGR Page 3 of 13

performed by the CONTRACTOR hereunder. If any provision hereof or the application thereof

to any person or circumstance shall to any extent be invalid or unenforceable, the remaining

provisions hereof, or the application of such provision to persons or circumstances other than

those to which it is invalid or unenforceable, shall not be affected thereby, and each provision

hereof shall be valid and enforceable to the extent permitted by law. All provisions contained

in this Agreement shall be binding upon, inure to the benefit of, and be enforceable by, the

respective successors and assigns of the OWNER and the CONTRACTOR to the same extent

as if each such successor and assign were named as a party hereto. Except as otherwise set

forth elsewhere in the Contract Documents, this Agreement may not be changed, modified or

discharged except by a writing signed by the OWNER and the CONTRACTOR

7. Notices, Demands and Other Instruments. All notices, offers, consents and other instruments

given pursuant to this Agreement shall be in writing and shall be validly given when hand

delivered or mailed by prepaid registered or certified mail, return receipt requested, or by

nationally recognized messenger or courier service guaranteeing overnight delivery, postage-

prepaid, to:

CONTRACTOR:

With a copy to: __________________

________________________

________________________

OWNER: City of Groton

295 Meridian Street

Groton, CT 06340

Attn: Director of Utilities

With a copy to:Robert L. Berchem, Esq.

Berchem, Moses, P.C.

75 Broad Street

Milford, CT 06460

ENGINEER: City of Groton

295 Meridian Street

Groton, Ct 06340

Notices shall be effective upon receipt and, if mailed, shall be presumed received three (3) business

days after being deposited, postage prepaid, in the United States mail, and if sent via such messenger

or courier service of nationally recognized standing (e.g., Federal Express), shall be presumed

received one (1) business day after being deposited with such messenger or courier service. OWNER,

Engineer and the CONTRACTOR each may from time to time specify, by giving written notice to the

other party, (i) any other address as its address for purposes of this Agreement and (ii) any other

person or entity that is to receive copies of notices, offers, consents and other instruments hereunder.

AGR Page 4 of 13

8. CONTRACTOR’s Representations and Warranties. The CONTRACTOR represents and

warrants to OWNER as follows:

(a) The CONTRACTOR is a , validly existing and authorized to

transact business in the State of Connecticut and has all requisite power, authority and licenses

to execute and deliver and to perform all of its obligations under this Agreement and the

execution and delivery hereof and the carrying out of the transactions contemplated hereby will

not violate, conflict with or constitute a default under the terms of any document by which

Contractor is bound, or violate any law, regulation or order of the United States or the State of

Connecticut or agency or political subdivision thereof, or of any court order or judgment in

any proceeding to which the CONTRACTOR is or was a party or by which the

CONTRACTOR is bound.

(b) The execution, delivery and performance by the CONTRACTOR of this Agreement

have been duly authorized by all necessary company action.

(c) This Agreement has been duly executed and delivered by the authorized officer of the

CONTRACTOR and is the legal, valid and binding obligation of the CONTRACTOR,

enforceable against the CONTRACTOR in accordance with its terms.

(d) No consent, approval, order or authorization of or registration, declaration or filing with

any governmental authority, is required in connection with (i) the valid execution and delivery

of this Agreement, or (ii) the carrying out or performance of any of the Contractor’s

obligations hereunder.

(e) There is no action, suit or proceeding at law or in equity or by or before any

governmental instrumentality or other agency now pending or, to the CONTRACTOR's

knowledge, threatened against or affecting the CONTRACTOR which, if adversely

determined, would have a material adverse effect on the CONTRACTOR or its business or

financial condition or its ability to carry out its obligations hereunder.

(f) That it is financially solvent, able to pay its debts as they mature and possessed of

sufficient working capital to complete the Work and perform its obligations under the Contract

Documents;

(g) That it, directly, through its subcontractor or otherwise, is able to furnish the tools,

materials, supplies, equipment and labor required to complete the Work and perform its

obligations under the Contract Documents in a timely manner and has sufficient experience

and competence to do so; and,

(h) The Contractor has visited the site of the Project and become familiar with the Contract

Documents and the conditions of the site, and knows of no reason why the Work cannot be

performed as set forth in the Contract Documents.

(i) The Contractor shall obtain the representations and warranties contained in Sections 8

(f) and 8(g), above, from its subcontractors and shall require in its contracts with such

subcontractors that such subcontractors obtain the same from their sub-subcontractors.

AGR Page 5 of 13

9. Conditions Precedent. The CONTRACTOR’s rights and OWNER’s obligations hereunder are

expressly conditioned upon the following:

(a) The representations of the CONTRACTOR contained herein being true and accurate as

of the date hereof and as of the date of any Notice to Proceed issued by OWNER.

(b) OWNER obtaining all necessary and/or desirable statutory and municipal consents

and/or approvals to enable it to enter into and carry out the obligations of this Agreement, all in

the sole and absolute discretion of OWNER.

(c) OWNER obtaining funding in the minimum amount of the aggregate expenditures

necessary to fully complete the Project from a funding source acceptable to OWNER, all in the

sole and absolute discretion of OWNER.

(d) In the event any of the conditions precedent set forth shall not have occurred on or

before 60 days after the date of this Agreement, OWNER shall have the right to terminate this

Agreement without penalty or cost provided OWNER shall give CONTRACTOR written

notice of such election to terminate on or before 60 days after the date of this Agreement,

whereupon this Agreement shall, without further action of the parties, be null and void and

neither party shall have any further rights or obligations hereunder.

10. Contractor’s Indemnity. Without limiting any other provision of the Contract Documents,

CONTRACTOR herewith agrees for itself and its permitted successors and assigns that it and

they shall defend, indemnity and hold harmless OWNER, its elected and appointed officials,

officers, agents or representatives, as well as OWNER’s permitted successors and assigns and

their respective elected and appointed officials, officers, agents or representatives (collectively,

the “Indemnified Parties”) from and against any and all Losses imposed upon, or incurred by,

or asserted against, one or more of the Indemnified Parties which arise out of, or which in any

way result from the Contract Documents and CONTRACTOR’s work on the Project,

including, without limitation, any and all property damage and personal injury, including

death. CONTRACTOR shall not, however, be required to indemnify, defend or hold harmless

any Indemnified Party for any Losses to the extent such Losses are due to the gross negligence

or willful misconduct of any such Indemnified Party. For the purposes of this paragraph

“Losses” shall include: any losses, damages, costs, fees, expenses, claims, suits, judgments,

awards, liabilities (including but not limited to strict liabilities), obligations, fines, penalties,

charges, amounts paid in settlement, litigation costs, reasonable attorneys’ fees and reasonable

expert witness fees, incurred in connection with any judicial or administrative proceedings,

actions, claims, suits, judgments or awards.

AGR Page 6 of 13

11. Payments to Subcontractors.

(a) Except with the written permission of the OWNER, the Contractor shall promptly pay

any amounts due any subcontractor, whether for labor performed or materials furnished, when

the labor or materials have been paid for by the OWNER. The Contractor must make such

payments within 30 days of receipt of payment from the OWNER or as otherwise required

elsewhere in the Contract Documents.

(b) The Contractor shall require in its agreements with each subcontractor that such

subcontractor shall, within 30 days of receipt of payment from Contractor, pay any amounts

due any sub-subcontractor, whether for labor performed or materials furnished, when the labor

or materials have been paid for by the Contractor.

12. Governing Law. This Agreement shall be governed by and interpreted in accordance with the

laws of the State of Connecticut.

13. Choice of Forum, Jury Trial Waiver, etc.

(a) WAIVER OF TRIAL BY JURY. OWNER AND THE CONTRACTOR DO HEREBY

WAIVE TRIAL BY JURY IN ANY ACTION, PROCEEDING, OR COUNTERCLAIM

BROUGHT BY EITHER PARTY AGAINST THE OTHER UPON MATTERS

WHATSOEVER ARISING OUT OF OR IN ANY WAY CONNECTED WITH THIS

AGREEMENT.

(b) The undersigned hereby consent and agree that any action or suit brought to enforce the

terms of this Agreement shall be brought only in the Connecticut Superior Court for the

Judicial District of New London.

14. Assignment of Subcontracts, Purchase Orders.

(a) The CONTRACTOR herewith assigns its interest in and to (i) each subcontract

agreement for a portion of the Work and (ii) each purchase order for material and equipment to

be used in the Project to the OWNER provided this assignment is effective only after

termination of this Agreement by the OWNER for cause and only if the OWNER accepts such

assignment post termination and notifies both the Contractor and the subcontractor and/or

material supplier of such acceptance.

(b) Copies of all subcontracts and purchase orders entered into by Contractor for the

Project shall be provided to the OWNER, including, without limitation, any amendments or

modifications thereto.

15. Counterparts. This Agreement may be executed in any number of counterparts, each of which

as executed shall be deemed to be an original, but all such counterparts shall constitute one and

the same instrument.

16. Mutual Drafting; Construction. This Agreement was drafted cooperatively by the parties

hereto. Neither party shall be entitled to claim the benefit of any ambiguity resulting from the

drafting thereof.

AGR Page 7 of 13

17. Headings. The headings of the various paragraphs herein have been inserted for convenient

reference only and shall not to any extent have the effect of modifying or amending the express

terms and provisions of this Agreement.

IN WITNESS THEREOF, the parties to this AGREEMENT have hereunto set their hands and

seals.

CITY OF GROTON, CONNECTICUT

By

Keith Hedrick

Its Mayor and Chairperson of Its

Utilities Commission

(Party of the First Part)

On the ______ Day of ____________, 20___

(Seal)

By

(Party of the Second Part)

On the ______ Day of ____________, 20___

(Seal)

Approved as to Form

City Attorney

AGR Page 8 of 13

Certificate of Acknowledgement of Contractor if a Corporation

For AGREEMENT

State of ______________ )

) ss:

County of ______________ )

On this ______________ day of ______________, 20__, before me personally came

________________________________________ to me known, who being by me duly sworn, did de-

pose and say as follows:

That he resides at _____________________________________________ and is the

___________________ of _________________________________________, the corporation de-

scribed in and which executed the foregoing instrument; that he knows the corporate seal of said cor-

poration; that the seal affixed to the foregoing instrument is such corporate seal and it was so affixed

by order of the Board of Directors of said corporation; and that by the like order he signed thereto his

name and official designation.

_____________________________

Notary Public (Seal)

My commission expires ________________________

AGR Page 9 of 13

PERFORMANCE BOND

KNOW ALL MEN BY THESE PRESENTS, THAT

____________________________________________________________________________ of the

Town of _____________________________ County of ___________________________ and State

of __________________________________________ as Principal (hereinafter called the Principal),

and _____________________________________________________________________________

(a surety company authorized to transact business in Connecticut) as Surety (hereinafter called the

Surety), are held and firmly bound unto the City of Groton (hereinafter called the Obligee) in the

full penal sum of ___________________________________________________________________

Dollars ($ ), lawful money of the United States, to be paid to said City

of Groton, to which payment well and truly to be made and done, the said Principal binds himself, his

heirs, executors and administrators (or itself, its successors and assigns), and the said Surety binds it-

self, its successors and assigns jointly and severally firmly by these presents.

THE CONDITION OF THIS OBLIGATION IS SUCH THAT, whereas said Principal has entered into

a certain written Contract with said Obligee, dated the ______ day of __________________ 20____,

which written Contract provides for the following:

__________________________________________________________________________________

_________________________________________________________________________________

which Contract, together with all Plans and Specifications now made or which may hereafter be made

in extension, modification or alteration thereof, are hereby referred to, incorporated in and made a part

of this bond as though herein fully set forth.

NOW, THEREFORE, if the said Principal shall well and truly keep, perform and execute all the terms,

conditions and stipulations of said Contract according to its provisions on his or its part to be kept and

performed and shall indemnify and reimburse the Obligee for any loss that it may suffer through the

failure of the Principal to faithfully observe and perform each and every obligation and duty imposed

upon the Principal by the said Contract, at the time and in the manner therein specified, then this obli-

gation shall be null and void, otherwise it shall remain and be in full force and effect.

Provided, however, that any alterations which may be made in the terms of said Contract or in the

work done or to be done under it, or the giving by the Obligee of any extension of time for the perfor-

mance of said Contract or any other forbearance on the part of either the Oblige or the Principal, one

to the other, shall not in any way release the Principal and/or the Surety, or either of them, their repre-

sentatives, heirs, executors, administrators, successors or assigns from liability hereunder, notice to the

AGR Page 10 of 13

Surety or Sureties of any such alteration, extension or forbearance being hereby specifically and abso-

lutely waived.

IN TESTIMONY WHEREOF, the said ________________________________________________

has hereunto set his/its hand and seal and the said _____________________________________ has

caused this instrument to be signed by its _____________________________ and its corporate seal to

be hereunto affixed.

SIGNED, SEALED AND DATED this __________ day of _________________________, 20____

By: (L.S.)

(Principal)

Witness as to Principal: _____________________________________

_____________________________________

By: (L.S.)

(Surety)

Witness as to Surety: _____________________________________

_____________________________________

AGR Page 11 of 13

LABOR AND MATERIAL BOND

KNOW ALL MEN BY THESE PRESENTS, THAT

___________________________________________________________________________ of the

Town of _________________________________ County of _______________________ and State

of __________________________________________ as Principal (hereinafter called the Principal),

and _____________________________________________________________________________

(a surety company authorized to transact business in Connecticut) as Surety (hereinafter called the

Surety), are held and firmly bound unto the City of Groton (hereinafter called the Oblige) in the

full penal sum of ___________________________________________________________________

Dollars ($__________________________), lawful money of the United States, to be paid to said City

of Groton, to which payment well and truly to be made and done, the said Principal binds himself, his

heirs, executors and administrators (or itself, its successors and assigns), and the said Surety binds it-

self, its successors and assigns jointly and severally firmly by these presents.

THE CONDITION OF THIS OBLIGATION IS SUCH THAT, whereas said Principal has entered into

a certain written Contract with said Obligee, dated the ______day of ____________________20____,

which written Contract provides for the following:

_________________________________________________________________________________

_________________________________________________________________________________

which Contract, together with all Plans and Specifications now made or which may hereafter be made

in extension, modification or alteration thereof, are hereby referred to, incorporated in and made a part

of this bond as though herein fully set forth.

NOW, THEREFORE, if the said Principal shall promptly pay for all materials furnished and labor

supplied or performed in the prosecution of the work included in and under the aforesaid Contract

whether or not the material or labor enters into and becomes a component part of the real asset, then

this obligation shall be null and void, otherwise it shall remain and be in full force and effect.

Any party, whether a subcontractor or otherwise, who furnishes materials or supplies or performs la-

bor or services in the prosecution of the work under said Contract, and who is not paid therefor, may

bring a suit on this bond in the name of the person suing, prosecute the same to a final judgment and

have execution thereon for such sum or sums as may be justly due.

This bond is furnished pursuant to Section 49-41 of the General Statutes of Connecticut.

AGR Page 12 of 13

IN TESTIMONY WHEREOF, the said ________________________________________________

has hereunto set his/its hand and seal and the said _____________________________________ has

caused this instrument to be signed by its _____________________________ and its corporate seal to

be hereunto affixed.

SIGNED, SEALED AND DATED this __________ day of _________________________, 20____

By: ______________________________(L.S.)

(Principal)

Witness as to Principal: ______________________________________

______________________________________

By: ______________________________(L.S.)

(Surety)

Witness as to Surety: ______________________________________

______________________________________

AGR Page 13 of 13

Certificate of Acknowledgement of Contractor if a Corporation

For CONTRACT BONDS

State of ______________ )

) ss:

County of ______________ )

On this ______________ day of ______________ , 20____, before me personally came

________________________________________ to me known, who being by me duly sworn, did de-

pose and say as follows:

That he resides at _____________________________________________ and is the

___________________ of _________________________________________, the corporation de-

scribed in and which executed the foregoing instrument; that he knows the corporate seal of said cor-

poration; that the seal affixed to the foregoing instrument is such corporate seal and it was so affixed

by order of the Board of Directors of said corporation; and that by the like order he signed thereto his

name and official designation.

