curb, sidewalk and miscellaneous construction...apr 05, 2009  · page 6, invitation to respond...

74
Company Name - ___________________ REQUEST FOR RESPONSE PROJECT # 4428 Department of Public Works Contract No: E08-02 CURB, SIDEWALK AND MISCELLANEOUS CONSTRUCTION HARTFORD, CONNECTICUT DEADLINE: 2:00 PM., JUNE 30, 2009 Carita T. Rozie Principal Administrative Analyst [email protected]

Upload: others

Post on 15-Oct-2020

1 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: CURB, SIDEWALK AND MISCELLANEOUS CONSTRUCTION...Apr 05, 2009  · Page 6, Invitation To Respond & General Project Information SECTION 3 - GENERAL INFORMATION FOR PREPARATION OF A RESPONSE

Company Name - ___________________

REQUEST FOR RESPONSE PROJECT # 4428

Department of Public Works Contract No: E08-02

CURB, SIDEWALK AND MISCELLANEOUS CONSTRUCTION

HARTFORD, CONNECTICUT

DEADLINE: 2:00 PM., JUNE 30, 2009 Carita T. Rozie Principal Administrative Analyst [email protected]

Page 2: CURB, SIDEWALK AND MISCELLANEOUS CONSTRUCTION...Apr 05, 2009  · Page 6, Invitation To Respond & General Project Information SECTION 3 - GENERAL INFORMATION FOR PREPARATION OF A RESPONSE

INVITATION TO RESPOND

PROJECT NUMBER: 4428

CONTRACT NUMBER E08-02

DEADLINE: 2:00 PM, June 30, 2009

BID TITLE: CURB, SIDEWALK AND MISCELLANEOUS CONSTRUCTION

SITE LOCATION: VARIOUS, HARTFORD, CONNECTICUT The City of Hartford is soliciting proposals for Curb, Sidewalk and Miscellaneous Construction Items. This contract is for providing general construction services to support City road reconstruction programs. Work to be completed as part of this contract includes construction of curbing, sidewalk, sidewalk ramps, drainage, excavation, and other miscellaneous construction activities. Below is an outline of some of the requirements that apply specifically to this project. These requirements are discussed in greater detail in Section 3, General Information. BID INFORMATION is available upon receipt of this invitation over the Internet at http://www.das.state.ct.us/Purchase/Portal/Portal_Home.asp Hard copies may be purchased from Merritt Graphics. Go to www.merrittgraphics.com, click on the PlanWell link, select "Public PlanRoom", then select this project. Fees to purchase sets are non-refundable and will be posted on the site. Additionally, plans may be ordered by calling Merritt Graphics at 800.344.4477 and requesting an order form. Adobe Acrobat reader may be required to view some of this information. If you do not have this software you may down load it for free from Adobe. A link to the Adobe site is provided on the internet bid page. Businesses without internet access equipment, may contact the Procurement Services Department at 860.757.9610 for any Bid information. Our fax number is 860.722.6607. Bidders will be required to provide:

• 10% bid bond, cashier's or certified check with your response (see Standard Instructions sect. 6). NOTE: The City of Hartford is now providing contractors with the option of submitting an electronic Bid Bond through the Surety2000 website.

Surety 2000 is an Internet-based surety processing, verification and security system, developed in cooperation with the surety industry. Contractors and Surety Agents may contact Surety 2000 at: 1-800-660-3263 or by going to www.surety2000.com for more information.

Page 3: CURB, SIDEWALK AND MISCELLANEOUS CONSTRUCTION...Apr 05, 2009  · Page 6, Invitation To Respond & General Project Information SECTION 3 - GENERAL INFORMATION FOR PREPARATION OF A RESPONSE

Page 2, Invitation To Respond & General Project Information

• Performance, and payment bonds for 100% of the project upon award if the contract value exceeds $50,000.00 (see Standard Instructions sect. 16).

• Copies of current Federal, State and City certifications as applicable.

SPECIAL NOTES: A. Questions related to this project must be received in writing 72 hours in advance of the

response submittal deadline. We strongly recommend that prospective Candidates review specifications early in the solicitation process and submit all questions at one time. Written questions are to be sent to the buyer whose name appears on the invitation via email.

B. A Bidder, as a condition of receiving the award of this contract, will be required to comply

with Chapter 2, Article X, (Equal Employment Opportunity) of the Municipal Code and the “Greater Hartford Affirmative Action Plan”.

C. A delinquent tax status will be considered in determining whether a Bidder is responsible. D. A Bidder receiving an award will be required to provide proof of Its current standing with the

Connecticut Secretary of State's Office (see Response Section, Bidder’s Qualifications). E. The DAS Contractor Prequalification Program (Public Act 03-215) requires all contractors to

prequalify “before they can bid on any construction, alteration, remodeling, repair or demolition of any public building (does not apply to road construction), for work by the state or a municipality, estimated to cost more than $500,000 and which is funded in whole or in part with state funds. This project is subject to the state prequalification provisions if indicated in the “Construction Contract Summary Sheet” located at the front of this document. Information and application forms related to this program are located on the internet at:http://www.das.state.ct.us/Business_Svs/PreQual/Prequal.asp.

PLAN HOLDERS LISTS are located on the Internet in the Digital Plan Room. Lists of Bidders having picked up bid documents will not be provided over the phone. If, after review of the bid documents, your firm is interested in performing the services specified, provide the information and documentation requested, sign and return the complete document, along with your detailed response, to Procurement Services by the due date. We would appreciate the courtesy of promptly advising us if you do not intend to respond. Sincerely, Carita Rozie Principal Administrative Analyst [email protected]

Page 4: CURB, SIDEWALK AND MISCELLANEOUS CONSTRUCTION...Apr 05, 2009  · Page 6, Invitation To Respond & General Project Information SECTION 3 - GENERAL INFORMATION FOR PREPARATION OF A RESPONSE

Page 3, Invitation To Respond & General Project Information

CONSTRUCTION CONTRACT SUMMARY SHEET

RFR NUMBER: 4428

CONTRACT NUMBER E08-02

BID TITLE: CURB, SIDEWALK AND MISCELLANEOUS CONSTRUCTION ESTIMATED CONSTRUCTION ( x ) $250,000 to $300,000 FUNDING SOURCE: City of Hartford CONTRACT TYPE: ( X ) OPEN COMPETITIVE ( ) SMALL MINORITY BUSINESS ENTERPRISE SET ASIDE ( ) SMALL CONTRACTOR SET ASIDE STATE OF CONNECTICUT PREQUALIFICATION REQUIRED: ( ) YES ( X ) NO PERCENTAGE OF MBE/WBE PARTICIPATION REQUIRED: 15% FEDERAL WAGE RATE REQUIREMENTS: ( ) YES ( X ) NO STATE WAGE RATE REQUIREMENTS: (X) YES ( ) NO HARTFORD BASED BIDDER ADVANTAGE: ( X ) APPLICABLE ( ) NON-APPLICABLE PLANS AVAILABLE AS PART OF BID DOCUMENTS: ( ) YES ( X ) NO SPECIAL INSURANCE REQUIREMENTS: ( ) YES (X) NO _____________________________________________________________________________ _____________________________________________________________________________ CALENDAR DAYS ALLOWED FOR CONTRACT WORK: SEE SPECIAL PROVISIONS SECTION OF THE CONTRACT. LIQUIDATED DAMAGES FOR LATE COMPLETION: $ VARIES – See Contract DISCLAIMER: THIS SHEET IS PROVIDED FOR GENERAL INFORMATION ONLY AND IS SOLELY INTENDED TO ASSIST BIDDERS IN UNDERSTANDING THE GENERAL SCOPE OF WORK. BIDDERS MUST REFER TO SPECIFIC CONTRACT SECTIONS FOR DETAILS. IN THE EVENT OF A CONFLICT, THE PROJECT AND CONTRACT SPECIFICATIONS SHALL TAKE PRECEDENCE OVER THIS CONTRACT SUMMARY SHEET.

1 of 1

Page 5: CURB, SIDEWALK AND MISCELLANEOUS CONSTRUCTION...Apr 05, 2009  · Page 6, Invitation To Respond & General Project Information SECTION 3 - GENERAL INFORMATION FOR PREPARATION OF A RESPONSE

Page 4, Invitation To Respond & General Project Informa

Various locations

tion

Page 6: CURB, SIDEWALK AND MISCELLANEOUS CONSTRUCTION...Apr 05, 2009  · Page 6, Invitation To Respond & General Project Information SECTION 3 - GENERAL INFORMATION FOR PREPARATION OF A RESPONSE

Page 5, Invitation To Respond & General Project Information

TABLE OF CONTENTS RFR NUMBER: 4428

CONTRACT NUMBER E08-02

BID TITLE: CURB, SIDEWALK AND MISCELLANEOUS CONSTRUCTION INVITATION TO RESPOND AND GENERAL INFORMATION Title Page (Front Cover) 1 Invitation to Respond 2 Construction Contract Summary Sheet 1 Project Site Location(s) 1 Table of Contents 3

SECTION 1 – RESPONSE FORMS FOR CONSTRUCTION PROJECTS

Response Forms 3 Statement of Qualifications 2 Subcontractor Information Forms 2 Equal Employment Opportunity Employer Status 1

SECTION 2 - SPECIAL PROVISIONS, SUPPLEMENTAL TECHNICAL SPECIFICATIONS AND TECHNICAL SPECIFICATIONS

2.1 Special Provisions 9 2.1.1 Description of the Work 2.1.2 Hours of Work 2.1.3 Scheduling the Work 2.1.4 Construction Survey for Layout Purposes 2.1.5 As-Built Drawings 2.1.6 Contract Documents 2.1.7 Special MDC Conditions 2.1.8 Contract Termination 2.1.9 Supplementary Conditions 2.1.10 Important Emergency Telephone Numbers During Construction 2.2 Supplemental Technical Specifications 11

2.3 Standard Technical Specifications 1 1. Standard Specifications associated with this bid are in the form of a compact disk available

from Merritt Graphics.

