agreement & bond forms general conditions special
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