_____________________________

Notary Public (Seal)

My commission expires ______________________________

GC Page 1 of 14

GENERAL CONDITIONS

1. CONTRACTOR’S INSURANCE REQUIREMENTS

Prior to commencing work, the Contractor shall procure insurance of the types and for

the limits specified below, which insurance shall be maintained in full until final

completion, acceptance of the work and the expiration of the guarantee period provided

for in the Contract Documents. Said insurance shall be procured and maintained to

protect the Contractor and thereby the Owner from all claims and liability for damages

resulting from bodily injury, death and property damage which may arise from operations

under the Contract Documents, whether such operations be conducted by the Contractor,

the Contractor’s agents, representatives, employees or subcontractors. All insurance

costs pursuant to this section shall be the Contractor’s responsibility and shall be included

in the Contractor’s bid.

Preapproved Policy Forms for particular coverages, where stated, are for the convenience

of the Contractor, however, any policy for a coverage with a stated Preapproved Policy

Form shall provide equivalent or greater coverage than that obtained under such

Preapproved Policy Form.

The following constitute the minimum acceptable insurance as to coverage and limits:

A. Workmen's Compensation and Employer Liability Coverage:

(1) Limits: Worker's Compensation limits and employer's liability limits as

follows:

(a) Bodily Injury: each accident $1,000,000.00

(b) Injury by Disease: each employee $1,000,000.00

(c) Injury by Disease: policy limit $1,000,000.00

(2) Preapproved Policy Form: None

(3) Required Endorsements:

(a) Insurer shall agree to waive all rights and subrogation against the Owner,

its officers, officials, employees and volunteers for losses arising from

work performed by the Contractor for the Owner.

(b) Such policies shall be endorsed to state the coverage, shall not be

suspended, voided, cancelled by either party, reduced in coverage or in

limits except for sixty (60) days prior written notice by certified mail,

return receipt requested, has been given to the Owner.

GC Page 2 of 14

B. Automobile Liability Coverage:

(1) Minimum Limits: $1,000,000.00 combined single limit per accident for

bodily injury and property damage.

(2) Required endorsements:

(a) The Owner, its officers, officials, employees and volunteers are to be

covered as insureds as respects: liability arising out of activities

performed by or on behalf of the Contractor; and automobiles owned,

leased, hired or borrowed by the Contractor. The coverage shall contain

no special limitations on the scope of protection afforded to the Owner,

its officers, officials, employees or volunteers. The Insurance

Certificate must state “ADDITIONALLY INSURED – CITY OF

GROTON”.

(b) The Contractor’s insurance coverage shall be primary insurance as

respects the Owner, its officers, officials, employees and volunteers.

Any insurance or self-insurance maintained by the Owner, its officers,

officials, employees or volunteers shall be in excess of the Contractor’s

insurance and shall not contribute with it.

(c) Any failure to comply with the reporting provisions of the policy shall

not affect coverage provided to the Owner, its officers, officials,

employees or volunteers.

(d) The Contractor’s insurance shall apply separately to each insured against

whom claim is made or suit is brought, except with respects to the limits

of the insured's liability.

(e) Such policy shall be endorsed to state the coverage and shall not be

suspended, voided, cancelled by other party, reduced in coverage or in

limits except after sixty (60) days prior written notice by certified mail,

return receipt requested, has been given to the Owner.

C. Comprehensive General Liability:

General Liability Policies shall cover the following hazards: Premises/Operations;

Underground Explosion and Collapse Hazard; Products/Completed Operations;

Contractual; Independent Contractors; Broad Form Property Damage; Personal

Injury; and Blasting/Explosion where blasting is contemplated under the Contract

Documents.

(1) Minimum limits: $1,000,000.00 combined single limit per occurrence

for bodily injury, personal injury and property damage.

(2) Required Endorsements:

(a) Same as required in Section B.2, above.

GC Page 3 of 14

D. Acceptability of Insurers:

Insurance is to be placed with insurers with a Bests' rating of no less than B+VII,

and which insurers are licensed in Connecticut. Where no insurer so licensed in

Connecticut will provide the required coverage, the insurer shall, at minimum, be

approved to do business in Connecticut (listed on the current “White List” of the

Connecticut Insurance Department).

E. Verification of Coverage:

The Contractor shall furnish the Owner with certificates of insurance and with

original endorsements effecting coverage required by this clause. The certificates

and endorsements for each insurance policy are to be signed by a person

authorized by that insured to buy coverage on its behalf. The certificates and

endorsements are to be on forms required or approved by the Owner and are to be

received and approved by the Owner before work commences. The Owner

reserves the right to require complete, certified copies of all required insurance

policies, at any time. The certificates and endorsements for each insurance policy

shall be filed in triplicate with the Engineer before operations are begun. Renewal

certificates must be furnished by the Contractor’s prior to the expiration date of

any of the initial policies or coverages.

F. Subcontractors:

The Contractor shall include all subcontractors as insureds under its policies or

shall furnish separate certificates and endorsements for each subcontractor. All

coverages for subcontractors shall be subject to all of the requirements stated

herein.

G. Deductibles and Self-Insured Retentions:

Any deductibles or self-insured retentions must be declared to and approved by

the Owner. At the option of the Owner, either: the insurer shall reduce or

eliminate such deductibles or self-insured retentions as respects the Owner, its

officers, officials and employees; or the Contractor shall procure a bond

guaranteeing payment of losses and related investigations, claim administration

and defense expenses. In no event shall the existence of a deductible reduce the

obligation of Contractor to provide indemnity to the Owner on a “first dollar”

basis.

H. Insurance to be Provided by Contractor for the Benefit of Owner:

(1) Prior to commencing work, the Contractor shall provide for the benefit of

the Owner a policy commonly known as “Owner's Protective Liability

Policy” naming the Owner as the sole insured, which policy shall be

maintained in full until final completion, acceptance of the Work and

expiration of the guarantee period provided for in the Contract

Documents. Said policy shall not contain minimum liability limits of less

than $1,000,000.00.

GC Page 4 of 14

(2) In the event that the Contractor is unable to procure said policy on behalf of

the Owner with said minimum limit of liability, the Owner may, in its sole

discretion, approve one or more of the following:

(a) The Owner may (but need not) waive the requirement of obtaining said

policy if the underlying General Liability Policy required in Paragraph

1.C above sets forth one or both of the following as liability which

limits:

(1) A second aggregate limit on all other losses payable by the policy

that is twice the multiple of the per occurrence limit; or

(2) A separate aggregate limit for the work set forth in the Contract

Documents in the minimum amount of $2,000,000.00.

(3) The Contractor shall, and is hereby authorized, to maintain and pay

for such insurance issued in the name of the Owner as will protect

the Owner from its contingent liability under the Contract

Documents.

I. During construction, the Contractor shall provide a standard form policy of

builder’s risk insurance on a full replacement cost basis equal to the completed

value of the Project with an all risk endorsement, a course of construction

endorsement and a collapse insurance provision; such policy to be in form and

substance acceptable to the Owner, who, together with the Contractor, shall be

joint loss payees as their interests may appear.

J. Absent express provisions elsewhere in the Contract Documents to the contrary,

each insurance policy required to be provided by the Contractor by this Section 1

shall include the following:

(a) Additionally Insured:

Unless it is the sole insured, The City of Groton must be named as

additional insured on the policy.

(b) Proof of Insurance:

Proof of insurance must be submitted with the Contractor’s proposals and

acceptable, inform and substance, to Owner, before Owner signs the

Agreement.

(c) Cancellation of Insurance:

The insurance documents shall state that the City of Groton will be

notified of any changes or cancellation at least 60 days in advance.

(d) Subrogation:

Such policies shall provide (i) that the coverages evidenced thereby shall

be primary and non-contributing with respect to any policies carried by the

GC Page 5 of 14

Owner and that any coverage carried by the Owner shall be excess

insurance and (ii) a waiver by the insurer of any right of subrogation

against the Owner, its officers, agents, officials, employees and

representatives which may arise by reason of any payment under such

policies.

2. LABOR AND EQUIPMENT

Unless otherwise stipulated, the Contractor shall provide and pay for all labor, tools,

equipment, light, power, transportation and other facilities not expressly mentioned

herein necessary for the execution and completion of the Work.

The Contractor shall always have available for the Work, a crew or crews of sufficient

size to complete the job within the allotted time.

The Contractor shall employ only competent employees to do the Work and shall at all

times enforce strict discipline and good order among his employees. Whenever the

Engineer notifies the Contractor in writing that in his opinion any person on the Work is

incompetent, unfaithful, disorderly, or otherwise unsatisfactory, or not employed in

accordance with the provision of the Contract Documents, such person shall be

discharged from the Work and shall not again be employed on it, except with the consent

of the Engineer.

The Contractor shall also have sufficient equipment to expedite the job and carry it

through to a successful completion.

If in the opinion of the Engineer, the Contractor is not employing sufficient labor or

equipment to complete the Work described in the Contract Documents within the time

specified, said Engineer may, after giving written notice, require said Contractor to

employ such additional labor and equipment as may be necessary to enable said Work to

progress properly.

3. RESPONSIBILITY FOR WORK

The Contractor is an independent contractor and is not the agent or employee of the

Owner and, as such, it assumes full responsibility for materials and equipment used in the

construction of the Work and agrees to make no claims against the Owner for damages to

such materials and equipment from any cause except the gross negligence or willful act

of the Owner. Until its final acceptance, the Contractor shall be responsible for damage

to or destruction of the Project. He shall make good all Work damaged or destroyed

before acceptance by the Engineer.

4. PERMITS

The Contractor shall, at his own expense, take out and maintain all necessary permits

from the State, municipal, or other public authorities; shall give all notices required by

law; and shall post all bonds and pay all fees and charges incidental to the due and lawful

prosecution of the Work.

GC Page 6 of 14

5. PROTECTION OF EXISTING UTILITIES

The Contractor must notify “Call Before You Dig” prior to any underground excavation,

in order to have the location of all existing underground facilities on and in the vicinity of

the Project site marked before Contractor begins any excavation.

The Contractor shall conduct this Work in such a manner as to properly protect other

utility facilities such as storm drains, sewers, telephone conduits, power conduits, power

or telephone poles, and related structures. These facilities shall be supported, if

necessary, wherever they cross or parallel an open trench. The Contractor shall defray

the expense of repairing or replacing any of these facilities which he may damage during

his operations. All tunneling methods shall be acceptable to the Engineer, and shall be

done in such a manner as not to injure any existing structures. Any injury done to

existing structures shall be replaced or repaired at the Contractor’s expense.

If any facility is damaged by the Contractor, he shall immediately notify the utility

involved so that proper inspection and repair can be made. No water main or service

repair may be made by the Contractor, it must be made by the applicable Utility

Department, under purchase order from the Contractor.

6. PROTECTION OF THE PUBLIC AND OF WORK AND PROPERTY

The Contractor shall provide and maintain all necessary watchpersons, barricades, lights

and warning signs and take all necessary precautions for the protection and safety of the

public.

The Contractor shall continuously maintain adequate protection of all Work from

damage, and shall take all reasonable precautions to protect the Owner's property from

injury or loss arising in connection with the Work. He shall make good any damage,

injury or loss to his Work and to the property of the Owner resulting from lack of

reasonable protective precautions.

The Contractor shall erect temporary fencing around any open excavation if required by

the Engineer or by law or if danger of bodily injury exists.

The Contractor shall adequately protect private and public property, as provided by law

and the Contract Documents.

In an emergency affecting the safety of life, the protection of the Work, or the protection

of adjoining property, the Contractor is, without special instructions or authorization from

the Engineer, hereby permitted to act at his discretion to prevent such threatened loss or

injury. He shall also so act, without appeal, if so authorized or instructed by the

Engineer.

Any compensation claimed by the Contractor on account of emergency work, to protect

the public, the Work, or adjoining property, shall be determined by agreement or by

arbitration.

GC Page 7 of 14

7. TRAFFIC CONTROL

The Contractor shall conduct his operations within the limits as shown on the Contract

Documents in such a manner as to ensure the safety of motorists, pedestrians, and his

own employees. For control of moderate traffic, the Contractor shall provide an adequate

number of police officers to protect and guide traffic through the work area. When

working on State Highways, the Department of Transportation, Bureau of Highways

"Traffic Control Signing Patterns" must be used as a guide.

8. CLEANING UP

The Contractor at all times shall keep the site of the Work free from rubbish and debris

caused by his operations under the Contract Documents. When the Work has been

completed, the Contractor shall remove from the site of the Work all of his plant,

machinery, tools, construction equipment, temporary Work, and surplus materials so as to

leave the work and the site clean and ready for use.

9. GUARANTEE

The Contractor guarantees (i) that the workmanship performed and the materials and

equipment used in the construction of the Project, shall be new, of good quality and free

from defects or flaws, (ii) that each item of equipment shall be in accordance with the

specifications, (iii) that the strength of all parts of all manufactured equipment shall be

adequate and (iv) that the performance test requirements of the specifications shall be

fulfilled. The Contractor further guarantees that the Work will conform to the

requirements of the Contract Documents and will be free from defects or flaws. Such

guarantees shall be for a period of one year from and after the date of completion of the

Work as stated in the final estimate or for such longer period as may be required by the

Contract Documents. The Contractor shall repair or replace as required, promptly and

without charge, all work, equipment and material, or parts thereof, during the one (1) year

guarantee period.

It is hereby, however, especially agreed and understood that such guarantees shall not

include any repairs or replacements made necessary by any cause or causes other than

improper, inadequate, or defective work, workmanship, materials, or design by the

Contractor or of those employed directly or indirectly by him.

10. TIME FOR COMPLETION

The Contractor will be required to complete the Work within 180 consecutive calendar

days after the Start Date (as defined in Section 1.B. of the Agreement) (hereinafter called

the “Contract Time”). The Contractor hereby acknowledges that the time for completion

of the Project is reasonable and agrees to proceed expeditiously with adequate forces to

finish the Work within the Contract Time.

11. BID BOND

Each bid must be accompanied by a Certified Check or a Bid Bond in the amount of 10%

of the total amount of the tendered bid and made payable to the order of the City of

Groton, Department of Utilities.

GC Page 8 of 14

All Bid checks or bonds except those of the lower three bidders will be returned within

ten (10) days of the opening of bids. Those of the lower three (3) bidders will be retained

by the City of Groton, Department of Utilities until one of the lower three (3) bidders

signs the Agreement or until all bids are rejected; however, in no case will the bid check

or bond be retained for more than forty-five (45) days unless forfeited as hereinafter

stipulated. No bidder may withdraw his bid within forty-five (45) days after the actual

date of the opening thereof.

12. AWARD

(a) The Contractor to whom the Work is awarded must execute the Agreement and

provide both a 100% labor and materials bond and a 100% payment and

performance bond from a surety licensed to do business in the State of

Connecticut acceptable to the Owner within ten (10) days from the date of

notification of said award and in case of failure to do so, the person or firm will be

considered to have forfeited the award, and the Certified Check or Bid Bond shall

be retained by the City of Groton, Department of Utilities without in any way

limiting the rights of the City to recover for any additional damages it may have

sustained by such forfeiture. The Owner shall be named as obligee on such bonds

in the amount of the Contract Sum (the “Contract Bonds”).

13. WAGE RATES

This contract is subject to the Davis-Bacon Act and shall be in accordance with the

schedule of minimum wages issued by the Commissioner of Labor for the State of

Connecticut, in accordance with Chapter 557 of the General Statutes of Connecticut.

Particular attention is directed to the following excerpt from Section 31-53 of the General

Statutes of Connecticut:

“The wages paid on an hourly basis to any mechanic, laborer, or workman employed

upon the work herein contracted to be done and the amount of payment or contribution

paid or payable on behalf of each such employee to any employee welfare fund, as

defined in subsection (h) of this section, shall be at a rate equal to the rate customary or

prevailing for the same work in the same trade or occupation in the town in which such

public works project is being constructed. Any contractor who is not obligated by

agreement to make payment or contribution on behalf of such employees to any such

employee welfare fund shall pay to each employee as part of his wages the amount of

payment or contribution for his classification, on each pay day.”

The Contractor agrees that in the performance of the Work under this contract he will

comply fully with the provisions of Sec. 31-53 of the General Statutes of Connecticut,

and agrees to keep, maintain and preserve such records relating to the wages and hours

worked by each employee and a schedule for the occupation or work classification at

which each mechanic, laborer or workman on the Project is employed during each work

day and week, in such manner and form as the Labor Commissioner establishes to assure

the proper payments due to employees or employee welfare funds under Sec. 31-53.

The Contractor further agrees that he will post the prevailing wages as determined by the

Labor Commissioner in prominent and readily accessible places at the work site or at

GC Page 9 of 14

such place or places as are used to pay his employees their wages, and shall further

require all subcontractors similarly to comply with this provision.