Page 7: CURB, SIDEWALK AND MISCELLANEOUS CONSTRUCTION...Apr 05, 2009  · Page 6, Invitation To Respond & General Project Information SECTION 3 - GENERAL INFORMATION FOR PREPARATION OF A RESPONSE

Page 6, Invitation To Respond & General Project Information

SECTION 3 - GENERAL INFORMATION FOR PREPARATION OF A RESPONSE

Revision 012506 3.1 How to Respond

3.2 Correction or Withdrawal of Bids; Cancellation of Awards 3.3. Quantities and/or Usages 3.4. Questions & Addenda 3.5 Criteria For Award 3.6. Qualifications of Candidates Offering a Response 3.7 The Request for Response (RFR) Process 3.8. Contracting 3.9. Contract Documents 3.10. Obligations of the Candidate 3.11. Required Forms 3.12. Site Inspection 3.13. Prevailing Wages 3.14. Retainage 3.15. Acceptable Brands 3.16. Samples 3.17 Response Development 3.18 Registering with the Secretary of State 3.19 Time Provisions 3.20 Performance Bond and Labor & Material Bond 3.21. Insurance 3.22 Performance Evaluation 3.23 Subcontractors 3.24 Minority Business Utilization (MBE) 3.25 Equal Employment Opportunity / Affirmative Action

Requirements 3.26 EEO / Affirmative Action Report

11

Page 8: CURB, SIDEWALK AND MISCELLANEOUS CONSTRUCTION...Apr 05, 2009  · Page 6, Invitation To Respond & General Project Information SECTION 3 - GENERAL INFORMATION FOR PREPARATION OF A RESPONSE

SECTION 4 - GENERAL REQUIREMENTS OF THE CONTRACT Contract 10 General Conditions 21

Wage & Payroll Requirements State of Connecticut Prevailing Wages 31 Davis-Bacon Apprenticeship Certification 2

Sample Performance Bond, included in this document by reference is

available at: http://www.hartford.gov/purchasing/Documents.htm Document titled: Sample Performance Bond_AIA A312

Sample Forms available at

http://www.hartford.gov/purchasing/Documents.htm Document titled: Standard Construction Sample Forms: (Examples included for reference)

Bid Bond 1 M/WBE Utilization Commitment 2 Contractor’s EEO Report 2 Contractor’s Wage Certification form 1 EEO / Affirmative Action Requirements Certificate 3 EEO Policy Statement 1 Certificate of Non-segregated Facilities 1 Affidavit – Signatory to Greater Hartford Affirmative Action Plan 1 Notification of Job Openings During Project 1 About Compliance Reports 1 Monthly Workforce Utilization Report 1 Monthly M/WBE Payment Status Report 1 Final M/WBE Payment Status Report 1 Payroll Certification Form 1

Page 7, Invitation To Respond & General Project Information

Page 9: CURB, SIDEWALK AND MISCELLANEOUS CONSTRUCTION...Apr 05, 2009  · Page 6, Invitation To Respond & General Project Information SECTION 3 - GENERAL INFORMATION FOR PREPARATION OF A RESPONSE

SECTION 1.0

RESPONSE FORMS Responses are to be delivered to:

Hartford City Hall, Procurement Services, 550 Main Street, Suite 100 Hartford, Ct. 06103.

no later than the deadline date and time. Be sure to indicate the request number, name, and opening time in the spaces provided. Mark the original response package as "ORIGINAL" on the front cover. See Section 3.1 for more information. Response Check List (NOTE: This Check List may not contain every response item for every solicitation. It is the Responder’s responsibility to ensure submittal of all required response information.)

Response Signature form completed (Section 1.1) Response pricing completed (Section 1.2) Statement of Qualifications completed (Section 1.3) Certified by the City as an Equal Employment Opportunity Employer

(http://www.hartford.gov/human_relations/ohr2.0/MWBE Certification.htm) Current in taxes and other fees owed to the City? Acknowledged Addenda (Section 1.1) Satisfy Living Wage requirements for service contracts where local labor pool is used

(http://www.hartford.gov/purchasing/Documents.htm) Bid bond (if required in the Invitation To Respond) Current with State’s Pre-Qualification Requirements?

(http://www.das.state.ct.us/Purchase/redir_Prequal.asp) Satisfy the Minority Utilization requirement (indicated on the Summary page, usually

page 2 of the bid documents) and completed the forms (found at the end of Section 1) The electronic files, from which you printed your hard copy proposal, are to be emailed

to the buyer within one hour AFTER the deadline for submitting hard copy responses. See section 3.1 E

Electronic Bid Bonds * If a bid bond is required and you choose to submit an electronic bid bond, please be advised that upon signing your bid with the digital signature you are also signing the Bid Bond. All legal

Section 1, Response Forms

Page 10: CURB, SIDEWALK AND MISCELLANEOUS CONSTRUCTION...Apr 05, 2009  · Page 6, Invitation To Respond & General Project Information SECTION 3 - GENERAL INFORMATION FOR PREPARATION OF A RESPONSE

obligations associated with the bid bond will be validated upon signing of the bid with the digital signature. Bidder’s EEO Status and Report As a condition of doing business with the City the selected respondent must be certified by the City as an Equal Employment Opportunity Employer. Certifications must be renewed annually. If your firm is not currently certified you may obtain the required forms on-line at: http://www.hartford.gov/purchasing/documents.htm and submit completed forms with your response. To check the current status of your EEO certification contact the Office of Human Relations, 860.543.8595, fax 860.722.6486 or email: [email protected]. Response Summaries:

Response summaries will be available over the Internet, to those that responded, at http://www.das.state.ct.us/Purchase/Portal/Portal_Home.asp. This summary information will be available anytime after 5:00 PM on the opening date and time. Results will not be provided over the phone.

Page 2, Section 1, Response Forms

Page 11: CURB, SIDEWALK AND MISCELLANEOUS CONSTRUCTION...Apr 05, 2009  · Page 6, Invitation To Respond & General Project Information SECTION 3 - GENERAL INFORMATION FOR PREPARATION OF A RESPONSE

1.1 RESPONSE SIGNATURE FORM Company Name -

Address -

Phone - Fax - Email -

Manager - Fed ID# The undersigned hereby declares that he/she or they are thoroughly familiar with the specifications, the various sites, the City’s requirements, and the objectives for each element of the project item or service and understands that in signing this proposal all right to plead any misunderstanding regarding the same is waived. The undersigned further understands and agrees that he will furnish and provide all the necessary material, machinery, implements, tools, labor, services, and other items of whatever nature, and to do and perform all the work necessary under the aforesaid conditions, to carry out the contract and to accept in full compensation therefore the amount of the contract as agreed to by the Contractor and the City. The undersigned hereby declares that no reason or persons other than those named herein are interested in this proposal, which is made without any connection with any other person or persons making any proposal for the same work and is in all respects fair and without collusion or fraud; that no person acting for or employed by the City of Hartford is directly or indirectly interested therein, or in the supplies or works to which it relates, or will receive any part of the profit or any commission there from in any manner which is unethical or contrary to the best interest of said City of Hartford. The undersigned additionally declares that they are not debarred or suspended, or otherwise excluded from, or ineligible for, participation in City of Hartford, State of Connecticut or federally funded projects (Executive Order 12549). The undersigned certifies under penalty of false statement that the information provided in this response is true. Delivery / Initiate Services: Calendar days after receipt of contract.

Electronic Bond # Bid Security provided by

For electronic bonds enter bond number otherwise check the appropriate box

Bond (hard copy)

Certified

Check

EEO Certification Status (check one) See section 3.10

Current and on file

EEO form attached

DAS Prequalified Contractor? (non highway constructionprojects >$500,000 see: http://www.das.state.ct.us/ Certificate

attached Update

Statement attached

Insurance Agent Name - Tel.-

Submitted by -

Printed name and title Date (Authorized Agent of Company)

The above signatory acknowledges receipt of the following addenda issued during the bidding period and understands that they are a part of the bidding documents (if applicable): Addendum # . Dated . Addendum # . Dated .

Addendum # . Dated . Addendum # . Dated . 1.2 RESPONSE PRICING SEE ATTACHED EXCEL SPREADSHEET

Page 3, Section 1, Response Forms

Page 12: CURB, SIDEWALK AND MISCELLANEOUS CONSTRUCTION...Apr 05, 2009  · Page 6, Invitation To Respond & General Project Information SECTION 3 - GENERAL INFORMATION FOR PREPARATION OF A RESPONSE

Base or Lump Sum Bid and, if called for in the documents Alternates and Unit Pricing BASE BID and ALTERNATES BASE BID as shown on the contract drawings and in the specifications

$

Base Bid in words (if submitting a handwritten response)

Alternate #1 as shown on the contract drawings and in the specifications

$

Alternate #2 as shown on the contract drawings and in the specifications

$

Alternate #3 as shown on the contract drawings and in the specifications

$

Alternate #4 as shown on the contract drawings and in the specifications

$

Alternate #5 as shown on the contract drawings and in the specifications

$

UNIT PRICES Instructions: Bidder is to type his unit bid price (or lump sum price when unit price is not applicable) in the UNIT PRICE field. There is no need to type out the amounts in words as is required in a hand written response. Excel Spread Sheet Responses: The City prefers this type of unit price response as it saves considerable time for both the bidder and City staff and eliminates mathematical errors. You may contact Procurement Services for any assistance or training necessary to utilize this method at 860.543.8556. Bidder is to type his unit bid price (or lump sum price when unit price is not applicable) in the UNIT PRICE column. The spreadsheet will automatically calculate the unit amounts and the total amount of bid. There is no need to type out the amounts in words as is required in a hand written response. The total amount that appears at the bottom of the spreadsheet is the figure that will be entered in section 1.2. At the bottom of the worksheet you will see tabs, one for the Base Bid and one for each Alternate if alternates are requested in the bid document. Print a copy of the Excel spread sheet(s) and include it with your bid response. Save a copy of the Excel Spreadsheet on a computer disk (like a floppy disk or other removable storage device) and deliver it with your bid. Handwritten Responses: This option is available to small businesses that are unable to complete the Excel spread sheet. Bidder is to write his unit bid price (or lump sum price when unit price is not applicable) in words in the blank spaces provided at the end of the description, write his unit bid price in figures under the UNIT PRICE column and write his total amount for the item under AMOUNT. In case of discrepancies between amounts shown in words and amount shown in figures, BIDDER agrees that amounts shown in words will govern.

Page 4, Section 1, Response Forms

Page 13: CURB, SIDEWALK AND MISCELLANEOUS CONSTRUCTION...Apr 05, 2009  · Page 6, Invitation To Respond & General Project Information SECTION 3 - GENERAL INFORMATION FOR PREPARATION OF A RESPONSE

The Bidder is advised that the description is only a summary. The unit price or lump sum bid shall include all of the items as specified in detail in the contract document.

Page 5, Section 1, Response Forms

Page 14: CURB, SIDEWALK AND MISCELLANEOUS CONSTRUCTION...Apr 05, 2009  · Page 6, Invitation To Respond & General Project Information SECTION 3 - GENERAL INFORMATION FOR PREPARATION OF A RESPONSE

1.3 STATEMENT OF QUALIFICATIONS Please answer the following questions regarding your company's past performance. Attach a financial statement or other supportive documentation. Failure to reply to this instruction may be regarded as justification for rejecting a bid. 1. Number of years in business - DUNS Number: 2. Number of personnel employed Part time - , Full time - , 3. List six contracts of this type/size your firm has completed within the last three years: Project Date Contact Person Phone No.

. . . .

. . . .

. . . .

. . . .

. . . .

. . . . 4. DAS CONTRACTOR PREQUALIFICATION

You certify that there has been no substantial change in your financial position or corporate structure since your most recent prequalification certificate was issued or renewed, other than those changes noted in the update statement (attached).

YES

NO

general partnership

limited partnership

limited liability corporation

limited liability partnership,

corporation doing business under a trade name

individual doing business under a trade name

5. ORGANIZATIONAL STRUCTURE OF BIDDER (check which applies)

other (specify)

Connecticut corporations - Will the Secretary of State be able to issue a Certificate of Good Standing within 30 days of the bid opening?

Yes

No

6. STATUS OF THE BUSINESS AND ITS CURRENT STANDING WITH THE SECRETARY OF STATE'S OFFICE; e.g., are all required filings current andin good standing or has the entity been withdrawn or canceled SEE SECTION 3.17

Out-of -State corporations - Do you have a valid license to do business in the State of Connecticut? If a license is not required for the services being provided have you filed with the Connecticut Secretary of State?

Yes

No

7. Is your local organization an affiliate of a parent company? If so, Indicate the principal place of business of your company and the name of the agent for service if different from what has

Page 6, Section 1, Response Forms

Page 15: CURB, SIDEWALK AND MISCELLANEOUS CONSTRUCTION...Apr 05, 2009  · Page 6, Invitation To Respond & General Project Information SECTION 3 - GENERAL INFORMATION FOR PREPARATION OF A RESPONSE

been indicated on the response form:

Business Name .

Address .

City . State . Zip .

Name of Agent . NOTE: In the case of a Limited Liability Corporation or a Limited Liability Partnership a certified copy of the Articles of Organization certified as valid and in effect as of the date of the bid opening will be required within 30 days of the bid opening. A listing of the corporate officers, in the case of a corporation; the general or managing partners, in the case of a partnership; or the managers and members in the case of either a limited liability partnership or company will be required within 30 days of the bid opening. 8. Your company may be asked to submit the following information relative to your company's financial statements prior to receiving an award. This information will not be part of the public bidding record and will remain confidential if it is submitted via an email that requests confidentiality or it hand delivered, in a separate sealed envelop marked “Confidential.” All information should be supported with appropriate audited financials. a. Book Value (Total Assets (-) Total Liabilities) b. Working Capital (Current Assets (-) Current Liabilities c. Current Ratio (Current Assets/Current Liabilities) d. Debt to Equity Ratio (Long Term Debt/Shareholder's Equity) e. Return on Assets (Net Income/Total Assets) f. Return on Equity (Net Income/Shareholder's Equity) g. Return on Invested Capital (Net Income/Long Term Debt = Shareholders' Equity) 9. Taxpayer's Identification Number: Respondents must provide their Taxpayer Identification Number on the response form (Fed ID#). Award recipients, whether an individual, proprietor, partnership or a non-profit corporation or organization must file the Internal Revenue Service Form W-9, Request for Taxpayer Identification Number and Certification with the City. Copies of this form are available at: http://www.hartford.gov/purchasing/documents.htm Additional information may be requested subsequent to your responding to this solicitation. 1.4 SUBCONTRACTOR INFORMATION Forms labeled Section 1.4 are provided below to accommodate the Base Bid (or Lump Sum) and alternates (if called for) in this Request for Response (RFR).

Page 7, Section 1, Response Forms

Page 16: CURB, SIDEWALK AND MISCELLANEOUS CONSTRUCTION...Apr 05, 2009  · Page 6, Invitation To Respond & General Project Information SECTION 3 - GENERAL INFORMATION FOR PREPARATION OF A RESPONSE

The information provided below applies to: (Check one box as appropriate) Base Bid Alternate 1 Alternate 2 Alternate 3 Alternate 4 Alternate 5

1.4 SUBCONTRACTOR INFORMATION If subcontractors are to be used, indicate the firm name, address, portion or section of work the subcontractor will be performing, the subcontract value, percentage of base bid and if the subcontractor is a City certified small/disadvantaged (MBE/WBE) business. Bidder agrees to subcontract the portion of the work stipulated below to SBE/DBE businesses. A copy of the contract between the bidder and the subcontractor will be required prior to award of the contract. Note: The provisions of section 3 and 4 of public act 03-215, Prequalification now applies to subcontractors.

Trade or Nature of Work

Business Name and Address MBE / WBE?

% of Base Bid

Subcontract $ Value

TOTAL SUBCONTRACT VALUE

TOTAL W/MBE SUBCONTRACT VALUE

Subcontract % to total project %

W/MBE Subcontract % to total project %

Additional information may be requested subsequent to your responding to this bid request.

Page 8, Section 1, Response Forms

Page 17: CURB, SIDEWALK AND MISCELLANEOUS CONSTRUCTION...Apr 05, 2009  · Page 6, Invitation To Respond & General Project Information SECTION 3 - GENERAL INFORMATION FOR PREPARATION OF A RESPONSE

The information provided below applies to: (Check one box as appropriate) Base Bid Alternate 1 Alternate 2 Alternate 3 Alternate 4 Alternate 5

1.4 SUBCONTRACTOR INFORMATION If subcontractors are to be used, indicate the firm name, address, portion or section of work the subcontractor will be performing, the subcontract value, percentage of base bid and if the subcontractor is a City certified small/disadvantaged (MBE/WBE) business. Bidder agrees to subcontract the portion of the work stipulated below to MBE/WBE businesses. A copy of the contract between the bidder and the subcontractor will be required prior to award of the contract. Note: The provisions of section 3 and 4 of public act 03-215, Prequalification now applies to subcontractors.

Trade or Nature of Work

Business Name and Address MBE / WBE?

% of Base Bid

Subcontract $ Value

TOTAL SUBCONTRACT VALUE

TOTAL W/MBE SUBCONTRACT VALUE

Subcontract % to total project %

W/MBE Subcontract % to total project %

Additional information may be requested subsequent to your responding to this bid request.

Page 9, Section 1, Response Forms

Page 18: CURB, SIDEWALK AND MISCELLANEOUS CONSTRUCTION...Apr 05, 2009  · Page 6, Invitation To Respond & General Project Information SECTION 3 - GENERAL INFORMATION FOR PREPARATION OF A RESPONSE

The information provided below applies to: (Check one box as appropriate) Base Bid Alternate 1 Alternate 2 Alternate 3 Alternate 4 Alternate 5

1.4 SUBCONTRACTOR INFORMATION If subcontractors are to be used, indicate the firm name, address, portion or section of work the subcontractor will be performing, the subcontract value, percentage of base bid and if the subcontractor is a City certified small/disadvantaged (MBE/WBE) business. Bidder agrees to subcontract the portion of the work stipulated below to MBE/WBE businesses. A copy of the contract between the bidder and the subcontractor will be required prior to award of the contract. Note: The provisions of section 3 and 4 of public act 03-215, Prequalification now applies to subcontractors.

Trade or Nature of Work

Business Name and Address MBE / WBE?

% of Base Bid

Subcontract $ Value

TOTAL SUBCONTRACT VALUE

TOTAL W/MBE SUBCONTRACT VALUE

Subcontract % to total project %

W/MBE Subcontract % to total project %

Additional information may be requested subsequent to your responding to this bid request.

Page 10, Section 1, Response Forms

Page 19: CURB, SIDEWALK AND MISCELLANEOUS CONSTRUCTION...Apr 05, 2009  · Page 6, Invitation To Respond & General Project Information SECTION 3 - GENERAL INFORMATION FOR PREPARATION OF A RESPONSE

The information provided below applies to: (Check one box as appropriate) Base Bid Alternate 1 Alternate 2 Alternate 3 Alternate 4 Alternate 5

1.4 SUBCONTRACTOR INFORMATION If subcontractors are to be used, indicate the firm name, address, portion or section of work the subcontractor will be performing, the subcontract value, percentage of base bid and if the subcontractor is a City certified small/disadvantaged (MBE/WBE) business. Bidder agrees to subcontract the portion of the work stipulated below to MBE/WBE businesses. A copy of the contract between the bidder and the subcontractor will be required prior to award of the contract. Note: The provisions of section 3 and 4 of public act 03-215, Prequalification now applies to subcontractors.