The Contractor and subcontractors must comply with the wage rates established by the

State of Connecticut as of date of February 28, 2019.

The wage rates included herein are the latest wage rates available to the Owner at the

time of printing, however, the Contractor is cautioned that he may not rely upon such

information and must comply with the wage rates and benefits legally in effect on the

above mentioned date. Any classification not listed must be paid a wage rate acceptable

to the State of Connecticut Labor Department.

The Contractor and all subcontractors must comply with the Standard Act Provisions

pertaining to Contract Work Hours.

The Contractor and all subcontractors must comply with all State regulations regarding

non-discrimination in employment.

14. NON-DISCRIMINATION

There shall be no discrimination against any employee who is employed in the Work

covered by the Contract Documents, or against any applicant for such employment,

because of race, religion, color, sex or national origin. This provision shall include, but

not be limited to, the following: employment, upgrading, demotion or transfer,

recruitment or recruitment advertising; layoff or termination; rates of pay or other forms

of compensation; and selection for training, including apprenticeship.

The Contractor agrees and warrants that in the performance of the Work it will not

discriminate or permit discrimination against any person or group of persons on the

grounds of race, color, religion or national origin in any manner prohibited by the laws of

the United States or of the State of Connecticut, and further agrees to provide the

Commission on Human Rights and Opportunities with such information requested by the

Commission concerning the employment practices and procedures of the Contractor as

they relate to the provisions of this section. (Sec. 4-114a, General Statutes of

Connecticut.)

15. LABOR CONDITIONS

In the employment of labor for the Work, preference shall be given to residents of the

City of Groton, Connecticut, who are qualified to perform the work to which the

employment relates.

In the employment of mechanics, laborers or workmen to perform the Work specified

herein, preference shall be given to residents of the state who are, and continuously for at

least six months prior to the date hereof have been, residents of this state, and if no such

person is available, then to residents of other states. (Sec. 31-52a, General Statutes of

Connecticut.)

GC Page 10 of 14

16. CONTROL OF THE WORK AND MATERIALS

(a) The Owner

The City of Groton, Department of Utilities, herein acting by and through its

Board of Utility Commissioners.

(b) The Engineer

The Engineer shall be designated by the Owner as his representative, either an

employee of the City of Groton, or a firm duly appointed by the Owner.

(c) Authority of Engineer

All Work shall be subject to the review of the Engineer. He shall decide all

questions as to interpretation of the plans, specifications, and questions of mutual

rights between Contractors. He shall decide on an acceptable rate of progress, on

the manner of performance, and on the acceptable fulfillment of the Contract

Documents. The Engineer shall have the right to determine the points at which

the Contractor may begin work and the order in which the Work shall be

prosecuted to the best interest of the Owner and within the intent of the terms of

the Contract Documents.

(d) Authority and Duties of Inspectors

Inspectors designated by the Owner are authorized to inspect all work done and

materials furnished with respect to the Project. 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 has

the authority to reject material or suspend the Work until the question at issue can

be referred to and decided by the Engineer. The Inspector is not authorized to

revoke, alter, enlarge, relax or release any requirements of these Contract

Documents, nor approve or accept any portion of the Work, nor to issue

instructions contrary to the plans and Contract Documents. 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 way be construed as binding the Engineer or the

Owner in any way, or releasing the Contractor from the fulfillment of the terms of

the Contract Documents.

(e) Superintendence

The Contractor shall give the Work the constant attention necessary to facilitate

the progress thereof and shall cooperate with the Engineer in every possible way.

At all times, the Contractor shall have as his agent on the Work, a competent

superintendent capable of reading and thoroughly understanding the drawings and

specifications. The superintendent on the Work shall have full authority to

execute the directions of the Engineer without delay and supply promptly such

materials, equipment, tools, labor, and incidentals as may be required.

GC Page 11 of 14

Whenever the Contractor or his designated superintendent is not present on any

part of the Work where it may be necessary to give directions, such directions

may be given by the Engineer and shall be received and obeyed by the acting

superintendent or foreman who may have charge of the particular work involved.

17. SANITARY ACCOMMODATIONS

The Contractor shall provide and maintain such sanitary accommodations for the use of

his employees and those of his subcontractors as may be necessary to comply with the

requirements and regulations of the local and State departments of health and as directed

by the Engineer.

18. SAFETY

The Contractor shall take all necessary precautions and provide all necessary safeguards

to prevent personal injury and property damage. The Contractor shall provide protection

for all persons including, but not limited to, his employees and employees of other

contractors or subcontractors; members of the public; and employees, agents, and

representatives of the Owner; the Engineer, and regulatory agencies that may be on or

about the Work. The Contractor shall provide protection of all public and private

property including, but not limited to, structures, pipes and utilities, above and below

ground.

All of the Contractor’s on site employees are required to have a certification that they

have completed, at minimum, an OSHA 10-Hour Construction Outreach Training

Program course and be prepared to present their card to the on-site inspector upon

request.

The Contractor shall provide and maintain all necessary safety equipment such as fences,

barriers, signs, lights, walkways, guards, fire prevention and fire-fighting equipment and

shall take such other action as is required to fulfill his obligations under this section.

The Contractor shall comply with all applicable Federal, State and local laws, ordinances,

rules and regulations and lawful orders of all authorities having jurisdiction for the safety

of persons and protection of property. This shall include but not be limited to compliance

with the rules and regulations of the Occupational Safety and Health Administration of

the U. S. Department of Labor and the State Division of Industry Safety.

The Contractor shall designate a responsible member of his organization at the Project

site whose duty shall be the prevention of accidents. This responsible person shall have

the authority to take immediate action to correct unsafe or hazardous conditions and to

enforce safety precautions and programs.

19. OCCUPYING PRIVATE LAND OTHER THAN EASEMENTS

The Contractor shall not, except after written consent from the property owners involved,

enter or occupy with men, tools, materials, or equipment, any land outside the rights-of-

way or property of the Owner. A copy of the written consent shall be given to the

Engineer.

GC Page 12 of 14

20. DISPOSAL OF FILL OR SPOILS ON PRIVATE PROPERTY

Unless the Owner directs the Contractor to dump fill or spoils on private property or

approves of said dumping in writing for specific property, the Contractor shall indemnify

and hold the Owner harmless from any liability for said dumping and shall assure itself

that the owner of said private property has obtained all requisite permits for said

dumping.

21. REDUCTION IN SCOPE OF WORK

The Owner reserves the right to decrease the scope of the Work to be done under the

Contract Documents and to omit any work in order to bring the cost within available

funds. To this end, the Owner reserves the right to reduce the quantity of any items of the

Bid, either prior to executing the contract or at any time during the progress of the Work.

The Owner further reserves the right, at any time during the progress of the Work, to

restore all or part of any items previously omitted or reduced. Exercise by the Owner of

the above rights shall not constitute any ground or basis of claim for damages or for

anticipated profits on the Work omitted.

22. CERTIFIED PAYROLL

The Contractor shall submit copies of his certified weekly payroll to the Engineer for his

review.

23. NOT TO SUBLET OR ASSIGN

The Contractor shall constantly give his personal attention to the faithful prosecution of

the Work, shall keep the same under his personal control, shall not assign the Contract or

sublet the Work or any part thereof without the previous written consent of the Owner,

and shall not assign any of the monies payable under the Contract, or his claim thereto,

unless by and with the like written consent of the Owner and the Surety of the Contract

Bonds. Any assignment or subletting in violation hereof shall be void and unenforceable.

The Contractor shall be responsible for all acts of subcontractors and for all contract work

regardless of any subcontracts. All interests of the Owner in the work of subcontractors

shall be coordinated through the Contractor.

24. INFORMATION NOT GUARANTEED

All information given on the Drawings or in the Contract Documents relating to

subsurface and other conditions, natural phenomena, existing pipes, and other structures

is from the best sources at present available to the Owner. All such information is

furnished only for the information and convenience of bidders and is not guaranteed.

It is agreed and understood that the Owner 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 on the drawings or in

the Contract Documents.

It is agreed further 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 grounds for any claim or demand against the

GC Page 13 of 14

Owner or the Engineer, 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 of the Work, except as may otherwise be expressly provided for in the

Contract Documents.

Omissions from the plans and specifications shall not relieve the Contractor from the

responsibility of furnishing, making or installing all items required by law or usually

furnished, made or installed in a project of the scope and general character indicated by

the plans and specifications.

25. DRUG AND ALCOHOL TESTING PROGRAM

The City of Groton, Department of Utilities, is obligated by law/regulation to assure that

all contractors providing services to the City of Groton involving driving commercial

vehicles with a gross vehicle weight of more than 26,000 pounds (inclusive of a towed

unit with a gross vehicle weight of more than 10,000 pounds), or are used in the

transportation of hazardous materials in a quantity requiring "placarding" be in

compliance with substance abuse testing requirements, and when applicable, alcohol

testing requirements.

The Contractor to whom the Work is awarded must complete and submit to the City a

Drug and Alcohol Testing Program Compliance Questionnaire prior to award of the

contract. All contractors that provide driving services must be able to deliver evidence

that their subcontractors are in compliance with this part of this contract. For those

contractors/subcontractors who do not have a Drug and Alcohol Testing Program in

place, the City will make available to that contractor/subcontractor at an additional cost

its Program Administrator to put the contractor/subcontractor in compliance. Award of

the contract shall be contingent upon certification of compliance with the state and/or

federal laws and regulations regarding drug and/or alcohol testing as determined by the

City of Groton or its designee.

26. ARCHEOLOGICAL FINDS

The CONTRACTOR, for the life of this contract, is herewith required to immediately

notify the following organization in the event that any articles such as “charcoal,” “bone,”

“shell,” or “cultural objects, fire cracked stones or stone flaking material” or any such

other related items of historical significance are discovered:

Connecticut Historic Preservation Commission

59 South Prospect Street

Hartford, CT 06106

Tel: 860-566-3116

He shall also notify the Engineer or Inspector designated by the Owner for the Project.

GC Page 14 of 14

27. OWNER’S RIGHT TO STOP THE WORK OR CARRY OUT THE WORK

A. If the Contractor fails to carry out Work in accordance with the Contract

Documents or fails to correct Work that is not in accordance with the

requirements of the Contract Documents, the Owner may issue a written order to

the Contractor to stop the Work, or any portion thereof, until the cause for such

order has been eliminated; however, the right of the Owner to stop the Work shall

not give rise to a duty on the part of the Owner to exercise this right for the

benefit of the Contractor or any other person or entity.

B. If the Contractor defaults or neglects to carry out the Work in accordance with the

Contract Documents and fails within a ten-day period after receipt of written

notice from the Owner to commence and continue correction of such default or

neglect with diligence and promptness, the Owner may, without prejudice to other

remedies the Owner may have, correct such deficiencies. In such case an

appropriate change order shall be issued deducting from payments then or

thereafter due the Contractor for the reasonable cost of correcting such

deficiencies, including Owner’s expenses and compensation for the Engineer’s

additional services made necessary by such default, neglect or failure, if any. If

payments then or thereafter due the Contractor are not sufficient to cover such

amounts, the Contractor shall pay the difference to the Owner at or prior to the

date of final completion of the Work.

C. The rights of the Owner stated in this section shall be in addition to, and not in

limitation, restriction or derogation of, any other rights or remedies of the Owner

under the Contract Documents or at law or in equity.

28. REVIEW OF CONTRACT DOCUMENTS AND FIELD CONDITIONS BY

CONTRACTOR

Execution of the contract by the Contractor is a representation that the Contractor has

visited the Project site, become informed of the local conditions under which the Work is

to be performed including the location, condition, accessibility, layout and nature of the

Project site; the generally prevailing climactic conditions, the anticipated labor supply

and costs; and the availability and costs of materials, tools and equipment and has

correlated such personal observations with the requirements of the Contract Documents.

END OF GENERAL CONDITIONS

SC Page 1 of 6

SPECIAL CONDITIONS

PROGRESS ESTIMATES

A. Once a month, except as hereinafter provided, the Engineer shall make an

estimate in writing of the total amount and value of the Work done to the

first of the month by the Contractor. The Owner shall retain five percent

(5%) of such estimated value as part security for fulfillment of the Work by

the Contractor and shall deduct from the balance all previous payments made

to the Contractor, all sums chargeable against the Contractor, and all sums to

be retained under the provisions of the Contract Documents. Subject to

receipt of all applicable documentation from Contractor, the Owner shall pay

monthly to the Contractor the balance not deducted and/or retained as

aforesaid, except that payment may be withheld at any time if, in the

judgement of the Engineer, the Work is not proceeding in accordance with

the Contract Documents. If the Owner deems it expedient to do so, he may

cause estimates and payments to be made more frequently than once in each

month. No progress estimate of payment need be made when, in the

judgement of the Engineer, the total value of the Work done since the last

estimate amounts to less than $5,000.00.

B. As a condition precedent to Owner’s obligation to make a progress payment

to Contractor, Contractor shall provide such applicable data and

documentation in support of such payment as Owner may reasonably

request, including, without limitation, waivers of lien forms (or similar) from

the Contractor and all relevant subcontractors and material suppliers, and an

affidavit by the Contractor attesting to such other matters as Owner may

reasonably require, including, without limitation: that all subcontractors and

material suppliers have been, and will be, paid all sums to which they are

entitled in a timely fashion and that the Work for which payment is being

made is free of all liens, claims, security interests and encumbrances

whatsoever.

C. Any provision herein to the contrary notwithstanding, the Owner shall not be

obligated to make payment to the Contractor hereunder if any one or more of

the following conditions exist:

i. The Contractor is in material default of its obligations under any of

the Contract Documents;

ii. Any part of such payment is attributable to Work which is defective

or not performed in accordance with the Contract Documents;

iii. The Contractor has failed to make payments properly to the

Contractor’s subcontractors or for material or labor used in the Work

for which the Owner has made payment to the Contractor.

SC Page 2 of 6

2. FINAL ESTIMATE

A. As soon as practicable, but not more than sixty-five (65) days after the final

completion and acceptance of the Work by the Engineer, the Engineer shall

make a final estimate in writing of the quantity of Work done under the

Contract Documents and the amount earned by the Contractor. The Engineer

also shall fix the date of completion of the Work and incorporate the same

into the final estimate.

B. The Owner shall pay to the Contractor the entire amount found by the

Engineer to be earned and due hereunder after deducting therefrom all

previous payments, all charges against the Contractor as provided for

hereunder, and all amounts to be retained under the provisions of the

Contract Documents.

C. All quantities shown on progress estimates and all prior payments shall be

subject to correction in the final estimate and payment.

3. RETAIN MONEY FOR REPAIRS

A. The Owner shall retain out of the monies otherwise payable to the Contractor

hereunder, a percentage of two percent (2%) of the amount of the final

estimated value of the Work. This amount may be expended in the manner

hereinafter provided, in making such repairs, corrections or replacements in

the work as in his sole judgement may be deemed necessary.

B. If at any time within the said period of guarantee any part of the Work

requires repairing, correction or replacement, the Owner may notify the

Contractor in writing to make the required repairs, corrections or

replacements. If the Contractor neglects to commence making such repairs,

corrections or replacements to the satisfaction of the Owner within three (3)

days from the date of receipt of such notice, or having commenced fails to

prosecute such work with diligence, the Owner may employ other persons to

make the same. The Owner shall pay the cost and expense of the same out

of the amounts retained for that purpose. Upon the expiration of the said

period of guarantee, provided that the Work at that time is in good order, the

Contractor will be entitled to receive the whole or such part of the sum last

aforesaid, if any, as may remain after the cost and expense of making said

repairs, correction or replacements, in the manner aforesaid, have been paid

therefrom.

SC Page 3 of 6

4. INTERFERENCE WITH EXISTING WORKS

A. The Contractor shall at all times conduct his operations so as to interfere as

little as possible with existing works or facilities, including, without

limitation. The Contractor shall develop a program, in cooperation with the

Engineer and interested officials, which shall provide for the construction

and putting into service of the new Work in the most orderly manner

possible. This program shall be adhered to except as deviations therefrom

are expressly permitted by Engineer. All Work of connecting with, cutting

into, and reconstructing existing pipes or structures shall be planned to

interfere with the operation of the existing facilities for the shortest possible

time when the demands on the facilities best permit such interference, even

though it may be necessary to work outside of normal working hours to meet

these requirements. Before starting any Work, which will interfere with the

operation of existing facilities, the Contractor shall do all possible

preparatory work and shall see that all tools, materials, and equipment are

made ready and are at hand.