Trade or Nature of Work

Business Name and Address MBE / WBE?

% of Base Bid

Subcontract $ Value

TOTAL SUBCONTRACT VALUE

TOTAL W/MBE SUBCONTRACT VALUE

Subcontract % to total project %

W/MBE Subcontract % to total project %

Additional information may be requested subsequent to your responding to this bid request.

Page 11, Section 1, Response Forms

Page 20: CURB, SIDEWALK AND MISCELLANEOUS CONSTRUCTION...Apr 05, 2009  · Page 6, Invitation To Respond & General Project Information SECTION 3 - GENERAL INFORMATION FOR PREPARATION OF A RESPONSE

The information provided below applies to: (Check one box as appropriate) Base Bid Alternate 1 Alternate 2 Alternate 3 Alternate 4 Alternate 5

1.4 SUBCONTRACTOR INFORMATION If subcontractors are to be used, indicate the firm name, address, portion or section of work the subcontractor will be performing, the subcontract value, percentage of base bid and if the subcontractor is a City certified small/disadvantaged (MBE/WBE) business. Bidder agrees to subcontract the portion of the work stipulated below to MBE/WBE businesses. A copy of the contract between the bidder and the subcontractor will be required prior to award of the contract. Note: The provisions of section 3 and 4 of public act 03-215, Prequalification now applies to subcontractors.

Trade or Nature of Work

Business Name and Address MBE / WBE? √

% of Base Bid

Subcontract $ Value

TOTAL SUBCONTRACT VALUE

TOTAL W/MBE SUBCONTRACT VALUE

Subcontract % to total project %

W/MBE Subcontract % to total project %

Additional information may be requested subsequent to your responding to this bid request.

Page 12, Section 1, Response Forms

Page 21: CURB, SIDEWALK AND MISCELLANEOUS CONSTRUCTION...Apr 05, 2009  · Page 6, Invitation To Respond & General Project Information SECTION 3 - GENERAL INFORMATION FOR PREPARATION OF A RESPONSE

The information provided below applies to: (Check one box as appropriate) Base Bid Alternate 1 Alternate 2 Alternate 3 Alternate 4 Alternate 5

1.4 SUBCONTRACTOR INFORMATION If subcontractors are to be used, indicate the firm name, address, portion or section of work the subcontractor will be performing, the subcontract value, percentage of base bid and if the subcontractor is a City certified small/disadvantaged (MBE/WBE) business. Bidder agrees to subcontract the portion of the work stipulated below to MBE/WBE businesses. A copy of the contract between the bidder and the subcontractor will be required prior to award of the contract. Note: The provisions of section 3 and 4 of public act 03-215, Prequalification now applies to subcontractors.

Trade or Nature of Work

Business Name and Address MBE/ WBE?

% of Base Bid

Subcontract $ Value

TOTAL SUBCONTRACT VALUE

TOTAL W/MBE SUBCONTRACT VALUE

Subcontract % to total project %

W/MBE Subcontract % to total project %

Additional information may be requested subsequent to your responding to this bid request.

Page 13, Section 1, Response Forms

Page 22: CURB, SIDEWALK AND MISCELLANEOUS CONSTRUCTION...Apr 05, 2009  · Page 6, Invitation To Respond & General Project Information SECTION 3 - GENERAL INFORMATION FOR PREPARATION OF A RESPONSE

1.5. Bidder’s EEO Status and Report As a condition of doing business with the City the selected respondent must be certified by the City as an Equal Employment Opportunity Employer. Certifications must be renewed annually. If your firm is not currently certified you may obtain the required forms on-line at: http://www.hartford.gov/purchasing/documents.htm and submit completed forms with your response. To check the current status of your EEO certification contact the Office of Human Relations, 860.543.8595, fax 860.722.6486 or email: [email protected].

Page 14, Section 1, Response Forms

Page 23: CURB, SIDEWALK AND MISCELLANEOUS CONSTRUCTION...Apr 05, 2009  · Page 6, Invitation To Respond & General Project Information SECTION 3 - GENERAL INFORMATION FOR PREPARATION OF A RESPONSE

0100101 500 LF

NEW STRAIGHT GRANITE CURB ON NEW FOUNDATION, at___________________________________dollars and___________________________ cents per linear foot

0100301 250 LF

RESET STRAIGHT GRANITE CURB ON NEW FOUNDATION, at___________________________________dollars and___________________________ cents per linear foot

0100501 10 EA

HORIZONTAL CURB CUT, at___________________________________ dollars and___________________________ cents per each

0100502 25 EA

VERTICAL CURB CUT, at___________________________________ dollars and______________________________ cents each

0100601 100 LF

NEW RADIUS GRANITE CURB, at___________________________________ dollars and_______________________________ cents per linear foot

0100701 100 LF

RESET RADIUS GRANITE CURB, at___________________________________ dollars and_______________________________ cents per linear foot

0100801 500 LF

CURB UNDERDRAIN, at___________________________________dollars and __________________________ cents per linear foot

0100901 100 LF

BITUMINOUS CONCRETE LIP CURBING, at___________________________________dollars and __________________________ cents per linear foot

0101002 50 LF

REMOVAL OF CONCRETE CURB & GUTTER, at___________________________________dollars and __________________________ cents per linear foot

0101201 5 EA

ADJUST MANHOLE OR CATCH BASIN IN CONCRETE BASE, at___________________________________dollars and __________________________ cents per each

AMOUNT

BASE BID

ITEM NO. EST. QTY. UNITS DESCRIPTION AND WRITTEN UNIT PRICE

Fill this out if submitting a handwritten response UNIT PRICE

Page 24: CURB, SIDEWALK AND MISCELLANEOUS CONSTRUCTION...Apr 05, 2009  · Page 6, Invitation To Respond & General Project Information SECTION 3 - GENERAL INFORMATION FOR PREPARATION OF A RESPONSE

AMOUNT

BASE BID

ITEM NO. EST. QTY. UNITS DESCRIPTION AND WRITTEN UNIT PRICE

Fill this out if submitting a handwritten response UNIT PRICE

0101202 5 EA

ADJUST MANHOLE OR CATCH BASIN IN FLEXIBLE BASE, at___________________________________dollars and __________________________ cents per each

0101203 10 EA

ADJUST WATER GATE IN CONCRETE BASE, at___________________________________dollars and ______________________________ cents each

0101204 5 EA

ADJUST WATER GATE IN FLEXIBLE BASE, at___________________________________dollars and ______________________________ cents each

0101205 5 EA

ADJUST MANHOLE OR WATER GATE USING EXTENSION RING, at___________________________________dollars and ______________________________ cents each

0101206 2 EA

RESET MANHOLE OR CATCH BASIN IN CONCRETE BASE, at___________________________________dollars and ______________________________ cents each

0101207 1 EA

RESET MANHOLE OR CATCH BASIN IN FLEXIBLE BASE, at___________________________________dollars and ______________________________ cents each

0101222 1 EA

CONVERT TYPE "C" CB TO TYPE "C-L" CB, at___________________________________dollars and ______________________________ cents each

0101301 2 EA

HARTFORD TYPE "C" CATCH BASIN/GRANITE INLET, at___________________________________dollars and _____________________________ cents each

0101302 1 EA

HARTFORD TYPE "C" CATCH BASIN / CONCRETE INLET at___________________________________dollars and _____________________________ cents each

Page 25: CURB, SIDEWALK AND MISCELLANEOUS CONSTRUCTION...Apr 05, 2009  · Page 6, Invitation To Respond & General Project Information SECTION 3 - GENERAL INFORMATION FOR PREPARATION OF A RESPONSE

AMOUNT

BASE BID

ITEM NO. EST. QTY. UNITS DESCRIPTION AND WRITTEN UNIT PRICE

Fill this out if submitting a handwritten response UNIT PRICE

0101303 1 EA

HARTFORD TYPE "CL" CATCH BASIN at___________________________________dollars and _____________________________ cents each

0101403 50 LF

10" P.V.C. PIPE, at___________________________________dollars and _____________________________ cents per linearfoot

0101404 50 LF

12" P.V.C. PIPE, at___________________________________dollars and __________________________ cents per linear foot

0101405 50 LF

15" P.V.C. PIPE, at___________________________________dollars and __________________________ cents per linear foot

0101501 2 EA

REMOVE MANHOLE, at___________________________________dollars and _____________________________ cents per each

0101502 2 EA

REMOVE CATCH BASIN, at___________________________________dollars and _____________________________ cents each

0101801 20 LF

12" REINFORCED CONCRETE PIPE (CLASS IV), at___________________________________dollars and __________________________ cents per linear foot

0101802 20 LF

15" REINFORCED CONCRETE PIPE (CLASS IV), at___________________________________dollars and __________________________ cents per linear foot

0102101 1000 SF

5" CONCRETE WALK ON NEW FOUNDATION, at___________________________________ dollars and_________________________ cents per square foot

0102301 250 SF

8" REINFORCED CONCRETE SIDEWALK, at___________________________________ dollars and_________________________ cents per square foot

Page 26: CURB, SIDEWALK AND MISCELLANEOUS CONSTRUCTION...Apr 05, 2009  · Page 6, Invitation To Respond & General Project Information SECTION 3 - GENERAL INFORMATION FOR PREPARATION OF A RESPONSE

AMOUNT

BASE BID

ITEM NO. EST. QTY. UNITS DESCRIPTION AND WRITTEN UNIT PRICE

Fill this out if submitting a handwritten response UNIT PRICE

0102321 250 SF

8" REINFORCED CONCRETE SIDEWALK RAMP, at___________________________________ dollars and_________________________ cents per square foot

0102331 250 SF

8" REINFORCED CONCRETE DRIVEWAY RAMP, at___________________________________ dollars and________________________ cents per square foot

0102401 500 SF

2" BITUMINOUS CONCRETE SURFACE ON NEW FOUNDATION, at___________________________________ dollars and________________________ cents per square foot

0102402 500 SF

3" BITUMINOUS CONCRETE SURFACE ON NEW FOUNDATION, at___________________________________ dollars and________________________ cents per square foot

0102601 150 EA

GALVANIZED DOWEL, at___________________________________ dollars and___________________________ cents per linear foot

0102701 100 LF

LONGITUDINAL DOWELED EXPANSION JOINT IN CONCRETE WALK, at___________________________________ dollars and___________________________ cents per linear foot

0102801 750 LF

SAW CUT PORTLAND CEMENT CONCRETE, at___________________________________ dollars and___________________________ cents per linear foot

0102802 100 LF

SAW CUT BITUMINOUS CONCRETE, at___________________________________ dollars and___________________________ cents per linear foot

0102901 50 SF

RELAY FLAGSTONE WALK, at___________________________________ dollars and___________________________ cents per square foot

0103002 3 CY

ROCK IN TRENCH EXCAVATION, at___________________________________ dollars and___________________________ cents per cubic yard

Page 27: CURB, SIDEWALK AND MISCELLANEOUS CONSTRUCTION...Apr 05, 2009  · Page 6, Invitation To Respond & General Project Information SECTION 3 - GENERAL INFORMATION FOR PREPARATION OF A RESPONSE

AMOUNT

BASE BID

ITEM NO. EST. QTY. UNITS DESCRIPTION AND WRITTEN UNIT PRICE

Fill this out if submitting a handwritten response UNIT PRICE

0103405 600 SY

17" ROADWAY EXCAVATION, at______________________ dollars and______________________ cents per square yard

0103701 100 TON

LARGE PROCESSED TRAPROCK BASE, at______________________ dollars and______________________ cents per square yard

0104041 750 LF

TEMPORARY PAVING, at___________________________________ dollars and___________________________ cents per linear foot

0104101 50 SY

RECONSTRUCT REINFORCED CONCRETE PAVEMENT BASE, at___________________________________ dollars and___________________________ cents per square yard

0104102 50 SY

CONSTRUCT NEW REINFORCED CONCRETE PAVEMENT BASE, at___________________________________ dollars and___________________________ cents per square yard

0104201 200 LF

RECONSTRUCT CONCRETE PAVEMENT BASE AT CURB, at___________________________________ dollars and___________________________ cents per linear foot

0105002 1 EA

SET NEW REINFORCED CONCRETE MERESTONE, at___________________________________ dollars and___________________________ cents per each

0105101 1 EA

HORIZONTAL MERESTONE CUT, at___________________________________ dollars and___________________________ cents per each

0106201 10 CY

TOPSOIL, at___________________________________ dollars and___________________________ cents per cubic yard

0106301 100 SF

SOD, at___________________________________ dollars and_________________________ cents per square foot

Page 28: CURB, SIDEWALK AND MISCELLANEOUS CONSTRUCTION...Apr 05, 2009  · Page 6, Invitation To Respond & General Project Information SECTION 3 - GENERAL INFORMATION FOR PREPARATION OF A RESPONSE

AMOUNT

BASE BID

ITEM NO. EST. QTY. UNITS DESCRIPTION AND WRITTEN UNIT PRICE

Fill this out if submitting a handwritten response UNIT PRICE

0106401 750 SF

SEEDING, MULCHING & FERTILIZING, at___________________________________ dollars and_________________________ cents per square foot

0107701 1 LS

TRAFFIC POLICE OFFICER, at TEN THOUSAND dollars and ZERO cents per lump sum 10,000.00$ 10,000.00$

0111401 10 CY

MISCELLANEOUS CONCRETE, at___________________________________ dollars and________________________ cents per cubic yard

0123001 450 SF

REINFORCED CONCRETE BUS PAD, at___________________________________ dollars and________________________ cents per lump sum

0190001 1 LS

MISCELLANEOUS EXTRA WORK, at_TEN THOUSAND_______ _ dollars and ______ZERO______________ cents per lump sum 10,000.00$ 10,000.00$

0220920 75 LF

2" RIGID METAL CONDUIT UNDER ROADWAY, at___________________________________ dollars and___________________________ cents per linear foot

0221020 150 LF

2" RIGID METAL CONDUIT IN TRENCH, at___________________________________ dollars and___________________________ cents per linear foot

0221030 50 LF

3" RIGID METAL CONDUIT IN TRENCH, at___________________________________ dollars and___________________________ cents per linear foot

0222001 150 LF

TRENCHING & BACKFILLING TYPE I, at___________________________________ dollars and___________________________ cents per linear foot

0222001 100 LF

TRENCHING & BACKFILLING TYPE II, at___________________________________ dollars and___________________________ cents per linear foot

Page 29: CURB, SIDEWALK AND MISCELLANEOUS CONSTRUCTION...Apr 05, 2009  · Page 6, Invitation To Respond & General Project Information SECTION 3 - GENERAL INFORMATION FOR PREPARATION OF A RESPONSE

AMOUNT

BASE BID

ITEM NO. EST. QTY. UNITS DESCRIPTION AND WRITTEN UNIT PRICE

Fill this out if submitting a handwritten response UNIT PRICE

0222201 1 CY

ROCK IN TRENCH EXCAVATION 0-4', at___________________________________ dollars and___________________________ cents per cubic yard

0370101A 50 SY

IMPRINT, at___________________________________ dollars and___________________________ cents per square yard

Add up all values in the “Amount” column and insert the total here and as your Base Bid in Section 1.1.

The total amount of this base bid, based on the estimated quantities aboveand including all items listed above (taking into account changes due to addenda if any), as computed by the above signed bidder is:

Page 30: CURB, SIDEWALK AND MISCELLANEOUS CONSTRUCTION...Apr 05, 2009  · Page 6, Invitation To Respond & General Project Information SECTION 3 - GENERAL INFORMATION FOR PREPARATION OF A RESPONSE

Rev. Date 10/28/05

SECTION 2

SPECIAL PROVISIONS AND TECHNICAL SPECIFICATIONS

Page 31: CURB, SIDEWALK AND MISCELLANEOUS CONSTRUCTION...Apr 05, 2009  · Page 6, Invitation To Respond & General Project Information SECTION 3 - GENERAL INFORMATION FOR PREPARATION OF A RESPONSE

Rev. Date 10/28/05

2.1 SPECIAL PROVISIONS 2.1.1 DESCRIPTION OF THE WORK This is a TERM contract. Work under this project shall include the repair of various streets and sidewalks in the City of Hartford. Work orders will be provided to the Contractor on an as needed basis as the City identifies locations that need to be repaired. Work orders may include multiple locations. It is the intent of this contract that the Contractor complete items including curb, walk, concrete roadway base, drainage and other miscellaneous construction items working with City of Hartford forces. Outlined below is the description of work.

Contractor to complete the following works

• Repair, replace, install or reset straight or radius curbing as indicated on the contract drawings. Install curb underdrains as shown on the contract drawings or as directed by the Engineer.

• Install eight (8) inch concrete sidewalk ramps and five (5) inch concrete sidewalks where indicated on the contract drawings or as directed by the Engineer.

• Excavate existing roadway to depth as indicated on the contract drawings or as directed by the Engineer.

• Repair or construct new 8” reinforced concrete pavement base as directed by the Engineer.

• Adjust utility covers; remove existing and construct new catch basins and drainage pipes and structures as required.

• Perform final grading, placement of topsoil, fertilizing, seeding or installing sod and mulching as required by the contract.

• Place and maintain traffic signs as detailed on the contract drawings or as directed by the Engineer.

City of Hartford Forces or other Contractors to complete the following works

• Excavate or mill existing roadway to depth as indicated on the contract drawings.

• Install bituminous concrete lip curbing, construct bituminous concrete driveway ramps where indicated by the contract drawings.

• Install processed traprock base, premixed bituminous concrete

• Maintain and Protect Traffic.

• Install pavement markings / loop detectors.

BASIS OF PAYMENT Payment will be made on the individual work orders based on Contract unit prices listed in the bid schedule, complete in place, and include materials, tools, equipment, and labor incidental to the work.