B. The Contractor shall make such minor modifications in the Work relating to

existing structures as may be necessary, without additional compensation.

C. The Contractor shall have no claim for additional compensation by reason of

delay or inconvenience in adapting his operations to meet the above

requirements.

5. CLAIMS FOR EXTRA COST

A. If the Contractor claims that any instructions by drawings or other media

issued after the date of the Contract Documents were signed involve extra

cost under this Contract, he shall give the Engineer written notice thereof

within five (5) days after the receipt of such instructions, and in any event

before proceeding to execute the work, except in case of an emergency

endangering life or property. No such claim shall be valid unless so made.

B. Except as otherwise provided in Section 5.A, above, all claims by Contractor

must be made in writing and given to both Owner and Engineer within five

(5) days after (i) occurrence of the event giving rise to such claim or (ii) the

Contractor first becomes aware of the condition giving rise to such claim,

whichever is applicable. No such claim shall be valid unless so made.

C. Both parties waive claims against each other for consequential damages

arising out of or relating to the Contract Documents.

SC Page 4 of 6

6. CHANGES

A. The Owner may make changes in the Work and in the Drawings and

Specifications therefore by making alterations therein, additions thereto or

omissions there-from. All work resulting from such changes shall be

performed and furnished under and pursuant to the terms and conditions of

the Contract Documents. If such changes result in an increase or decrease in

the Work to be done hereunder, or increase or decrease the quantities thereof,

adjustment in compensation shall be made therefore at the unit prices

stipulated in the Contract Documents for such Work, except that if unit

prices are not stipulated for such Work, compensation for additional or

increased Work shall be made as provided hereinafter under the subsection

titled EXTRA WORK; and for eliminated or decreased Work the Contractor

shall allow the Owner a reasonable credit as determined by the Engineer. All

decisions with respect to any such changes shall be made by the Engineer

and shall be conclusive and binding upon the Contractor.

B. Except in an emergency endangering life or property, no change shall be

made unless in pursuance of a written order from the Engineer authorizing

the change, and no claim for additional compensation shall be valid unless

the change is so ordered.

C. The Contractor agrees that he shall neither have nor assert any claim for or

be entitled to any additional compensation for damages or for loss of

anticipated profits on Work that is eliminated.

7. EXTRA WORK

A. The Contractor shall perform any extra work (work in connection with the

Contract Documents but not provided for herein) when and as ordered in

writing by the Engineer, at the unit prices stipulated in the Contract

Documents for such extra work or, if none are so stipulated, either (a) at the

price agreed upon before such extra work is commenced as set forth in a

written change order for such extra work signed by the Owner and the

Contractor, or (b) if the Engineer so elects, for the reasonable cost of such

extra work, as determined by the Contractor and approved by the Engineer,

plus a percentage of such cost, as set forth below. No extra work shall be

paid for unless specifically ordered as such in writing by the Engineer.

B. The cost of extra work done under Section 7.A, above, shall include the

reasonable cost to the Contractor of materials used and equipment installed,

common and skilled labor, and foremen, and the fair rental of all machinery

and equipment used on the extra work for the period of such use.

SC Page 5 of 6

C. At the request of the Engineer, the Contractor shall furnish itemized

statements of the cost of the extra work ordered as above and give the

Engineer access to all records, accounts, bills and vouchers and

correspondence relating thereto.

D. The Contractor may include in the cost of extra work the amounts of

additional premiums, if any, (other than premiums on bonds) paid on the

required insurance on account of such extra work, of Social Security or other

direct assessments under the Contractor’s payroll by Federal or other

properly authorized public agencies, and of other approved assessments

when such assessments are not normally included in payments made by the

Contractor directly to his employees, but in fact are, and are customarily

recognized as, part of the cost of doing work. The fair rental for all

machinery and equipment shall be based upon the most recent edition of

“Compilation of Rental Rates for Construction Equipment,” published by the

Associated Equipment Distributors, or a similar publication approved by the

Engineer. Rental for machinery and equipment shall be based upon an

appropriate fraction of the approved monthly rate schedule. If said extra

work requires the use of machinery or equipment not already on the site of

the Work the actual cost of transportation, not exceeding a distance of 100

miles, of such machinery or equipment to and from the site of the Work shall

be added to the fair monthly rental provided, however, that this Section 7.D

shall not apply to machinery or equipment already required to be furnished

under the terms of the Contract Documents and provided further that such

actual cost must be both reasonable and approved by the Engineer.

E. The Contractor shall not include in the cost of extra work any cost or rental

of small tools, buildings, or any portion of the time of the Contractor, or his

office and engineering staff.

F. To the cost of extra work done by the Contractor’s own forces under Section

7.B above (determined as stated above), the Contractor shall add 15 percent

to cover his overhead, use of capital, the premium on the Bonds as assessed

upon the amount of this extra work, and profit.

G. In the case of extra work done under Section 7.B, above, by a subcontractor,

the subcontractor shall compute, as above, his cost for the extra work, to

which he shall add 15 percent as in the case of the Contractor, and the

Contractor shall be allowed an additional 5 percent of the subcontractor’s

cost for the extra work to cover the cost of the Contractor’s overhead, use of

capital, and the premium on the Bonds as assessed upon the amount of this

extra work, and profit. Said subcontractor’s cost must be reasonable and

approved by the Engineer.

SC Page 6 of 6

H. If extra work is done under Section 7.B, above, the Contractor and/or

subcontractor shall keep daily records of such extra work. The daily record

shall include the names of persons employed, the nature of the extra work

performed, and hours worked, materials and equipment used, if any, in the

prosecution of such extra work. This daily record, to constitute verification

that the extra work was done, must be signed by the Contractor’s authorized

representative and certified as true and complete. A separate daily record

shall be submitted for each Extra Work Order.

I. No action, conduct, omission, prior failure or course of dealing by the Owner

shall act to waive, modify, change, or alter the requirement that change

orders must be in writing signed by the Owner and that such written change

orders or written orders from the Engineer in accordance with this Section 7

are the exclusive method for effecting any change to the Contract Sum or

Contract Time. The Contractor understands and agrees that the Contract

Sum or Contract Time cannot be changed by implication, oral agreements,

actions, inactions, course of conduct, or constructive change order. The

Contractor’s signature on any change order or written order from the

Engineer shall mean that the Contractor agrees with the order.

END OF SPECIAL CONDITIONS

Project: Walker Hill Road And Tollgate Road 16" Water Main Installation

Project: Walker Hill Road And Tollgate Road 16" Water Main Installation

Project W19-1-1 Project Groton

By virtue of the authority vested in the Labor Commissioner under provisions of Section 31-53 of the General Statutes of Connecticut, as amended, the following are declared to be the prevailing rates and welfare payments and will apply only where the contract is advertised for bid within 20 days of the date on which the rates are established. Any contractor or subcontractor not obligated by agreement to pay to the welfare and pension fund shall pay this amount to each employee as part of his/her hourly wages.

Minimum Rates and Classifications for Heavy/Highway Construction

Connecticut Department of LaborWage and Workplace Standards Division

FAP Number: State Number:

Town:

H 25727

Number:

ID#:

Hourly Rate BenefitsCLASSIFICATION

1) Boilermaker 33.79 34% + 8.96

1a) Bricklayer, Cement Masons, Cement Finishers, Plasterers, Stone Masons 34.72 32.15

2) Carpenters, Piledrivermen 32.60 25.34

2a) Diver Tenders 32.60 25.34

As of: Thursday, February 28, 2019

Project: Walker Hill Road And Tollgate Road 16" Water Main Installation

3) Divers 41.06 25.34

03a) Millwrights 33.14 25.74

4) Painters: (Bridge Construction) Brush, Roller, Blasting (Sand, Water, etc.), Spray

49.75 21.05

4a) Painters: Brush and Roller 33.62 21.05

4b) Painters: Spray Only 36.62 21.05

4c) Painters: Steel Only 35.62 21.05

4d) Painters: Blast and Spray 36.62 21.05

As of: Thursday, February 28, 2019

Project: Walker Hill Road And Tollgate Road 16" Water Main Installation

4e) Painters: Tanks, Tower and Swing 35.62 21.05

5) Electrician (Trade License required: E-1,2 L-5,6 C-5,6 T-1,2 L-1,2 V-1,2,7,8,9)

37.50 27.91+3% of gross wage

6) Ironworkers: Ornamental, Reinforcing, Structural, and Precast Concrete Erection

35.47 35.14 + a

7) Plumbers (Trade License required: (P-1,2,6,7,8,9 J-1,2,3,4 SP-1,2) and Pipefitters (Including HVAC Work) (Trade License required: S-1,2,3,4,5,6,7,8 B-1,2,3,4 D-1,2,3,4 G-1, G-2, G-8, G-9)

42.62 31.21

----LABORERS---- -

8) Group 1: Laborer (Unskilled), Common or General, acetylene burner, concrete specialist

30.05 20.10

9) Group 2: Chain saw operators, fence and guard rail erectors, pneumatic tool operators, powdermen

30.30 20.10

As of: Thursday, February 28, 2019

Project: Walker Hill Road And Tollgate Road 16" Water Main Installation

10) Group 3: Pipelayers 30.55 20.10

11) Group 4: Jackhammer/Pavement breaker (handheld); mason tenders (cement/concrete), catch basin builders, asphalt rakers, air track operators, block paver, curb setter and forklift operators

30.55 20.10

12) Group 5: Toxic waste removal (non-mechanical systems) 32.05 20.10

13) Group 6: Blasters 31.80 20.10

Group 7: Asbestos/lead removal, non-mechanical systems (does not include leaded joint pipe)

31.05 20.10

Group 8: Traffic control signalmen 16.00 20.10

Group 9: Hydraulic Drills 29.30 18.90

As of: Thursday, February 28, 2019

Project: Walker Hill Road And Tollgate Road 16" Water Main Installation

----LABORERS (TUNNEL CONSTRUCTION, FREE AIR). Shield Drive and Liner Plate Tunnels in Free Air.----

13a) Miners, Motormen, Mucking Machine Operators, Nozzle Men, Grout Men, Shaft & Tunnel Steel & Rodmen, Shield & Erector, Arm Operator, Cable Tenders

32.22 20.10 + a

13b) Brakemen, Trackmen 31.28 20.10 + a

----CLEANING, CONCRETE AND CAULKING TUNNEL----

14) Concrete Workers, Form Movers, and Strippers 31.28 20.10 + a

15) Form Erectors 31.60 20.10 + a

----ROCK SHAFT LINING, CONCRETE, LINING OF SAME AND TUNNEL IN FREE AIR:----

As of: Thursday, February 28, 2019

Project: Walker Hill Road And Tollgate Road 16" Water Main Installation

16) Brakemen, Trackmen, Tunnel Laborers, Shaft Laborers 31.28 20.10 + a

17) Laborers Topside, Cage Tenders, Bellman 31.17 20.10 + a

18) Miners 32.22 20.10 + a

----TUNNELS, CAISSON AND CYLINDER WORK IN COMPRESSED AIR: ----

18a) Blaster 38.53 20.10 + a

19) Brakemen, Trackmen, Groutman, Laborers, Outside Lock Tender, Gauge Tenders

38.34 20.10 + a

20) Change House Attendants, Powder Watchmen, Top on Iron Bolts 36.41 20.10 + a

As of: Thursday, February 28, 2019

Project: Walker Hill Road And Tollgate Road 16" Water Main Installation

21) Mucking Machine Operator 39.11 20.10 + a

----TRUCK DRIVERS----(*see note below)

Two axle trucks 29.13 23.33 + a

Three axle trucks; two axle ready mix 29.23 23.33 + a

Three axle ready mix 29.28 23.33 + a

Four axle trucks, heavy duty trailer (up to 40 tons) 29.33 23.33 + a

Four axle ready-mix 29.38 23.33 + a

As of: Thursday, February 28, 2019

Project: Walker Hill Road And Tollgate Road 16" Water Main Installation

Heavy duty trailer (40 tons and over) 29.58 23.33 + a

Specialized earth moving equipment other than conventional type on-the road trucks and semi-trailer (including Euclids)

29.38 23.33 + a

----POWER EQUIPMENT OPERATORS----

Group 1: Crane handling or erecting structural steel or stone, hoisting engineer (2 drums or over), front end loader (7 cubic yards or over), Work Boat 26 ft. & Over, Tunnel Boring Machines. (Trade License Required)

39.55 24.30 + a

Group 2: Cranes (100 ton rate capacity and over); Excavator over 2 cubic yards; Piledriver ($3.00 premium when operator controls hammer); Bauer Drill/Caisson. (Trade License Required)

39.23 24.30 + a

Group 3: Excavator/Backhoe under 2 cubic yards; Cranes (under 100 ton rated capacity), Gradall; Master Mechanic; Hoisting Engineer (all types of equipment where a drum and cable are used to hoist or drag material regardless of motive power of operation), Rubber Tire Excavator (Drott-1085 or similar);Grader Operator; Bulldozer Fine Grade (slopes, shaping, laser or GPS, etc.). (Trade License Required)

38.49 24.30 + a

Group 4: Trenching Machines; Lighter Derrick; Concrete Finishing Machine; CMI Machine or Similar; Koehring Loader (Skooper)

38.10 24.30 + a

As of: Thursday, February 28, 2019

Project: Walker Hill Road And Tollgate Road 16" Water Main Installation

Group 5: Specialty Railroad Equipment; Asphalt Paver; Asphalt Spreader; Asphalt Reclaiming Machine; Line Grinder; Concrete Pumps; Drills with Self Contained Power Units; Boring Machine; Post Hole Digger; Auger; Pounder; Well Digger; Milling Machine (over 24" Mandrell)

37.51 24.30 + a

Group 5 continued: Side Boom; Combination Hoe and Loader; Directional Driller.

37.51 24.30 + a

Group 6: Front End Loader (3 up to 7 cubic yards); Bulldozer (rough grade dozer).

37.20 24.30 + a

Group 7: Asphalt Roller; Concrete Saws and Cutters (ride on types); Vermeer Concrete Cutter; Stump Grinder; Scraper; Snooper; Skidder; Milling Machine (24" and Under Mandrel).

36.86 24.30 + a

Group 8: Mechanic, Grease Truck Operator, Hydroblaster, Barrier Mover, Power Stone Spreader; Welder; Work Boat under 26 ft.; Transfer Machine.

36.46 24.30 + a

Group 9: Front End Loader (under 3 cubic yards), Skid Steer Loader regardless of attachments (Bobcat or Similar); Fork Lift, Power Chipper; Landscape Equipment (including hydroseeder).

36.03 24.30 + a

Group 10: Vibratory Hammer, Ice Machine, Diesel and Air Hammer, etc. 33.99 24.30 + a

As of: Thursday, February 28, 2019

Project: Walker Hill Road And Tollgate Road 16" Water Main Installation

Group 11: Conveyor, Earth Roller; Power Pavement Breaker (whiphammer), Robot Demolition Equipment.

33.99 24.30 + a

Group 12: Wellpoint Operator. 33.93 24.30 + a

Group 13: Compressor Battery Operator. 33.35 24.30 + a

Group 14: Elevator Operator; Tow Motor Operator (Solid Tire No Rough Terrain).

32.21 24.30 + a

Group 15: Generator Operator; Compressor Operator; Pump Operator; Welding Machine Operator; Heater Operator.

31.80 24.30 + a

Group 16: Maintenance Engineer/Oiler 31.15 24.30 + a

Group 17: Portable asphalt plant operator; portable crusher plant operator; portable concrete plant operator.

35.46 24.30 + a

As of: Thursday, February 28, 2019

Project: Walker Hill Road And Tollgate Road 16" Water Main Installation

Group 18: Power Safety Boat; Vacuum Truck; Zim Mixer; Sweeper; (minimum for any job requiring CDL license).

33.04 24.30 + a

**NOTE: SEE BELOW

----LINE CONSTRUCTION----(Railroad Construction and Maintenance)----

20) Lineman, Cable Splicer, Technician 48.19 6.5% + 22.00

21) Heavy Equipment Operator 42.26 6.5% + 19.88

22) Equipment Operator, Tractor Trailer Driver, Material Men 40.96 6.5% + 19.21

23) Driver Groundmen 26.50 6.5% + 9.00

As of: Thursday, February 28, 2019

Project: Walker Hill Road And Tollgate Road 16" Water Main Installation

23a) Truck Driver 40.96 6.5% + 17.76

----LINE CONSTRUCTION----

24) Driver Groundmen 30.92 6.5% + 9.70

25) Groundmen 22.67 6.5% + 6.20

26) Heavy Equipment Operators 37.10 6.5% + 10.70

27) Linemen, Cable Splicers, Dynamite Men 41.22 6.5% + 12.20

28) Material Men, Tractor Trailer Drivers, Equipment Operators 35.04 6.5% + 10.45

As of: Thursday, February 28, 2019

Project: Walker Hill Road And Tollgate Road 16" Water Main Installation

01) Asbestos/Toxic Waste Removal Laborers: Asbestos removal and encapsulation (except its removal from mechanical systems which are not to be scrapped), toxic waste removers, blasters. **See Laborers Group 5 and 7**

As of: Thursday, February 28, 2019

Project: Walker Hill Road And Tollgate Road 16" Water Main Installation

Welders: Rate for craft to which welding is incidental.

*Note: Hazardous waste removal work receives additional $1.25 per hour for truck drivers.

**Note: Hazardous waste premium $3.00 per hour over classified rate

Crane with 150 ft. boom (including jib) - $1.50 extra Crane with 200 ft. boom (including jib) - $2.50 extraCrane with 250 ft. boom (including jib) - $5.00 extraCrane with 300 ft. boom (including jib) - $7.00 extra

All classifications that indicate a percentage of the fringe benefits must be calculated at the percentage rate times the "base hourly rate".

Apprentices duly registered under the Commissioner of Labor's regulations on "Work Training Standards for Apprenticeship and Training Programs" Section 31-51-d-1 to 12, are allowed to be paid the appropriate percentage of the prevailing journeymen hourly base and the full fringe benefit rate, providing the work site ratio shall not be less than one full-time journeyperson instructing and supervising the work of each apprentice in a specific trade.

Each contractor 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 website. The annual adjustments will be posted on the Department of Labor's Web page:

www.ct.gov/dol. 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.

The Prevailing wage rates applicable to this project are subject to annual adjustments each July 1st for the duration of the project.

Crane with 400 ft. boom (including jib) - $10.00 extra

~~Connecticut General Statute Section 31-55a: Annual Adjustments to wage rates by contractors doing state work ~~

Contracting Agencies are under no obligation pursuant to State labor law to pay any increase due to the annual adjustment provision.

ALL Cranes: When crane operator is operating equipment that requires a fully licensed crane operator to operate he receives an extra $4.00 premium in addition to the hourly wage rate and benefit contributions:

1) Crane handling or erecting structural steel or stone; hoisting engineer (2 drums or over)

2) Cranes (100 ton rate capacity and over) Bauer Drill/Caisson

3) Cranes (under 100 ton rated capacity)

As of: Thursday, February 28, 2019

Project: Walker Hill Road And Tollgate Road 16" Water Main Installation

Please direct any questions which you may have pertaining to classification of work and payment of prevailing wages to the Wage and Workplace Standards Division, telephone (860)263-6790.

Effective October 1, 2005 - Public Act 05-50: any person performing the work of any mechanic, laborer, or worker shall be paid prevailing wage

All Person who perform work ON SITE must be paid prevailing wage for the appropriate mechanic, laborer, or worker classification.

All certified payrolls must list the hours worked and wages paid to All Persons who perform work ON SITE regardless of their ownership i.e.: (Owners, Corporate Officers, LLC Members, Independent Contractors, et. al)

Reporting and payment of wages is required regardless of any contractual relationship alleged to exist between the contractor and such person.

~~Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clause (29 CFR 5.5 (a) (1) (ii)).

As of: Thursday, February 28, 2019

TS-1

EARTH EXCAVATION, BACKFILL AND FILL

1. WORK INCLUDED

Prior to commencement of the work, the Contractor will ensure that sedimentation

and erosion controls are in place as shown on the plans and as otherwise directed by the

Engineer.

The Contractor shall clear the site and remove all trees and stumps where

necessary and approved by the Tree Warden, and shall make all earth excavation,

including removal of existing pavements, curbs and walks encountered in the construction

of the water mains, appurtenances, and structures as required for the proper completion of

the work included under this Contract, and shall dispose of all excavated materials as

specified herein.

The excavation shall include the removal, handling, filling and disposal of any and

all materials encountered within the limits of the work, and shall include all pumping,

bailing, draining, sheeting, shoring, cofferdamming, backfill, refill, and protection

therefor.

2. SEPARATION OF SURFACE MATERIALS

The Contractor shall remove only as much of any existing pavement as is

necessary for the prosecution of the work. The Engineer shall require that the pavement

be cut with pneumatic tools or saw, without extra compensation to the Contractor, where

in the opinion of the Engineer it is necessary to prevent damage to the remaining road

surfaces.

3. WIDTH OF TRENCH

Pipe trenches shall be made as narrow as practicable and shall not be widened by

scraping or loosening materials from the sides. Every effort shall be made to keep the

sides of the trenches firm and undisturbed until backfilling has been completed and

consolidated.

Trenches shall be excavated with approximately vertical sides between the

elevation of the center of the pipe and an elevation 1 foot above the top of the pipe.

4. TRENCH EXCAVATION

Where pipe is to be laid in gravel bedding, the trench may be excavated by

machinery to, or to just below, the designated subgrade, provided that the material

remaining at the bottom of the trench is no more than slightly disturbed.

TS-2

5. UNAUTHORIZED EXCAVATION

If the bottom of any excavation is taken out beyond the limits indicated or

prescribed, the resulting void shall be backfilled at the Contractor's expense with

thoroughly compacted, screened gravel, if the excavation was for a pipeline, or with

concrete, if the excavation was for a masonry structure.

6. EXCAVATION NEAR EXISTING STRUCTURES

Attention is directed to the fact that there are pipes, drains, and other utilities in

certain locations. Most of these have been indicated on the drawings, but the

completeness or accuracy of the information given is not guaranteed.

As the excavation approaches pipes, conduits, or other underground structures,

digging by machinery shall be discontinued and the excavation shall be done by means of

hand tools. Such manual excavation when incidental to normal excavation shall be

included in the work to be done under items involving normal excavation.

Where determination of the exact location of pipe or other underground structure is

necessary for doing the work properly, the Contractor may be required to excavate test pits

to determine such locations.

7. ELIMINATION OF UNSUITABLE MATERIAL

If material unsuitable for foundation (in the opinion of the Engineer) is found at or

below the grade to which excavation would normally be carried, the Contractor shall

remove such material to the required width and depth and replace it with thoroughly

compacted, screened gravel or concrete as directed.

8. SHEETING AND SHORING

The Contractor shall be responsible for supporting and maintaining excavations

required hereunder, even to the extent of sheeting or shoring the sides and ends of

excavations with the timber or steel sheet piling. The requirements of sheeting or shoring

or the addition of supports shall not relieve the Contractor of his responsibility for their

sufficiency.

All timbering shall be removed except that for the purpose of preventing injury to

the piping or other structures, to other property or to persons. The Contractor may leave

in place to be embedded in the backfill of the excavation any sheeting or bracing which

the Engineer considers necessary for that purpose. In any case where sheeting is removed,

the Contractor shall assume full responsibility for injury to the pipe or other structure or to

other property or persons arising from failure to leave in place a sufficient quantity of

sheeting and bracing.

TS-3

9. REMOVAL OF WATER

Until final acceptance of the work, the Contractor shall pump out or otherwise

remove and dispose of as fast as it may collect, any water, sewage or any other liquids

which may be found or may accumulate in the excavations, regardless of whether it be

water or liquid wastes from his own contract or from any existing conduits, works, or

surface runoff.

There shall be upon the work at all times during the construction proper and

approved machinery of sufficient capacity (including spare units kept ready for immediate

use in case of breakdowns) to meet the maximum requirements for the removal of the

water or other liquids and their disposal in such a manner as not to withdraw sand or

cement from the concrete and so as not to interfere with the proper laying of pipe and/or

masonry or the prosecution of work under this or other contract nor endanger existing

structures.

10. PROTECTION TO EXISTING STRUCTURES, VEGETATION

All existing walks, pipes, conduits, poles, wires, fences, stairways, curbings,

property line makers, walls, buildings and other structures which do not in the opinion of

the Engineer require to be changed in location, shall be carefully supported and protected

from injury by the Contractor without additional compensation, and in case of injury, they

shall be restored by him without compensation therefor, to as good condition as that in

which they were found.

Tree roots shall not be mutilated nor shall they be cut except by permission of the

Engineer. When permitted to cut tree roots, the ends shall be cut off smooth, without any

splitting or shattering. The trunks of the the trees shall be carefully protected from

damage, and if unavoidable damage occurs, the injured portions shall be neatly trimmed

and covered with an application of grafting wax or other approved preparation. Power

driven excavating machinery shall be handled with care to prevent damage to shade trees,

particularly to overhanging branches, and branches shall not be cut off except by special

permission of the Engineer.

The Contractor shall, at his own expense, dig up, handle, protect and properly reset

hedges, small trees, shrubbery, signs, posts, guard rails, curbing other than bituminous and

the like along the line of or adjacent to the work, and shall take all reasonable care in this

work not to disturb any object that can be saved in its existing condition.

The Contractor shall, at his own expense, provide suitable and safe bridges and

other crossings, where required for the accommodation of travel and to provide access to

private property during construction, and shall remove said structures thereafter.

TS-4

11. BACKFILLING PIPE TRENCHES

As soon as practicable after the pipes have been laid or the structures have been

built and are structurally adequate to support the loads, including construction loads to

which they will be subjected, the backfilling shall be started and thereafter it shall proceed

until completion.

a. Zone Around Pipe. The space between the pipe and bottom side of the trench shall

be packed full by hand shovel with sand. In placing the material, care shall be

taken that stones do not strike the pipe. The backfill under the pipe shall be

thoroughly compacted using curved tamping bars. Sand backfill at the sides and

up to the top of the pipe shall be compacted using approved hand tampers. Sand

backfill up to a level of 1 foot above the top of the pipe shall be placed in 6-inch

layers, leveled along the length and width of the trench, and thoroughly compacted

using approved tampers. No sand shall be placed above the top of the pipe until

sand under and at the sides of the pipe has been compacted. Care shall be taken in

the use of mechanical or other tampers not to injure or move the pipe or to cause

the pipe to be supported unevenly.

b. Materials. The nature of the materials will govern both their acceptability for

backfill and the methods best suited for their placement and compaction in the

backfill. In general, material used for backfilling trenches and excavations around

structures shall be suitable material which was removed in the course of making

the construction excavations.

No stone or rock fragment larger than 12 inches in greatest dimension shall be

placed in the backfill nor shall large masses of backfill material be dropped into the

trench in such a manner as to endanger the pipeline. If necessary, a timber grillage

shall be used to break the fall of material dropped from a height of more than 5

feet. Pieces of bituminous pavement shall be excluded from the backfill unless

their use is expressly permitted, in which case they shall be broken up as directed.

c. Remainder of Trench. The remainder of the trench above the zone around the pipe

shall be compacted by waterjetting, puddling, or tamping, as directed or approved

in accordance with the nature of the material. Waterjetting or puddling shall be

used wherever the material does not contain so much clay or loam as to delay or

prevent satisfactory drying.

d. Waterjetting. If the backfill is to be compacted by waterjetting, the material shall

be placed in uniform layers not exceeding 4 feet deep. Before the succeeding layer

is placed, each layer shall be thoroughly saturated throughout its full depth and at

frequent intervals across and along the trench until all slumping ceases. To

accomplish this, the Contractor shall furnish one or more jet pipes, each of

sufficient length to reach to the specified depth and of sufficient diameter (not less

than 1¼ inches) to supply an adequate flow of water to compact the material. The

jet pipe shall be equipped with a quick-acting valve and be supplied through a fire

hose from a hydrant or a pump having adequate pressure and capacity.

TS-5

1. Puddling. If the backfill is to be compacted by puddling, the material shall be

deposited in water of sufficient depth so that the material will be submerged when

in place. Dams or dikes constructed in the trench to hold the water used for

puddling shall be compacted by tamping as specified below.

f. Tamping. If the material is suitable for jetting or puddling, compaction shall be

accomplished by tamping or, under appropriate circumstances, rolling. The

material shall be deposited and spread in uniform, parallel layers not exceeding 8

inches thick before compaction. Before the next layer is placed, each layer shall be

tamped as required so as to obtain a thoroughly compacted mass. If necessary, the

Contractor shall furnish and use an adequate number of power driven tampers,

each weighing at least 20 lbs., for this purpose. Care shall be taken that the

material close to the bank, as well as in all other portions of the trench, is

thoroughly compacted. When the trench width and the depth to which backfill has

been placed are sufficient to make it feasible, and it can be done effectively and

without damage to the pipe, backfill may, on approval, be compacted by the use of

suitable rollers, tractors, or similar powered equipment instead of by tamping. For

compaction by tamping (or rolling), the rate at which backfilling material is

deposited in the trench shall not exceed that permitted by the facilities for its

spreading, leveling, and compacting as furnished by the Contractor.

If necessary to ensure proper compaction by tamping (or rolling), the material shall

first be wet by sprinkling. However, no compaction by tamping (or rolling) shall

be done when the material is too wet either from rain or too great an application of

water to be compacted properly; at such times the work shall be suspended until

the previously placed and new materials have dried out sufficiently to permit

proper compacting, or such other precautions shall be taken as may be necessary to

obtain proper compaction.

g. Miscellaneous Requirements. Whatever method of compacting backfill is used,

care shall be taken that stones and lumps shall not become nested and that all voids

between stones shall be completely filled with fine material. Only approved

quantities of stones and rock fragments shall be used in the backfill. The

Contractor shall, as part of the work done under the items involving earth

excavation and rock excavation as appropriate, furnish and place all other

necessary backfill material.

12. FILL AND BACKFILL UNDER STRUCTURES AND STATE HIGHWAYS

All fill and backfill under structures and pavements adjacent to structures shall be

compacted bank-run gravel containing not more than 5 percent material passing a 200

sieve. The entire backfill shall be compacted to 95 percent of maximum density at

optimum moisture as determined by Method D of A.S.T.M. D1557-78 Standard Test

Methods for Moisture-Density Relations of Soils and Soil-Aggregate Mixtures Using 10-

lb. (4.54-kg) Rammer and 18-inch (457mm) Drop.

TS-6

13. DISPOSAL OF MATERIALS

Any excavated materials not required or not suitable for backfilling shall be

removed from the site of the work and disposed of by the Contractor at his own expense.

The Contractor will not be allowed to store excess excavated material on the public

highway. All excavated material which is not to be used immediately for backfilling shall

be carted away and stored until such time as the material is to be used for backfilling.

ROCK EXCAVATION

1. WORK INCLUDED

The Contractor shall excavate within the lines and grades as shown or required and

shall satisfactorily dispose of any rock, boulders, or existing concrete, stone or masonry

which may be encountered in the work.

The word "rock" shall mean boulders and pieces of masonry or concrete exceeding

one cubic yard in volume, or solid ledge rock which, in the opinion of the Engineer,

requires for its removal, drilling and blasting or wedging, or sledging, or barring, or

breaking up with a power operated tool. No soft or disintegrated rock which can be

removed with a hand pick or power operated excavator or shovel; no loose, shaken or

previously blasted rock or broken stone in rock fillings or elsewhere; and no rock, exterior

to the outside payment limits allowed, which may fall into the excavation will be

measured or allowed.

Removal of concrete pavement, wherever encountered, will be paid for, to the

limits shown on the plans, as rock excavation.

2. BLASTING AND EXPLOSIVES

Where blasting is necessary, it shall be done in accordance with all ordinances and

other pertinent regulations relative to the storing and handling of explosives and the firing

of blasts. Such ordinances, regulations and orders shall not, however, relieve the

Contractor of any responsibility for damages caused by him or his employees.

Prior to the firing of blasts, all persons in the vicinity shall be given ample

warning, and blasting shall be done only by licensed persons. All blasts shall be well

covered and provisions shall be made to protect all pipes and structures and all persons or

property along and adjacent to the site of the work.

All blasting shall be completed within a distance of 25 feet before any portion of a

masonry structure is placed or any pipe is laid. In case any injury occurs to any portion of

the work or to the materials surrounding or supporting the same through blasting, the

Contractor, at his own expense, shall rebuild or repair the work and replace the material

surrounding or supporting the same.

The use of explosives on railroad property will not be permitted.