Page 32: CURB, SIDEWALK AND MISCELLANEOUS CONSTRUCTION...Apr 05, 2009  · Page 6, Invitation To Respond & General Project Information SECTION 3 - GENERAL INFORMATION FOR PREPARATION OF A RESPONSE

Rev. Date 10/28/05

2.1.2 HOURS OF WORK Work under this contract will be allowed from 7:30 am to 4:00 pm Monday through Friday. These work hours may be limited to maintain traffic during certain peak hours. These work hours will be clarified with each work order. Weekend work may be required periodically. No additional compensation will be paid to the Contractor for this work. 2.1.3 SCHEDULING THE WORK Work under this contract shall be directed by the Engineer. Work orders listing specific street sections to be completed with a scope of work shall be issued in writing to the Contractor by the Engineer. Each work order issued shall be completed within the specified time period as directed by the Engineer with considerations for inclement weather and other factors. The Contractor will be notified to begin work in writing for each work order. The Contractor shall begin work not more than 3 calendar days from the date of written notice for each specific location unless lead time is required for materials or such notice specifically instructs the Contractor to begin at a later date. The Contractor shall provide documentation from the materials suppliers showing actual dates materials were ordered and expected delivery dates to substantiate scheduling delays if requested by the Engineer. Each specific work order shall reach substantial completion within the number of calendar days allowed. Each work order shall be initiated and completed with efficiency, speed, and with minimal disruption to the neighborhood. Access to abutting owners must be maintained by the Contractor at all times and with minimal disruption to the neighborhood. The City reserves the right to have other Contractors and the City of Hartford forces perform any work item contained in this contract to complete the project. The Contractor shall be expected to cooperate and coordinate their work with the work of the other Contractors and the City of Hartford forces working on the same project. The calendar days between December 1 and April 1 will be considered as “winter shutdown” and will not be included in computing the substantial or final completion dates. No extensions of time will be allowed for adverse weather conditions unless the number of days of inclement weather is substantially greater or conditions more severe than the average for the calendar period as recorded by a recognized weather observation agency and the Contractor provides documentation at the end of each calendar month identifying these weather delays. Work on this project shall not be performed on Saturdays, Sundays or Legal Holidays except by written consent and direction of the Owner. All work under this contract shall be completed by December 1, 2010, or when funding has been exhausted. In the event the Contractor requests to work extended work hours, work on “non-working days” (ie. Saturdays, Sundays or Legal Holidays) or if the project goes beyond the final

Page 33: CURB, SIDEWALK AND MISCELLANEOUS CONSTRUCTION...Apr 05, 2009  · Page 6, Invitation To Respond & General Project Information SECTION 3 - GENERAL INFORMATION FOR PREPARATION OF A RESPONSE

Rev. Date 10/28/05

completion date the City shall recover from the Contractor, all costs of doing business associated with this work. The City also has the right to recover its costs of doing business if the Engineer orders the Contractor to perform work outside of normal working hours or during “non-working days” in order to correct deficient work. The City’s costs of doing business include, but are not limited to DPW staff time (ie. the Inspector, Engineer, etc.) and private duty police officers. The City’s costs associated with working extended work hours, working on “non-working days” or working after the final completion date will be calculated by the Engineer on a monthly basis and this amount will be deducted directly from the Contractor’s next receiving report. The Contractor will not be required to compensate the City for its costs of doing business under the following conditions: 1) Work is required during extended hours, Saturdays, Sundays or Legal Holidays, in order to make the area safe and passable due to no fault of the Contractor, and this work is specifically ordered by the Engineer. 2) The Engineer allows the Contractor to work during the winter shut down period as long as the work hours are in accordance with section 2.2 above. Note: Paving shall be completed before the start of winter shut down. 2.1.4 CONSTRUCTION SURVEY FOR LAYOUT PURPOSES For this contract the City will provide line and grade if necessary. In the event that the City can not provide line and grade or if extensive survey becomes necessary the City will direct the contractor the hire a competent State of Connecticut Registered Land Surveyor for purposes of construction layout. The surveyor shall be hired by the Contractor and the City will reimburse the contractor for costs based on the surveyor’s invoices. The Contractor shall be solely responsible for the preservation of all survey control points, staking, benchmarks, or other control as required for the satisfactory completion of the work. The Engineer may, periodically check the work of the surveyor for accuracy. However, this in no manner relieves the Contractor of his responsibility for the accuracy of the work. Any inaccuracies or discrepancies found on the part of the Contractor, or surveyor, shall be immediately brought to the attention of the Engineer. If directed to hire a surveyor the Contractor shall submit the surveyor’s name, registration number, and insurance certificate to the Engineer at least 10 calendar days prior to the start of work.

2.1.5 AS-BUILT DRAWINGS As-built drawings will only be necessary if they are specifically requested by the Engineer. If such a request is made, the as-built drawings shall conform to the following requirements: During the course of construction activities the Contractor shall record as-built information and changes made in the field on a set of Contract Drawings. Upon project completion the contractor shall furnish to the owner a complete set of Electronic and Mylar as-built drawings which accurately record all “As-Built” conditions neatly showing above and below ground facilities. The drawings shall be stamped by a certified Licensed Surveyor (L.S.) registered in

Page 34: CURB, SIDEWALK AND MISCELLANEOUS CONSTRUCTION...Apr 05, 2009  · Page 6, Invitation To Respond & General Project Information SECTION 3 - GENERAL INFORMATION FOR PREPARATION OF A RESPONSE

Rev. Date 10/28/05

the State of Connecticut. Electronic and Mylar drawings shall be turned over to the Engineer prior to final payment of the project. Electronic drawings shall be in DXF format. 2.1.6 CONTRACT DOCUMENTS Plans, if applicable, showing the location of work to be done under this contract will be provided to the Contractor and are hereby made part of this contract. Construction activities shall conform to the “City of Hartford Rules and Specifications Regulating Curb and Walk Layers and Street Excavation,” 1997 revision and the latest revision of the City of Hartford’s “Standard Technical Specifications for Streets and Roads, Traffic, and Streetscape Construction,” (Typical detail sheets included). “Supplemental Technical Specifications”, which are provided herein, are included as part of this contract. Division 2 and Division 3 of the State of Connecticut “Standard Specifications for Roads, Bridges, and Incidental Construction” (Form 816), 2004, are made part of this contract only as referenced in the plans and “Technical Specifications.” Note that any references to previous editions of the State of Connecticut “Standard Specifications for Roads, Bridges, and Incidental Construction” shall be taken to mean Form 816. If there is a conflict between the City’s Specifications and construction details and Division 2 or Division 3 of the State of Connecticut’s “Standard Specifications for Roads, Bridges and Incidental Construction,” the City’s Specifications shall govern. The Contractor is hereby advised that the City of Hartford has revised and updated their standard construction specifications and details. The Contractor is advised to review the contract documents to fully familiarize himself with all specifications and work requirements. 2.1.7 SPECIAL MDC CONDITIONSThe contractor (or his designated sub-contractor) shall be required to secure the appropriate permit for his work from the Metropolitan District Commission for all work associated with storm drainage improvements. The contractor may also be required to secure encroachment permits from the State of Connecticut Department of Transportation for on or adjacent to State roadways.

2.1.8 CONTRACT TERMINATION The City of Hartford reserves the right to cancel this contract at any time with a thirty (30) day written notice to the contractor, should any of the following conditions exist:

a) Funds are not available to complete the work or to allow continuance of this contract.

b) The City of Hartford, through changes in its requirements of methods of operation no longer has a need for the commodity or service.

c) The performance of the contractor does not meet the expectation of the City.

Page 35: CURB, SIDEWALK AND MISCELLANEOUS CONSTRUCTION...Apr 05, 2009  · Page 6, Invitation To Respond & General Project Information SECTION 3 - GENERAL INFORMATION FOR PREPARATION OF A RESPONSE

Rev. Date 10/28/05

2.1.9 SUPPLEMENTARY CONDITIONS A. Contract Limits In addition to areas required for contract operations, additional areas may be included only upon concurrence of the owner. B. Loading and Staging Operations Shall be performed on and from agreed upon areas only, unless otherwise approved by the Architect and/or Engineer in charge. Contractor is to provide safeguard for access to above areas at no extra cost to the City. C. Approval of Substitutions

1) Many materials and commodities which have been identified on plans or have been specified by the manufacturer’s name or identifying symbol, trade mark or number, shall be understood in each case as being followed by the words “or equal” whether the same occur or not.

2) All articles or materials offered as equals or substitutes for those specified shall conform in size, quality, capacity space limitations, utility, strength, appearance, and the like, to the articles or materials specified or shown.

3) The Contractor shall submit samples of the substitutes offered when required, samples of the specified articles or materials for comparison, and shall perform or have performed such tests as the Architect and/or Engineer may direct to determine the equality of the substitutes to the specified article or materials.

4) The Contractor shall promptly submit all technical data required by the Architect and/or Engineer to prove the equality of the materials offered.

5) No substitution shall be made unless the Architect and/or Engineer is of the opinion that the article or material is equal to the specified article or materials, nor shall it be made until the Architect and/or Engineer has authorized the same in writing. Unless an alternate material is approved by the Architect and/or Engineer, the material shall be that specified.

D. Operation at Site

1) The Contractor is solely responsible for the proper and safe operation and maintenance of all utility systems within the construction limits, whether these are supplied by the Owner’s distribution system or otherwise, until the work is accepted by the Owner, and until the Owner has notified the Contractor that other arrangements have been made. The Contractor shall maintain and operate appurtenances within these buildings which serve the distribution systems, subject to periodic inspection by the Owner’s operating personnel. Inspection by any representative and personnel of the Owner shall not relieve the Contractor of his responsibilities in connection with operation and maintenance of these facilities and equipment.

2) The Contractor shall protect and maintain in operation all pipe lines, conduits, sewers, drains, poles, wiring and the like that in any way interfere with the work, whether or not they

Page 36: CURB, SIDEWALK AND MISCELLANEOUS CONSTRUCTION...Apr 05, 2009  · Page 6, Invitation To Respond & General Project Information SECTION 3 - GENERAL INFORMATION FOR PREPARATION OF A RESPONSE

Rev. Date 10/28/05

are specifically shown on the drawings. The Contractor shall see that all items to be abandoned are abandoned in a proper manner, and that other items are protected, supported and/or moved as necessary to adjust them to the new work.

3) The Contractor shall notify the Owner’s representative at least 72 hours in advance of the desire to extend, connect, disconnect, turn on or off any steam, electric, water, or other service from the Owner’s supply systems. All plumbing, heating, and electrical work, including installation of equipment and any other work to be performed by Contractor, shall be carried out without interference with the Owner’s normal operation. Where any work requires interruption of any service, the Contractor shall make advance arrangements with the Owner for dealing with such interruption. The actual operation shall be witnessed and approved by authorized representatives of the Owner.

E. Use of Premises

1) The Contractor shall confine his apparatus, storage of materials supplies, equipment and operations to the area defined on the drawings, by the Contract Limit Line.

2) If area within the Contract Limit Line is insufficient for any reasonable space required by the Contractor, he shall locate and secure additional space at his own expense.

3) The Contractor shall be responsible for keeping the premises clean. No burning of waste materials will be permitted.