TS-7

SAND AND GRAVEL

1. SAND

a. Sand shall be the fine granular material naturally produced by the disintegration of

rock and shall be sufficiently free of organic material, mica, loam, clay and other

deleterious substances. In no case shall sand containing lumps of frozen materials

be used.

b. Gradation of Sand. In case visual inspection of the sand indicates that it is too

coarse, the following gradation shall determine its acceptability:

Sieve Size Percentage Passing Sieves

3/8 inch 100

#4 95 - 100

#8 65 - 90

#16 45 - 75

#30 30 - 50

#50 10 - 22

#100 2 - 8

#200 3

2. BANK-RUN GRAVEL

a. General. The Contractor shall furnish, place, and compact bank-run gravel as

indicated on the drawings or directed and as herein specified.

b. Gravel. Bank-run gravel shall be granular material well graded from fine to

coarse with a maximum size of 3 inches obtained from approved natural deposits

and unprocessed except for the removal of unacceptable material and stones larger

than the maximum size permitted. It shall not contain vegetation, masses of roots,

or individual roots more than 18 inches long or more than 1/2 inch in diameter. It

shall be substantially free from loam and other organic matter, clay, and other fine

or harmful substances.

c. Placing and Compacting. The bank-run gravel shall be spread in layers of uniform

thickness not exceeding 8 inches before compaction and moistened or allowed to

dry as directed. Then it shall be thoroughly compacted by means of suitable

power-driven tampers or other power-driven equipment.

TS-8

CONCRETE

1. WORK INCLUDED

The Contractor shall furnish all labor, materials, tools and equipment necessary to

construct the concrete work required by this Contract. This will include thrust blocks at

pipe bends and tees in trenches, and for all miscellaneous concrete work ordered in the

field by the Engineer to meet field conditions.

2. MATERIALS

a. All materials are to be carefully selected so as to be free of deleterious amounts of

acid, alkali and organic material. If these materials are stored at the job, they shall

be place where no foreign materials will be introduced and no deterioration of the

cement will take place. Latest revisions of A.S.T.M. Specifications are to be

followed.

b. Portland Cement shall conform to A.S.T.M. C150-85a.

c. Aggregate shall conform to A.S.T.M. C33-86.

d. Reinforcing bars shall conform to A.S.T.M. A615-85 or A.S.T.M. A617- 84,

Grade 40.

3. CONCRETE QUALITY

Concrete shall have a minimum ultimate 28 days compressive strength of 3000 lbs.

per square inch using a maximum water content of 6 gallons per bag of cement. The

aggregate shall be proportioned to give a dense concrete of this required strength using a

maximum aggregate size of 3/4 inches.

Concrete for pavement replacement shall conform to the requirements of the State

of Connecticut, Department of Transportation.

4. MIXING AND PLACING

a. Concrete shall be mixed until there is a uniform distribution of the materials and

shall be discharged completely before the mixer is recharged.

b. For job-mixed concrete, the mixer shall be rotated at a speed recommended by the

manufacturer, and mixing shall be continued for at least one minute after all

materials are in the mixer.

c. Ready-mixed concrete shall be mixed and delivered in accordance with the

requirements set forth in the standard specifications for Ready-Mixed Concrete

A.S.T.M. C94-86a.

TS-9

d. Provisions shall be made for maintaining concrete in a moist condition for at least

5 days after placement. Concrete shall be protected against wash by ground water

in ditches.

e. Adequate equipment shall be provided for protecting the concrete from freezing.

No frozen material or materials containing ice shall be used. No dependance shall

be placed on salt or other chemicals for the prevention of freezing.

2. Admixtures shall be in conformance with the recommendations and requirements of

Form 814 and shall be approved by the Engineer prior to use.

DUCTILE IRON PIPE AND FITTINGS

1. GENERAL

The Contractor shall furnish, lay, joint and test all ductile iron pressure pipe,

fittings (including special castings), and appurtenant materials and equipment, as indicated

on drawings and as herein specified.

2. STANDARD SPECIFICATIONS

All pipe, fittings, and accessories shall conform to the requirements of the

following standard specifications as applicable:

AMERICAN NATIONAL STANDARDS INSTITUTE

AND

AMERICAN WATER WORKS ASSOCIATION

ANSI/AWWA A21.4-95 Cement-Mortar Lining for Ductile-Iron

C104 Pipe and Fittings for Water. Lining shall have

the following minimum thickness:

3"-12" Pipe - 1/16"

14"-24" Pipe - 3/32"

30"-54" Pipe - 1/8"

ANSI/AWWA A21.5-93 Polyethylene Encasement for Ductile-

C105 Iron Pipe Systems.

ANSI/AWWA A21.10-93 Ductile-Iron and Gray-Iron Fittings,

C110 3 in. through 48 in., for Water and Other

Liquids.

ANSI/AWWA A21.11-95 Rubber-Gasket Joints for Ductile-Iron

TS-10

C111 Pressure Pipe and Fittings.

ANSI/AWWA A21.15-94 Flanged Ductile-Iron Pipe with Ductile-Iron

C115 or Gray-Iron Threaded Flanges.

ANSI/AWWA A21.50-96 Thickness Design of Ductile-Iron Pipe.

C150 Thickness Class 52.

ANSI/AWWA A21.51-96 Ductile-Iron Pipe, Centrifugally Cast, for

C151 Water.

AWWA C900-97 Polyvinyl Chloride (PVC) Pressure Pipe and

Fabricated Fittings, 4 in. through 12 in., for

Water Distribution.

3. DUCTILE IRON PIPE

All ductile iron pipe shall be designed in accordance with the above-mentioned

ANSI-A21.50 and shall be manufactured in accordance with ANSI-A21.4 or ANSI-

A21.51.

Unless otherwise indicated or specified, all ductile iron pipe shall be Class 52.

4. PIPE FOR USE WITH COUPLINGS

Pipe for use with sleeve-type couplings shall be as specified above except that the

ends shall be plain (without bells or beads). The ends shall be cast or machined at right

angles to the axis.

5. FITTINGS

Fittings shall conform to the requirements of the above-mentioned ANSI-A21.10

and shall be of a pressure classification at least equal to that of the pipe with which they

are used.

Unless otherwise indicated or specified, fittings shall be all-bell fittings with

mechanical joints.

Fittings shall be provided with standard bases where so indicated. The gaskets

shall have metallic tips to provide electrical continuity through the joint.

Retaining glands will be used for the installations of all fittings. Restraint shall be

by locking-type joints (Meg-A-Lug) as approved by engineer.

6. ADAPTERS

Where it is necessary to joint pipe of different type, the Contractor shall furnish

and install the necessary adapters unless solid sleeves are indicated on the drawings or

TS-11

approved. Adapters shall have ends, conforming to the above specifications for the

appropriate type of joint, to receive the adjoining pipe. Adapters joining two classes of

pipe may be of the lighter class provided that the annular space in bell- and-spigot type

joints will be sufficient for proper jointing.

7. TYPES OF JOINTS

Joints for ductile iron pipe shall be as hereinafter specified.

Where so indicated, pipe and fittings shall be furnished with approved lugs or

hooks cast integrally for use with bolts or bridle rods and socket clamps to keep the piping

from pulling apart under pressure.

Beads of spigot ends of pipe or fittings shall be cut (pipes only) or ground off, if

necessary, to ensure that the spigot enters the bell correctly.

Joints for push-on pipe shall conform to ANSI/AWWA.

The plain end of push-on pipe shall be factory machined to a true circle and

chamfered to facilitate fitting the gasket.

Push-on pipe and fittings shall be provided with sufficient quantities of accessories

conforming to ANSI-A21.11.

Gaskets shall be of a composition suitable for exposure to the liquid within the

pipe.

Serrated bronze pipe wedges shall be installed in the joints for push-on pipe to

provide electrical continuity through the joint. Each pipe wedge shall be driven into the

opening between the plain end and the bell until snug.

Pipe wedge requirements: 2" through 12" diameter pipe -

two per joint

Larger than 12" diameter pipe -

four per joint

When four pipe wedges are used, they shall be inserted side by side, in pairs.

Flanges for flanged pipe shall conform to ANS A21.15. Ring-type gaskets shall be

used. Bolts for any joint shall be of the high-strength low-alloy steel type, except as

otherwise noted. The plain end of push-on pipe shall be factory machined to a true circle

and chamfered to facilitate fitting the gasket.

TS-12

8. FLEXIBLE CONNECTIONS

Where flexible connections in the piping are specified or indicated on the

drawings, they shall be obtained by the use of sleeve-type couplings and/or fittings as

herein specified.

9. SLEEVE TYPE COUPLINGS

To ensure correct fitting of pipe and couplings, all sleeve-type couplings and

accessories shall be furnished by the supplier of the pipe and shall be of a pressure rating

at least equal to that of the pipeline in which they are to be installed. Sleeve-type

couplings shall be made by Dresser Mfg. Div., Bradford, PA; Smith-Blair, Inc., San

Francisco, CA; R. H. Baker & Co., Inc., Huntington Park, CA; or be approved equal

products.

Couplings for buried pipe shall be of cast iron and shall be Dresser Style 53,

Smith-Blair Style 431, Baker Allcast, or approved equal products. The couplings shall be

provided with black, steel, trackhead bolts with nuts which shall be thoroughly coated

with an approved bituminous paint when buried in the ground.

All couplings shall be furnished with the pipe stop removed.

Couplings shall be provided with plain, Grade 27, rubber gaskets.

The gaskets shall have metallic tips to provide electrical continuity through the

joint.

10. TAPPED CONNECTIONS

Tapped connections in pipe and fittings shall be made in such manner as to provide

a watertight joint and adequate strength against pullout. The maximum size of taps in pipe

of fittings without bosses shall not exceed that listed in the appropriate table of the

Appendix to the above- mentioned ANSI A21.51 based on 3 full threads for cast iron and

2 full threads for ductile iron.

Where the size of the connection exceeds that given above for the pipe in question,

a boss shall be provided on the pipe barrel, the tap shall be made in the flat part of the

intersection of the run and branch of a tee or cross, or the connection shall be made by

means of a tapped tee, branch fittings and tapped plug or reducing flange, or tapping tee

and tapping valve, all as indicated or approved.

All drilling and tapping of ductile iron pipe shall be done normal to the

longitudinal axis of the pipe; fittings shall be drilled and tapped similarly, as appropriate.

Drilling and tapping shall be done only by skilled mechanics. Tools shall be adapted to

the work and in good condition so as to produce good, clean-cut threads of the correct

size, pitch, and taper.

TS-13

11. LINING AND COATING

All pipe and fittings shall be lined and coated as specified below.

The inside of pipe and fittings shall be coated with the standard bituminous seal

coat in accordance with ANSI-A21.4.

The outside of pipe and fittings shall be coated with the standard bituminous

coating specified under the appropriate Standard Specification for the pipe and fittings.

Machined surfaces shall be cleaned and coated with a suitable rust- preventative

coating at the shop immediately after being machined.

12. INSPECTION AND TESTING

All pipe and fittings shall be inspected and tested at the foundry as required by the

standard specifications to which the material is manufactured.

Pipes and fittings shall be subjected to a careful inspection and a hammer test just

before being laid or installed.

13. HANDLING AND CUTTING PIPE

The Contractor's attention is directed to the fact that ductile iron used for pipe and

fittings and the cement linings are comparitively brittle. Every care shall be taken in

handling and laying pipe and fittings to avoid damaging the pipe and linings, scratching or

marring machined surfaces, and abrasion of the pipe coating or lining.

Any fitting showing a crack and any fitting or pipe which has received a severe

blow that may have caused an incipient fracture, even though no such fracture can be seen,

shall be marked as rejected and removed at once from the work.

In any pipe showing a distinct crack and in which it is believed there is no incipient

fracture beyond the limits of the visible crack, the cracked portions, if so approved, may

be cut off by and at the expense of the Contractor before the pipe is laid so that the pipe

used may be perfectly sound. The cut shall be made in the sound barrel at a point at least

12 inches from the visible limits of the crack.

Except as otherwise approved, all cutting shall be done with a machine having

rolling wheel cutters or knives adapted to the purpose. Hammer and chisel shall not be

used to cut pipe. All cut ends shall be examined for possible cracks caused by cutting.

Cut ends to be used with push-on joints shall be carefully chamfered to prevent

cutting the gasket when the pipe is laid or installed.

TS-14

Lined and coated pipe and fittings shall be installed as, and assembled with

approved packing or gaskets of the type recommended by the pipe manufacturer for the

particular lining used.

14. INSTALLING PIPE AND FITTINGS

No defective pipe or fittings shall be laid or placed in the piping, and any piece

discovered to be defective after having been laid or placed shall be removed and replaced

by a sound and satisfactory piece.

Each pipe and fitting shall be cleared of all debris, dirt, etc., before being laid and

shall be kept clean until accepted in the completed work.

Pipe and fittings shall be laid accurately to the lines and grades indicated on the

drawings or required. Care shall be taken to ensure a good alignment both horizontally

and vertically.

The Contractor shall take all necessary precautions to prevent floatation of the

pipeline in the trench. In buried pipelines, each pipe shall have a firm bearing along its

entire length.

The deflection of alignment at a joint shall not exceed the values shown below.

PIPE DEFLECTION ALLOWANCES (FULL LENGTH PIPE)

Maximum permissible deflection, in. *

Approx. radius in

feet of curve pro-

Size of Maximum joint Tyton duced by succession

pipe, in. deflection in degrees joint of joints

4 5o 19 205

6 5o 19 205

8 5o 19 205

10 5o 19 205

12 5o 19 205

14 4o 15 260

16 4o 15 260

20 3o 11 345

24 3o 11 345

*Maximum permissible deflection for 18-ft. length; maximum permissible deflections for

other lengths shall be in proportion of such lengths to 18 ft.

TS-15

15. TEMPORARY PLUGS

At all times when pipe laying is not actually in progress, the open ends of pipe

shall be closed by temporary watertight plugs or by other approved means. If water is in

the trench when work is resumed, the plug shall not be removed until all danger of water

entering the pipe has passed. Pipelines shall not be used as conduits for trench drainage

during construction.

16. ASSEMBLING PUSH-ON JOINTS

Push-on joints shall be made up by first inserting the gasket into the groove of the

bell and applying a thin film of special non-toxic gasket lubricant uniformly over the inner

surface of the gasket which will be in contact with the spigot end of the pipe. The

chamfered end of the plain pipe shall be inserted into the gasket and then forced past until

it seats against the bottom of the socket.

17. ASSEMBLING MECHANICAL JOINTS

Surfaces against which the gasket will come in contact shall be thoroughly brushed

with a wire brush prior to assembly of the joint. The gasket shall be cleaned. The gasket,

bell, and spigot shall be lubricated by being washed with soapy water. The gland and

gasket, in that order, shall be slipped over the spigot, and the spigot shall be inserted into

the bell until it is correctly seated. The gasket shall then be seated evenly in the bell at all

points, centering the spigot, and the gland shall be pressed firmly against the gasket. After

all bolts have been inserted and the nuts have been made up fingertight, diametrically

opposite nuts shall be progressively and uniformly tightened all around the joint to the

proper tension, preferably by means of a torque wrench. The correct range of torque as

indicated by a torque wrench and the length of wrench (if not a torque wrench) used by an

average person to produce such range of torque, shall not exceed the length of wrench (if

not a torque wrench) used by an average person to produce such range of torque, shall not

exceed the values specified as:

Range of torque, 60 - 90 ft-lb. Length of wrench, 10 in.

If effective sealing of the joint is not attained at the maximum torque, indicated

above, the joint shall be disassembled and thoroughly cleaned, then reassembled. Bolts

shall not be overstressed to tighten a leaking joint.

18. ASSEMBLING SLEEVE-TYPE COUPLINGS

Prior to the installation of sleeve-type couplings, the pipe ends shall be cleaned

thoroughly for a distance of 8 inches. Soapy water may be used as a gasket lubricant. A

follower and gasket, in that order, shall be slipped over each pipe to a distance of about 6

inches from the end, and the middle ring shall be placed on the already laid pipe end, until

it is properly centered over the joint. The other pipe end shall be inserted into the middle

ring and brought to proper position in relation to the pipe already laid. The gaskets and

followers shall then be pressed evenly and firmly into the middle ring flare. After the

TS-16

bolts have been inserted and all nuts have been made up fingertight, diametrically opposite

nuts shall be progressively and uniformly tightened all around the joint, preferably by use

of a torque wrench of the appropriate size and torque for the bolts.

The correct torque as indicated by a torque wrench shall not exceed the values

indicated in the tabulation following:

TORQUE

Nominal Bolt Maximum

pipe size, dia., torque

in. in. ft.-lb.

3-24 5/8 75

3-24 3/4 90

After assembly and inspection and before being backfilled, all exterior surfaces of

buried sleeve-type couplings, including the middle and follower rings, bolts, and nuts,

shall be thoroughly coated with an approved heavy-bodied bituminous mastic. Care

should be taken and appropriate devices used to ensure that the undersides, as well as the

more readily accessible parts, are well coated.

19. SETTING APPURTENANCES

All valves, fittings and appurtenances shall be set and jointed as indicated on the

drawings.

20. SOCKET PIPE CLAMPS, TIE RODS, AND BRIDLES

Where indicated or necessary to prevent bell-and-spigot joints or sleeve couplings

from pulling apart under pressure, suitable socket pipe clamps, tie rods, and bridles shall

be provided. Bridles and tie rods shall be of wrought iron at least 3/4 inch in diameter

except where they replace flange bolts of smaller size, in which case they shall be fitted

with a nut on each side of the pair of flanges. The socket clamps and tie rods or bridles

shall be coated with an approved bituminous paint after assembly or, if necessary, prior to

assembly.

Where required, bends, tees, and other fittings in cast-iron pipelines buried in the

ground shall be backed up with concrete placed against undisturbed earth where firm

support can be obtained. If the soil does not provide firm support, then suitable bridle

rods, clamps, and accessories to brace the fittings properly shall be provided. Such bridle

rods, etc., shall be coated thoroughly and heavily with an approved bituminous paint after

assembly or, if necessary, before assembly.

TS-17

21. CLEANING

Prior to the pressure and leakage tests, the piping shall be thoroughly cleaned of all

dirt, dust, oil, grease and other foreign material. This work shall be done with care to

avoid damage to linings and coatings.

VALVES AND APPURTENANCES

1. GENERAL

The Contractor shall furnish all valves and appurtenances as indicated on the

drawings and as herein specified.

2. GATE VALVES 3 INCHES AND LARGER IN SIZE

Buried gate valves shall be of the resilient seated wedge type with non-rising

bronze stem and iron body having mechanical ends for connecting pipe. The valves shall

be suitable for 200 psi working pressure for 3- inch to 12-inch sizes and shall conform to

the AWWA C509-80 Standard for Resilient-Seated Gate Valves, 3 through 12 NPS for

Water and Sewage Systems. Valves shall be as manufactured by the Kennedy Valve

Company of Elmira, New York; Mueller Co. of Decatur, Illinois; Waterous (Division of

Amhoist) of St. Paul, Minnesota; American Valve Company of Birmingham, Alabama; or

of an approved equal.

They shall, in addition, meet the flowing requirements:

Resilient gate valves shall be of the inside-screw type with an operating nut.

All valves furnished shall open counter-clockwise.

Mechanical end connections shall be furnished with all necessary joint materials.

Valves shall have a full opening flow way of a diameter equal to the nominal size

of the connecting pipe. Resilient seated valves shall have no recesses at the bottom of the

bore where stones or other debris can collect or prevent closure.

All internal ferrous metals shall be coated with an epoxy coating. The coating

shall be non-toxic, impart no taste to water, protect all seating and adjacent surfaces from

corrosion and prevent build- up of scale or tuberculation. It shall meet all requirements of

AWWA C550-81, Standard for Protective Interior Coatings for Valves and Hydrants.

The sealing mechanism shall provide zero leakage at working water pressures up

to 200 psi with flow in either direction.

TS-18

Valves shall be provided with two O-ring stem seals, with at least one O-ring

above the stem thrust collar and bearing surfaces. At least one anti-friction washer shall

be located above the thrust collar to minimize operating torque.

All internal parts shall be accessible without removing the main body from the

pressure line.

Gate valves supplies for the PRV chamber and meter pit shall be outside screw and

yoke (OS&Y), iron body, bronze-mounted, resilient-seated wedge type gate valves having

flanged ends, and shall conform to the AWWA Standard for Gate Valves for Water and

Other Liquids, Designation C509, insofar as applicable. OS&Y gate valves shall open left

(counter-clockwise). All internal ferrouse metals shall have an epoxy coating and

conform to AWWA Standard for Protective Interior Coatings for Valves and Hydrants

Designation C550.

Valves shall be designed for 200 psi working and 300 psi test pressures. Gate

valves shall be as manufactured by Kennedy Valve Co., Elmkira, NY; Mueller Co.,

Decatur, IL; Waterrous (Div. Of American Flow Control), Birmingham, AL; American

Darling Vave Co., Birmingham, AL or an approved equal.

3. GATE VALVES SMALLER THAN 3 INCHES IN SIZE

Gate valves smaller than 3 inches in size shall meet the standards noted above for

GATE VALVES 3 INCHES AND LARGER IN SIZE.

4. VALVE BOXES

Valve boxes shall be three-section cast-iron, adjustable screw type, heavy pattern.

The lower section of the box shall be designed to enclose the operating nut and stuffing

box of the valve and rest on the backfill. The length shall be necessary to suit the ground

elevation. The inside diameter of the boxes shall be at least 4-1/2 inches, including cover.

5. CORPORATION COCKS

Corporation cocks shall be of bronze with a lapped, ground key. The inlet thread

shall be of steep taper type. Outlet connections shall be as required to suit the type of pipe

or tubing connected. The cocks shall be the approved equal to those made by Mueller Co.,

or Red Head Mfg. Co.

6. SERVICE INSTALLATIONS

All service connections shall consist of a corporation stop, curb stop, curb box, and

type (K) copper tubing.

The corportation stop shall be all bronze construction with a lapped, ground key.

The inlet thread shall be of the steep taper type. Outlet connections shall be suitable for

TS-19

copper service pipe. Corporation stops shall be as manufactured by Mueller Co., Decatur,

IL; Red Hed Mfg., Lincoln, RI; or an approved equal.

7. HYDRANTS

Hydrants shall be breakaway type standard AWWA hydrants conforming to

applicable requirements of the AWWA Standard Specifications for Fire Hydrants for

ordinary Water Works Service Designation C-502. Hydrants shall be furnished with one

pumper and two hose connections. The size of the connections and threads shall be as

required by the City of Groton. Operating nuts shall turn counterclockwise to open the

hydrants. Hydrants shall be either Model B-62-B Quik-Fix hydrant manufactured by

American Valve and Hydrant Company of Birmingham, Alabama or Model A-423 Super

Centurion 200 hydrant manufactured by the Mueller Company of Decatur, Illinois, and

shall have a 5-1/4 inch valve and 6-inch mechanical joint inlet connection. Hydrants,

valves, and connecting piping shall be rated for a working water pressure of at least 150

P.S.I. The contractor shall remove all hydrant nozzle cap chains and the color shall be

epoxy yellow from the factory.

8. SETTING VALVES AND HYDRANTS

Valves, hydrants, and valve boxes shall be set plumb and centered with the valve

box directly over the operating nut. The hydrant connecting pipe shall have at least the

same depth of cover as the distribution main. Hydrants shall be set upon a slab of stone or

concrete not less than 4 inches thick and 15 inches square. The side of the hydrant

opposite the pipe connection shall be firmly wedged against the vertical face of the trench

with a concrete thrust block, as indicated on the drawings. Not less than 4 cubic feet of

screened gravel shall be placed around the base of each hydrant at the location of the drain

holes. Backfill around the hydrants shall be specified under EARTH EXCAVATION,

BACKFILL, and FILL.

9. TAPPING SLEEVES AND VALVES

The tapping sleeves and valves shall be installed with a suitable tapping machine

by skilled workmen experienced in such work. The valves are specified above.

Tapping sleeves and valves shall be suitable for a cold water working pressure of

150 psi. The sleeve shall be stainless steel Smith Blair 622. The outlet flanges shall

conform to the 125- pound Standard. The outlet of tapping valves shall conform to

connecting pipe.

10. INSERTING VALVES

Inserting valves, sleeves, and anchor clamps shall be manufactured by the Mueller

Co., Decatur, Illinois; A.P. Smith Mfg. Co., East Orange, New Jersey; or be approved

equal product, and shall meet the requirements specified hereinbefore under “Gate Valves

Larger Than 3 Inches".

TS-20

11. CONNECTIONS TO EXISTING MAINS

The Contractor shall make all connections to the existing mains as indicated on the

drawings and as herein specified.

The Contractor shall furnish all pipe, fittings, valves, and appurtenances. The

Contractor shall do all excavation and backfill as required.

Existing pipeline outside contract items damaged by the Contractor shall be

replaced or repaired by the Utilities Department at the Contractor's expense, on purchase

order.

12. TIE RODS AND CLAMPS

The Contractor shall furnish and install tie rods, clamps, couplings, and accessories

to prevent the movement of branch valves, as indicated on the drawings or as directed.

The clamps, etc., shall be of the sizes, materials, and construction indicated on the

drawings.

13. RETAINING GLANDS

Mechanical joint restraint shall be incorporatd in the design of the follower gland

and shall include a restraining mechanism which, when actuated, imparts multiply

wedging action against the pipe, increasing its resistance as the pressure increases. Glands

shall be be manufactured of ductile iron conforming to A.S.T.M. A536-80, Grade 60-42-

10. Restraining devices shall be of ductile iron heat treated to a minimum hardness of 370

bhn. Dimensions of the gland shall be such that it can be used with the standardized

mechanical joint bell and tee-head bolts conforming to ANSI/AWWA A21.11 and

ANSI/AWWA C153/A21.53 of latest revision. Twist-off nuts, sized same as tee-head

bolts, shall be used to insure proper actuating of restraining devices. The mechanical joint

restraint device shall have a working pressure of at least 250 psi with a minimum safety

fractor of 2:1 and shall be EBAA Iron, Inc., MEGALUG or equal.

PRESSURE AND LEAKAGE TESTS

The pipelines shall be given combined pressure and leakage tests in sections of

approved length in accordance with the AWWA Standard Specification (C600-93).

The scheduling of pressure and leakage tests shall be as directed by the Engineer.

Subject to approval, and provided that the tests are made within a reasonable time

considering the progress of the project as a whole, and the need to put the section into

service, the Contractor may make the tests when he desires.

TS-21

The Contractor shall furnish and install suitable temporary testing plugs or caps for

the pipeline; all necessary pumps, pipe connections, and other similar equipment; and all

labor required, all without additional compensation. The Owner shall furnish a water

meter and a pressure gauge which the Contractor shall install in such a manner that all

water entering the section under test will be measured and the pressure in the section

indicated.

Pipelines in excavation or encased in concrete shall be tested prior to the

backfilling of the excavation or placing or the concrete.

Unless it has already been done, the section of pipe to be tested shall be filled with

water of approved quality, and all air shall be expelled from the pipe. 2” or 1” piping shall

be used with backflow preventor for filling and testing pipe. NO LINE VALVES WILL

BE OPENED FOR FILLING OR FLUSHING MAIN. If hydrants or blow-offs are not

available at high points for releasing air, the Contractor shall make the necessary

excavations and do the necessary backfilling and make the necessary taps at such points

and shall plug said holes after completion of the test.

The section under test shall be maintained full of water for a period of 24 hours

prior to the combined pressure and leakage test being applied.

The pressure and leakage test shall consist of first raising the water pressure (based

on the elevation of the lowest point of the section under test and corrected to the gauge

location) to a pressure in pounds per square inch numerically equal to the pressure rating

of the pipe. While maintaining this pressure, the Contractor shall make a leakage test by

metering the flow of water into the pipe. If the average leakage during a two-hour period

exceeds a rate of 10 gallons per inch of diameter per 24 hours per mile of pipeline, the

section shall be considered as having failed the test. All joints within chambers and all

flanged joints shall have no visible leakage. No caulking of compound joints with lead or

other foreign material will be allowed. Compound joints which drip slightly will, in

general, be satisfactory, but no joints from which water continues to run or squirt in an

active manner will be accepted.

If the section shall fail to pass the pressure test or the leakage test, or both, the

Contractor shall do everything necessary to locate, uncover, and repair or replace the

defective pipe, fitting, or joint, all at his own expense and without extension of time for

completion of the work. Additional tests and repairs shall be made until the section passes

the specified tests.

DISINFECTING AND FLUSHING

After a section of the main has been tested and found acceptable, it shall be flushed

thoroughly by the Contractor. Upon completion of flushing operations, the Contractor

shall furnish all equipment and materials necessary to do the work to disinfect the main

with a solution consisting of 50 ppm. of chlorine (which shall be retained in the main for

at least 24 hours) in accordance with the AWWA Standard Specifications for Disinfecting

Water Mains C651-92), Sections 1 to 9, inclusive.

TS-22

The Contractor shall dechlorinate the water used for disinfecting and flushing prior

to disposal and shall dispose of such water in an approved manner.

After final flushing, two consecutive bacteriological water sample sets shall be

collected at least 24 hours apart, from the new watermain at each selected point. Spacing

of samples shall not exceed 1,000 feet. In addition, one sample set shall be collected from

the point of water entry into the new main, at the ends of the new main, and at the ends of

all branches off the new main. Hoses or hydrants may not be used for the collection of

samples. Sample sites and procedures shall be reviewed and approved by the Engineer

prior to sampling.

If dirt or debris has entered the new main during construction, bacteriological

sample sets shall be collected at 200-foot intervals as directed by the Engineer.

Consecutive sampling shall be repeated for any failure until both samples within

each set meet the acceptance criteria described below.

The samples shall be taken and analyzed by the City of Groton. No section shall

be put into service until approval has been granted by the Chief Operator of the Water

Treatment Plant. Test results shall demonstrate that all water sampled from the watermain

has a total-coliform count of zero.

LOAMING, SEEDING AND DUST CONTROL

1. LOAMING AND SEEDING

Any existing grass areas which are disturbed by the Contractor's operations shall

be refinished with 4" of organically enriched (not less than 25% well rotten manure or

compost and lime) topsoil and seeded with an approved perennial grass seed. Grass seed

shall be furnished in sealed bags or containers from the supplier and clearly labeled.

Reseeding and watering shall be continued until a satisfactory stand of grass is obtained.

Where additional loaming and seeding is required as result of field changes in the

alignment of the water mains ordered by the Engineer in writing, payment will be made

for this work by the bid price per square yard.

2. DUST CONTROL

Calcium chloride shall be applied at locations, at such times and in an amount as

directed by the Engineer. It shall be spread in such manner and by such devices that

uniform distribution is attained over the entire area on which it is ordered placed.

TS-23

PAVEMENT REPLACEMENT

1. GENERAL

The Contractor shall furnish all labor, materials and equipment necessary to restore

or replace as directed, all paved surfaces and curbs removed or damaged by work under

this contract to a condition at least equal to that existing immediately prior to the

beginning of his operations.

2. MAINTENANCE OF TRENCH SURFACE PRIOR TO REPLACEMENT OF

PAVEMENT

Trenches within highway, street, driveway or sidewalk pavements shall not be

paved until at least 20 days after backfill is placed.

As soon as trenches have been backfilled, a temporary pavement of bituminous

mixture shall be placed over the trench surface and maintained until the permanent

pavement is placed. Materials, methods of construction, and maintenance shall conform

in all applicable respects to the provisions of "Temporary Pavement Repairs and Improved

Shoulder Repairs" in the Encroachment Permit Regulations of the State of Connecticut,

Department of Transportation, Bureau of Highways, dated 1983.

3. WORK IN CITY ROADS

Pavement replacement on public roads shall conform to the same requirements as

pavement replaced on State Highways.

4. BASE COURSES

Wherever the material at the top of the backfilled trenches or test pits is

unsatisfactory for pavement base, it shall be removed to a depth below finished grade

equal to the thickness of the pavement to be placed plus 18 in. and partially replaced by a

6-in. base of acceptable bank-run gravel thoroughly consolidated by rolling or wetting, on

a 12-in. sub-base.

Materials and methods of construction shall conform in all applicable respects to

Section 3.02 titled, "Rolled Gravel Base" as contained in the State of Connecticut,

Department of Transportation, Standard Specifications for Roads, Bridges and Incidental

Construction, Form 816, dated 2006, with subsequent revisions and addenda.

5. BITUMINOUS CONCRETE PAVEMENT

Materials and methods of construction shall conform in all applicable respects to

Section 4.06 titled, "Bituminous Concrete" contained in the above-mentioned State of

Connecticut, Department of Transportation Highway Specifications, Form 816.