4) The Contractor shall not block traffic on adjacent roadways.

5) The Contractor shall repair streets, drives, curbs, sidewalks, and the existing improvements where disturbed by construction operations and leave them in as good condition after completion of the work as before operations started.

6) The Contractor shall remove all stains, spots, marks, debris and dirt resulting from his operations from all surfaces; and the buildings and grounds shall be absolutely clean when the work is turned over to the Owner.

F. Temporary Light and Power

1) The General Contractor and all Subcontractors individually shall furnish all extension cords, sockets, lamps, motors and accessories required for their work. They shall also pay for all temporary wiring of construction offices and buildings used by them.

2) All temporary electrical work shall meet the requirements of the National Electrical Code and of all State and local laws and ordinances.

3) All temporary wiring and accessories thereto installed during the performance of this contract shall be removed after they have served their purpose. 4) The Contractor will supply all electric energy sufficient for the construction requirements set forth above.

Page 37: CURB, SIDEWALK AND MISCELLANEOUS CONSTRUCTION...Apr 05, 2009  · Page 6, Invitation To Respond & General Project Information SECTION 3 - GENERAL INFORMATION FOR PREPARATION OF A RESPONSE

Rev. Date 10/28/05

2.1.10 IMPORTANT EMERGENCY TELEPHONE NUMBERS DURING CONSTRUCTION

AGENCY PHONE NUMBERS Assistant Public Works Director & City Engineer – City of Hartford John H. McGrane 543-8630 Construction Inspection 543-8630

Hartford Police Department Deputy Chief Michael Fallon 722-6150

Hartford Fire Department Chief Charles Teale 722-8200

Hartford Fire Department Dan Savino 543-8790 Traffic Signals and Fire Boxes

Parks and Recreation City Forester 722-6524 Connecticut Natural Gas Larry Pace 727-3278 Jean Rivard 727-3048

Steve Joslyn 727-3278 Metropolitan District Commission Mark O'Connell, Operations 278-7850 X3614 Jeff Rae, Operations 278-7850 X3615

Frank Dellaripa, Construction 278-7850 X3432 Mark Hanson. Utility Services 278-7850 x3458 Connecticut Light & Power Co. Jim Dieterle 280-2203

Connecticut Transit Tom Crispino 522-8101

Page 38: CURB, SIDEWALK AND MISCELLANEOUS CONSTRUCTION...Apr 05, 2009  · Page 6, Invitation To Respond & General Project Information SECTION 3 - GENERAL INFORMATION FOR PREPARATION OF A RESPONSE

Rev. Date 10/28/05

Southern New England Telephone Company Sue Perkins 725-1101 Pete Emons 771-2414 Jim Pellegrini 725-4426 Dale Adkins 725-4091

Energy Networks, Inc. (Steam) Derek Rudd 282-4520

AT&T Cable Services David Herzog 505-3457 Mark Brochu 548-2065 Brooks Fiber Communication Bill Hinckley 246-5536 Alan Buldoc MCI Metro Communications Inc. 258-4751 Greg Brenner 1-800-759-8888

Dan DePaollo Pin # 1895342 Williams Communications, Inc. (918) 573-1371

Holly Chandler

CALL BEFORE YOU DIG 1-800-922-4455

Page 39: CURB, SIDEWALK AND MISCELLANEOUS CONSTRUCTION...Apr 05, 2009  · Page 6, Invitation To Respond & General Project Information SECTION 3 - GENERAL INFORMATION FOR PREPARATION OF A RESPONSE

Rev. Date 10/28/05

2.2 SUPPLEMENTAL TECHNICAL SPECIFICATIONS

ITEM 0370101A – IMPRINT

Page 40: CURB, SIDEWALK AND MISCELLANEOUS CONSTRUCTION...Apr 05, 2009  · Page 6, Invitation To Respond & General Project Information SECTION 3 - GENERAL INFORMATION FOR PREPARATION OF A RESPONSE

Rev. Date 10/28/05

ITEM 0370101A – IMPRINT

DESCRIPTION This item shall consist of furnishing, delivering, and installing a color synthetic asphalt compound with a stamped pattern at the locations shown on the plans or as indicated by the Engineer in conformity with these specifications. Imprint is a hot applied modified synthetic asphalt compound incorporating graded sand and granite aggregates, reinforced with two types of fibers.

REFERENCED ITEMS None.

REQUIRED SUBMITTALS Color charts and material certificates shall be submitted to the engineer for approval at least 4 weeks prior to beginning work. The Engineer reserves the right to change colors and patterns.

MATERIALS All Imprint materials shall conform to the requirements of Imprint material by Jarvis Infrastructure Services USA (Georgia) Inc., 3650 Kennesaw 75 Parkway Suite 140 Kennesaw, GA 30144, telephone number (678) 904-0800, or approved equal.

CONSTRUCTION METHODS 1. INSPECTING

The road surface shall be inspected in order to see if any remedial work is required or leveling of the existing surface. It is important to establish: Condition of road surface – e.g. contamination, spalling cracking, porosity. Type of road surface. Traffic flow rate patterns/behavior. Location of joints or other discontinuities in the surface. Manholes or gate valve covers should be raised up to the appropriate level.

Imprint® can be applied to concrete and bituminous surfaces providing they are sound and free from contamination.

11 ITEM #0370101A

Page 41: CURB, SIDEWALK AND MISCELLANEOUS CONSTRUCTION...Apr 05, 2009  · Page 6, Invitation To Respond & General Project Information SECTION 3 - GENERAL INFORMATION FOR PREPARATION OF A RESPONSE

Rev. Date 10/28/05

2. HEATING THE MATERIAL AND THE TOOLS

Kettles shall be pre-warmed and paddles turning on slow speed setting. Add 3 to 4 bags base and then the same number of pigment packets. Continue to add material in 2 to 3 bag lots with pigment to required amount allowing material to melt between additions. The bags are ‘hot melt’ and designed to be loaded in the preheater with the material. The rest of the packaging (wrapper and top sheet) is not suitable for addition to the preheater.

Gradually heat to mixing and application temperature range typically 374°F to 410°F Maximum loading, ¾ boiler capacity.

Mix for additional 30 minutes at higher speed until pigment is fully blended.

Constantly mix material to prevent localized overheating

Avoid re-heating material to prevent discoloration

Avoid adding contaminated used material (cut out bricks) to the preheater.

When changing colors ensure kettle is cleaned to avoid contamination of color.

PIGMENT ADDITION:

Pigment and base is supplied separately.

Addition rate 1 bag Pigment to 1 bag Base material.

Do not use more or less pigment as this will affect the color and other properties.

MATERIAL TEMPERATURES:

Mixing and application temperature range typically 374°F to 410°F

Minimal discoloration/degradation for up to 4 hours within this range

However, it is recommended to use hot material as soon as possible and avoid prolonged heating.

Maximum safe heating temperatures to avoid degradation or discoloration: 437°F Check kettle temperatures frequently.

In the event of stoppages due to e.g. poor weather / breakdowns, it is necessary to reduce the kettle temperature to about 302°F to 320°F. This will avoid deterioration of laying properties.

12 ITEM #0370101A

Page 42: CURB, SIDEWALK AND MISCELLANEOUS CONSTRUCTION...Apr 05, 2009  · Page 6, Invitation To Respond & General Project Information SECTION 3 - GENERAL INFORMATION FOR PREPARATION OF A RESPONSE

Rev. Date 10/28/05

The smoothing irons and the long line tools have to be heated in the hot box during the entire application.

3. SWEEPING & CLEANING

Road to be clean and dry, with no ice/frost. If there is too much salt on the highway surface, it is important to clean and remove salt.

Remove contamination (e.g. oil), using detergent solution - rinse thoroughly with water.

Highway to be dried, swept and cleaned of detritus and surface contamination with hot compressed air.

The hot air compressor is necessary to remove all dust and to promote good adhesion on the blacktop or concrete surface.

On stone rich or polished surfaces and concrete it is necessary to apply primer to the surface. Primer must be allowed to dry (tack free film) before application of Imprint®.

4. MARKING OUT

Before the application of the material, the crews shall chalk-mark or outline the extent of the work.

5. SAW CUTTING

With blade in raised position, locate saw at start and over one chalk marked edge. Lower blade and cut along the outline of the Imprint® installation to a nominal depth of 0.8 inch (or as required by the Engineer). The use of a cold planer may also be required to cut keyways in existing pavement.

6. FORMING A RECESS

Using a pneumatic hammer or breaker tool, fitted with a spade type tool, or planer, break out the material carefully in order to form a recess in the existing surface. This ‘keying-in’ process allows for a smooth transition from adjacent road surfacing to the Imprint® surfacing (NOTE: The recess may include milling the entire width of the area to be imprinted). The dimensions of the recess for ‘keying-in’ shall be ¾” as indicated on the plans and as directed by the Engineer.

7. CLEANING

Using a shovel and brush, carry out preliminary cleaning of the recess area by removal of all debris. Repeat the cleaning process as required.

13 ITEM #0370101A

Page 43: CURB, SIDEWALK AND MISCELLANEOUS CONSTRUCTION...Apr 05, 2009  · Page 6, Invitation To Respond & General Project Information SECTION 3 - GENERAL INFORMATION FOR PREPARATION OF A RESPONSE

Rev. Date 10/28/05

8. MASKING TAPE

A masking tape approximately 2 inch original saw cut edge is then used around the perimeter to keep the work neat and to avoid the overlap of material.

9. LAYING DOWN THE BATTENS

At the starting point, lay two battens. (These are used to control the depth of the Imprint®). The battens are nailed to the existing surface and the surface between the two battens has to be cleaned with a brush.

It is important to work from battens to ensure correct levels and thickness of Imprint®.