The thickness of the bituminous mix shall be to the depth show on the drawings.

TS-24

6. TEMPORARY PAVEMENT

Where directed by the Engineer, the Contractor shall place a temporary pavement

of 2-inches compacted bituminous concrete pavement, Class 1 (for roadways and for

driveways). No temporary pavement shall be required for unpaved sidewalks. The

Contractor shall maintain all temporary pavement in a safe and reasonably smooth

condition until permanent pavement is placed. Temporary pavement shall include the

gravel base course. Temporary pavement shall meet all applicable requirements of the

Connecticut Department of Transportation "Temporary Pavement Repairs and Improved

Shoulder Repairs", latest edition.

When directed by the Engineer, the Contractor shall remove the temporary

pavement, restore the gravel base course to the required grade and place the permanent

pavement. Unless otherwise directed, temporary pavement shall be left in place for a

period of not less than five months nor more than ten months prior to installation of

permanent pavement. While temporary pavement is in place, the Contractor shall fill with

similar material any depressions or holes that occur, so as to keep the surface in a safe and

satisfactory condition for traffic.

7. PAVEMENT MILLING AND OVERLAY

Where directed by the Engineer, the Contractor shall install a bituminous concrete

overlay. The limits will generally extend from 10’ beyond each side of the trench line.

Prior to overlay placement, the Contractor shall make a 2-inch deep saw cut. The

Contractor shall mill a minimum 2-inch depth between these lines along the length of the

water main trench. The saw cut and milled area shall be swept and tack coated at an

acceptable rate. A minimum of 2-inch depth of Class I or II bituminous concrete shall be

installed. All milled material must be disposed of in a approved manner.

8. PAVEMENT MARKINGS

Painted pavement markings, fast-drying painted pavement markings and painted

legend, arrows and markings, of the type and color existing along the water main route

shall be replaced in-kind and in conformity with State DOT requirements.

Painted legend, arrows and markings includes paint installed with a hand striping

machine such as stop bars, crosswalks, parking stalls, lane arrows, legends, markings

within gore areas, and painting of paved islands or medians.

Painted pavement markings and fast-drying painted pavement markings includes

paint installed with a truck-mounted painting machine such as center lines, lane lines and

shoulder lines.

TS-25

Materials for this work shall conform to the requirements of Connecticut Standard

Specifications Article M.07.20 for 15-minute dry paint, Article M.07.21 for hot applied,

fast-drying paint and Article M.07.30 for glass beads.

Pavement areas to be painted shall be dry and sufficiently cleaned of sand and road

debris so as to provide and acceptable bond between the paint and the pavement.

Paint shall be applied at a rate in accordance with Connecticut Standard

Specifications.

All painting shall be performed in a neat and workmanlike manner. The line shall

be sharp and clear with no feathered edging or fogging and precautions shall be taken to

prevent tracking by tires of the striping equipment. Paint shall be applied parallel to the

roadway centerline or as directed by the Engineer with no unsightly deviations.

After application, the paint shall be protected from crossing vehicles for a time at

least equivalent to the drying time of the paint.

9. MAINTENANCE OF PAVEMENT

The Contractor shall maintain pavement placed under this Contract until the

expiration of the guarantee period and shall promptly fill with similar material all

depressions and holes that may occur so as to keep the pavement in a safe and satisfactory

condition for traffic.

10. SIDEWALKS, GUTTERS, DRIVEWAYS AND CURBS

All sidewalks, gutters, driveways and curbs which have been damaged by the

Contractor's operations shall be restored in kind to a condition at least equal to that in

which they were found immediately prior to the beginning of operations.

1

MEASUREMENT AND PAYMENT

Item 1. WATER MAINS

The length of water mains to be paid for under Item 1 shall be measured along the centerline of

the main from end to end of pipe as laid measuring through valves and fittings on the line.

The unit price for Item 1 shall constitute full compensation for laying, jointing, testing,

disinfecting and flushing the water pipe, 2” TF-500 Truflow blow-off hydrant, dust control and

fittings, test pits, including excavation and backfill therefor; restoring the surface as specified under

EARTH EXCAVATION, BACKFILL, AND FILL, construction of concrete backup for fittings,

furnishing and placing bedding material (sand), handling water during construction, required sheeting

and shoring, and for all other appurtenant work not specifically paid for under other items.

Item 2. BUTTERFLY VALVES, GATE VALVES AND APPURTENANCES

The number of butterfly valves and gate valves to be paid for under Item 2 shall be equal to the

actual number of gate valves including valve boxes installed complete in place, as indicated on the

drawings and as specified.

The unit price for Item 2 shall constitute full compensation for installing and testing the valves

and valve boxes, including excavation and backfill, and restoring the surfaces as specified under

EARTH EXCAVATION, BACKFILL AND FILL, and THRUST BLOCKS.

Item 3. SETTING, JOINTING AND TESTNG HYDRANTS

The number of hydrants to be paid for under Item 3 shall be the number of hydrants installed

complete in place as indicated on the drawings and as specified.

The unit price for Item 3 shall constitute full compensation for furnishing, installing, setting,

jointing and testing hydrants, including excavation and backfill, concrete thrust block, and other

incidental work as required.

Item 4. 12” x 12” TAPPING SLEEVE AND VALVE

The number of Tapping Sleeve and gate valves to be paid for under Item 4 shall be equal to the

actual number of Tapping and Sleeve and gate valves including valve boxes installed complete in

place, as indicated on the drawings and as specified.

The unit price for Item 4 shall constitute full compensation for installing and testing the tapping

sleeve and valves and valve boxes, including excavation and backfill, and restoring the surfaces as

specified under EARTH EXCAVATION, BACKFILL AND FILL, and THRUST BLOCKS.

Item 5. EXCAVATION BELOW GRADE

The quantity of earth excavation below normal grade to be paid for under Item 5 shall be the

number of cubic yards excavated, measured to the work done as ordered by the Engineer.

2

Item 6. ROCK EXCAVATION AND DISPOSAL

When rock is encountered, it shall be uncovered but not excavated until after the Engineer has

made measurements unless, in the opinion of the Engineer, satisfactory measurements can be made in

some other manner.

The quantity of excavated rock to be paid for under Item 6 shall be the number of cubic yards of

rock measured in place before excavation that would have been removed if the excavation has been

made exactly to the limits hereinbefore specified in that section of the TECHNICAL

SPECIFICATIONS titled “Width of Trench" unless rock excavation beyond such limits has been

authorized in writing by the Engineer, in which case measurement shall be made to the authorized

limits (see Typical Water Trench Detail).

Excavated rock, which has not been disposed of, shall not be included in the estimate.

The price for Item 10 shall include compensation for rock excavation and disposal, for all

required backfilling, and for furnishing all additional material required for backfilling.

Item 7. SAND

The quantity of sand to be paid for under Item 7 shall be the number of cubic yards actually

placed as ordered, measured in place after compaction. The unit price for Item 7 shall constitute full

compensation for furnishing, loading, hauling, placing and compacting the sand as specified.

Sand used for pipe bedding, shall not be measured for payment under this item.

Item 8. BANK-RUN GRAVEL

The quantity of bank-run gravel to be paid for under Item 8 shall be the number of cubic yards

actually placed as ordered, measured in place after compaction. The unit price for Item 9 shall

constitute full compensation for furnishing, loading, hauling, placing and compacting the gravel as

specified.

Item 9. PAVEMENT REPLACEMENT

The Contractor shall furnish all labor, materials and equipment necessary to restore or replace as

directed, all paved surfaces and curbs removed or damaged by work under this contract to a condition

at least equal to that existing immediately prior to the beginning of his operations.

The quantities of pavement to be measured for payment under Item 9A, 9B, and 9C shall be

measured by the square yard to the limits indicated on the drawings.

The unit price for Item 9A shall constitute full compensation for furnishing, spreading, fine

grading and compacting the gravel base course; installing 2” of temporary pavement as specified and

maintaining temporary pavement until the installation of permanent paving.

The unit price for Item 9B shall constitute full compensation for removing temporary pavement,

adjusting as required the gravel base courses, furnishing, spreading, tack coat, constructing

3

permanent pavement (up to 5-in. thickness), including replacement of traffic loops, painted pavement

markings, arrows and legends as specified and maintaining permanent pavement until the expiration

of the guarantee period.

The unit price for Item 9C shall constitute full compensation for milling existing and new

pavement, sweeping, tack coat, curbing, furnishing, spreading and installing 2“ depth permanent

pavement, including replacement of traffic loops, painted pavement markings, arrows and legends

as specified and maintaining permanent pavement until the expiration of the guarantee period.

Temporary pavement shall be placed in all trenches in the State right-of-way DAILY as

directed by the Engineer, or weekly for trenches within the Town right-of-way.

Item 10. LOAMING AND SEEDING

The quality of loaming and seeding to be paid for under Item 10 shall be measured in square

yards along the surface within the limits as indicated on the Typical Watermain Trench Details or as

ordered by the Engineer.

The unit price for Item 10 shall constitute full compensation for placing loam to the required

depth, furnishing additional loam where necessary, grading, fertilizing, seeding and all work

incidentals to establishing a satisfactory growth of grass.

Item 11. POLICE OFFICERS FOR TRAFFIC CONTROL

The lump sum price for Item 11 shall constitute full compensation for ordering, canceling,

scheduling and paying of all police officers for all traffic control as specified or indicated to be

necessary by the Owner, Engineer, Town of Groton Police Department, Connecticut Department of

Transportation and/or Connecticut State Police.

Lump sum payments will be made on each payment estimate based on the estimated percentage

of work completed.

Item 12. EROSION CONTROL BARRIER

The lump sum price for Item 12 shall constitute full compensation for furnishing all labor,

material, tools and equipment necessary to install erosion control barrier, silt sacks as indicated on the

drawings.

Item 13. ALLOWANCE FOR TESTING AND REPAIRING EXISTING WATER MAIN

The cost for Item 13 shall constitute full compensation for furnishing all labor, material, tools

and equipment necessary to test and repair existing water main at time and materials.

The allowance is an estimate for budgets only, any adjustment of the allowances that are

considered to be necessary for completion of the work shall be agreed upon prior to any work

commencing.

Page 1 of 5

BID FORM

Tollgate Road & Walker Hill Road

16" Water Main Installation

Walker Hill Standpipe to Crawford Lane

GROTON UTILITIES

___________________________________________________________________________________

ESTIMATED

NO. ITEM UNIT UNIT PRICE QUANTITY AMOUNT ___________________________________________________________________________________

1. Water mains: Furnishing, laying, jointing,

testing, sanitizing and flushing water pipe, 2”

wedge blow off and fittings, including all

excavation, backfill, sand, and appurtenant

work not specifically paid for under other

items:

1A. 16" Cement lined ductile iron Tyton joint pipe

L.F. ________ 2500 ________

1B

12" Cement lined ductile iron Tyton joint pipe L.F. ________ 100 ________

1C

6" Cement lined ductile iron Tyton joint pipe L.F. ________ 40 ________

2. Furnishing, setting, jointing and testing

butterfly valves, gate valves including valve

boxes:

2A. 16” Butterfly Valves Ea. ________ 3 ________

2B. 12” Gate Valves Ea. ________ 2 ________

2C. 6" Gate Valves

Ea.

________ 1 ________

3. Hydrants: Setting, jointing and testing

hydrants and appurtenances

Ea. ________ 1 ________

4.

Furnishing, installation and testing tapping

Sleeve and Gate Valve including valve boxes

4A. 12” x 12” Tapping Sleeve and Valve Ea. ________ 2 ________

5. Excavation below normal grade C.Y. ________ 100 ________

6. Rock excavation

C.Y. ________ 250 ________

7. Sand

C.Y. ________ 100 ________

8. Bank run gravel C.Y. ________ 300 ________

Page 2 of 5

BID FORM

Tollgate Road & Walker Hill Road

16" Water Main Installation

Walker Hill Standpipe to Crawford Lane

GROTON UTILITIES

___________________________________________________________________________________

ESTIMATED

NO. ITEM UNIT UNIT PRICE QUANTITY AMOUNT ___________________________________________________________________________________

9. Pavement Replacement

9A. Temporary pavement including gravel base

within Town Roadway

S.Y. ________ 1000 ________

9B. Bituminous concrete permanent trench

pavement within Town Roadway

S.Y. ________ 1000 ________

9C. Pavement milling and 2” depth bituminous

concrete permanent pavement

S.Y. ________ 3500 ________

10. Loaming and seeding S.Y. ________ 300 ________

11. Police officers for traffic controls

L.S. ________ 1 ________

12. Erosion Control Barrier and Silt Sacks

L.S. ________ 1 ________

13. Allowance for testing and repairing existing

16” water main installed by other (if needed)

Al. $10,000.00 1 $10,000.00

Total Amount $

Total Amount Dollars Cents

Page 3 of 5

The undersigned Bidder, having familiarized himself with the conditions and requirements that

affect the cost of the work described in the Bid Specifications, will provide all labor, materials,

tools, machinery and other necessary items specified or needed to complete the work.

The undersigned Bidder will be able to commence work on _______________, 2019 and

complete work on ____________, 2019.

The Bidder (Contractor) offers the following information as evidence of his

qualifications to perform the work:

1. Have been in business under the present name of ___________________________

____________________________ for ________ years.

2. Ever failed to complete any work? ______________________________________

If so, where and why? ________________________________________________

___________________________________________________________________

3. List three recent similar projects, which were completed by your firm as the principal

contractor:

(1) (2) (3)

(a) Project _______________ _______________ _______________

(b) Owner _______________ _______________ _______________

(c) Amount _______________ _______________ _______________

(d) Person to Contact _______________ _______________ _______________

(e) Telephone Number _______________ _______________ _______________

Firm Name: _________________________________________________________

By: _________________________________________________________

Title: _________________________________________________________

Business Address: _________________________________________________________

_________________________________________________________

Date: _____________________________________________________

Page 4 of 5

NON-COLLUSIVE BIDDING CERTIFICATION

Section 103-d of the General Municipal Law requires the following statement subscribed by the

bidder as true under the penalties of perjury: Non-Collusive Bidding Certification.

(a) By submission of this bid, each bidder and each person signing on behalf of any bidder

certifies, and in a case of a joint bid each party thereto certifies as to its own organization, under

penalty of perjury, that to the best of his knowledge and belief:

(1) The prices in this bid have been arrived at independently without collusion, consultation,

communication, or agreement, for the purpose of restricting competition, as to any matter relating

to such prices with any other bidder or with any competitor.

(2) Unless otherwise required by law, the prices which have been quoted in this bid have not

been knowingly disclosed by the bidder and will not knowingly be disclosed by the bidder prior

to opening, directly or indirectly, to any other bidder or to any competitor; and

(3) No attempt has been made or will be made by the bidder to induce any other person,

partnership or corporation to submit or not to submit a bid for the purpose of restricting

competition.

Section 103-d of the General Municipal Law, as amended by Chapter 675 L 1966, in addition

to requiring the above certification, provides as follows:

(b) A bid shall not be considered for award nor shall any award be made where (1), (2) and

(3) above have not been complied with; provided however, that if in any case the bidder cannot

make the foregoing certification, the bidder shall so state and shall furnish with the bid a signed

statement which sets forth in detail the reasons therefore. Where (1), (2) and (3) above have not

been complied with, the bid shall not be considered for award nor shall any award be made unless

the head of the purchasing unit of the political subdivision, public department, agency or official

thereof to which the bid is made, or his designee, determines that such disclosure was not made

for the purpose of restricting competition.

The fact that a bidder (a) has published price lists, rates or tariffs covering items being

procured, (b) has informed prospective customers of proposed or pending publication of new or

revised price lists for such items or has sold the same items to other customers at the same prices

being bid, does not constitute, without more, a disclosure within the meaning of subparagraph one (a).

Page 5 of 5

Any bid hereafter made to any political subdivision of the state or any public department, agency

or official thereof by a corporate bidder for work or services performed or to be performed or goods

sold or to be sold where competitive bidding is required by statute, rule, regulation, or local law, and

where such bid contains the certification referred to, in subdivision one of this section, shall be

deemed to have been authorized by the board of directors of the bidder, and such authorization shall

be deemed to include the signing and submission of the bids and the inclusion therein of the certificate

as to non-collusion as the act and deed of the corporation.

Dated: , 20

Signed: Name

_____________________________________________ Title

__________________________________________Company

___________________________________________Address

Corporate Seal