The use of a sealing tape is recommended on areas containing bituminous repairs. This tape absorbs the bitumen from any repairs or sealed areas and prevents bitumen bleeding through the Imprint® causing discoloration. The tape is applied to the road after cleaning, sweeping and application of primer (if applicable).

10. APPLYING

Discharge material into buckets which have been treated with release agent.

The material is applied between two battens which supply the levels of application i.e. 0.6 inch to 0.8 inch.

The material is smoothed off by the use of hot irons. It is important to work quickly as the material hardens on cooling and the workability is at its best in the recommended application temperature range.

Spread rate is 264 sq. feet per US ton. Allowance should be made for wastage.

Sand is applied after the material has been smoothed and before printing.

(An alternative method of application is the use of wooden floats. The material is roughly smoothed out and sand applied and then the material is further smoothed out using the sand as a release agent for the float. More sand is added when the smoothing is complete).

It should be noted that the hot irons give a smooth finish while a rough finish is achieved with wooden floats.

11. SCREENING OF THE MATERIAL

Preheat finishing irons to approximately 1000°F. One crew member smoothes the material. Spread and smooth hot material to a thickness of 0.6 inch using the irons and control the depth using 0.6 inch batons (or 0.8 inch as appropriate).

14 ITEM #0370101A

Page 44: CURB, SIDEWALK AND MISCELLANEOUS CONSTRUCTION...Apr 05, 2009  · Page 6, Invitation To Respond & General Project Information SECTION 3 - GENERAL INFORMATION FOR PREPARATION OF A RESPONSE

Rev. Date 10/28/05

A second crew member supplies the buckets of material to the application site. A third crew member sands the material and a fourth man prints the material. Please note buckets should be coated with release agent.

12. HEATING AND APPLYING THE SAND

Apply dry sand (preheated to 104°F to 122°F) to material after finishing with hot irons. A mixing drum containing the silica sand is heated by an air lance burner in order to heat and dry the sand. The dried silica sand is then sprinkled onto the hot material to give a coarse effect before the actual printing. If the silica is not dried, it will not adhere on the surface.

13. PRINTING IMPRINT®

Check molds for damage or distortion. As soon as the sand is applied, the hot material is printed with the appropriate aluminum mold. The mold is pressed into the material to a depth of about 0.2 to 0.4 inch depending on the thickness of the material and the stop blocks of the aluminum mold. The operator should make sure that the application is straight from the starting point to the end of the application. In order to rectify the print, it is sometimes possible to heat the imprinted surface and reprint. Molds are supplied to the correct width to avoid excess material displacement. Every two or three presses, the aluminum mold is put into an Imprint® release agent to stop the material sticking onto the mold and also to keep the mold cool. Excess material from application must be removed while hot and pliable. Bricks that lift during application must be cut out and replaced. This is to avoid cracking of un-bonded or weakly bonded material which could occur during service.

Heat all cold edges to ensure good adhesion between successive applications of material and apply CP primer. This also helps to prevent shrinkage at joints.

14. CONTINUATION OF THE APPLICATION PROCESS

Buckets of material are discharged so that the crew member can smooth the material. This is repeated until the area battened off has been filled with material. The incomplete bricks must be removed whilst still molten because if the material is allowed to cool chipping out the half bricks can cause damage to the surrounding areas. Care must be taken to remove the half bricks carefully and to avoid lifting the surrounding bricks as this will cause loss of adhesion.

15 ITEM #0370101A

Page 45: CURB, SIDEWALK AND MISCELLANEOUS CONSTRUCTION...Apr 05, 2009  · Page 6, Invitation To Respond & General Project Information SECTION 3 - GENERAL INFORMATION FOR PREPARATION OF A RESPONSE

Rev. Date 10/28/05

15. AVOIDING LINE MARKS/CREATING JOINTS

Line marks (construction lines) can be avoided by not applying battens or by cutting out half bricks when the material is hot and pliable. Failure to do so will result in adhesion loss at the edge of the Imprint® strip and may result in failure at joints.

When applying against an existing run of Imprint®, screed material as standard and fill in the half bricks during the next application of material.

16. CLEANING THE EQUIPMENT

Buckets and iron tools should be kept clean, the use of mold release agent will aid this. The tools can be cleaned by warming and scraping softened material using a suitable tool e.g. pallet knife or scraper.

The hand tools such as the smoothing irons and the long line tools should be constantly heated in the hot box tool in order to better shape the material on the surface and provide the right print.

Wooden floats should be cleaned with metal scrapers to remove excess material.

17. KETTLE CLEANING

Kettle color changes should be kept to a minimum, with kettles dedicated to different colors where possible. However if it becomes necessary to change from one color to another the following cleaning procedure is recommended.

The old material should be run out of the kettle which should then be scraped clean with a suitable tool. Depending on the size of the kettle a suitable amount of scouring material should be added and brought up to application temperature (it is recommended that enough scouring material is added to the kettle to fill it to the previous level). The scouring material will absorb all the colored material in the kettle. This material should then be run out and discarded. When changing from dark colors to light colors it may be necessary to scour the kettle twice. The buckets, molds and hot irons should be cleaned at the same time as the kettle. Care should be taken to isolate the area of hot material until it has solidified. The time taken to clean the kettles will depend on the size and quantities of material in use, an approximate guide for a 264 US gallon kettle is one hour. Please note it is essential to switch from a light color to a dark color rather than the reverse.

18. IMPRINT® ON CONCRETE

16 ITEM #0370101A

Page 46: CURB, SIDEWALK AND MISCELLANEOUS CONSTRUCTION...Apr 05, 2009  · Page 6, Invitation To Respond & General Project Information SECTION 3 - GENERAL INFORMATION FOR PREPARATION OF A RESPONSE

Rev. Date 10/28/05

(a) Introduction

Imprint® can be laid on most types of highway surfacing material provided it is in clean and sound condition. When working on concrete surfacing, whether it is new or has been exposed to traffic and weathering for some time, particular care has to be taken to ensure that the surface is prepared in the right manner so that the Imprint® can form a good long lasting bond to the substrate. The following is a guide to working on concrete. Failure to follow the guidelines could lead to premature failure or other problems with the performance of Imprint®.

(b) Concrete Surfacing

The surface finish of new concrete can contain curing agents, residues or admixtures and other contaminants. The presence of these agents can interfere with the adhesion of material which require to be bonded to its surface. Waxy and resinous curing agents (including degradable type products) can cause problems and should be removed or allowed to abrade away naturally for 3 to 4 weeks before applying primer coating. Other types of curing agent which incorporate into the surface of the concrete do not reduce the integrity of the concrete and therefore usually do not need to be removed. The surface can also vary from being a hard skin (laitence) to having a powdery nature or otherwise loosely attached layer on its surface. If there is loose material on the surface it must be removed before applying any subsequent coatings, if not the new coating will not form a good enough bond to the substrate and it will become detached. In the case of mature/weathered concrete the problems can be slightly different. There is not usually a problem of curing agent but there can be the presence of contaminants (e.g. oil, salt, fuel) which would interfere with the bond. Also as a result of weathering there could be loose material and powdery nature to the surface. This must be removed prior to application of coatings.

(c) Preparation

i) The site should be swept to remove loose dirt etc and inspected. In the case of new concrete, loose or powdery material should be removed by wire brushing and any curing agent removed as appropriate (see above). Contaminants may be removed by pressure washing or in extreme cases with light grit blasting.

ii) Any cracks or damaged areas of concrete should be repaired prior to

application of Imprint®. Cracking in concrete could indicate movement has

17 ITEM #0370101A

Page 47: CURB, SIDEWALK AND MISCELLANEOUS CONSTRUCTION...Apr 05, 2009  · Page 6, Invitation To Respond & General Project Information SECTION 3 - GENERAL INFORMATION FOR PREPARATION OF A RESPONSE

Rev. Date 10/28/05

occurred and this could reflect through to a new overlay material if not treated.

iii) Clean the surface and dry by treating with a hot compressed air (HCA)

lance.

iv) Apply the primer at a rate of about 0.02 to 0.06 US gallons per square yard depending on the porosity of the concrete. Application should be by airless spray or roller brush method. Avoid applying overly thick layers of primer. Any ‘puddling’ of primer should be brushed out. The recommended primer is designated CP type. This is solvent based and normally would be dry and ready for overlaying in one hour (minimum). Safety note: the solvent in this primer is flammable. Remove all naked flames and sources of ignition from the work area. See Imprint® Safety Data Sheet (provided by Jarvis) for details.

v) Check that the primer is touch dry before proceeding to apply Imprint®.

vi) Prepare the site by marking out and placing batten levels etc as normal

practice. (d) Application

Imprint® materials should be mixed and heated in accordance with the standard guideline instructions. Ensure the material is at the correct working temperature prior to pouring. It is particularly important when working with primed concrete to ensure good working temperatures so that the Imprint® melt can fuse with the primer and form a good adhesive bond. Do not apply if the air temperature is below 41°F. On concrete surfacing there may be construction joints or otherwise provision for movements. Imprint® should not be applied so that it bridges across these construction joints. Construction joints should be formed in the Imprint® layer. These can be installed by locating the joint positions before application of Imprint® and then subsequent saw cutting along the line of the joint through the Imprint® after it has been laid. The joint recess is then filled with a suitable sealant product. As an alternative, if the Engineer does not want the pattern of Imprint® interrupted by a joint, the joint can be formed at the time of application and the pattern arrangement planned around the location of the joints.

METHOD OF MEASUREMENT This work will be measured for payment by the square yard of Imprint installed and accepted by the Engineer.

18 ITEM #0370101A

Page 48: CURB, SIDEWALK AND MISCELLANEOUS CONSTRUCTION...Apr 05, 2009  · Page 6, Invitation To Respond & General Project Information SECTION 3 - GENERAL INFORMATION FOR PREPARATION OF A RESPONSE

Rev. Date 10/28/05

19 ITEM #0370101A

BASIS OF PAYMENT This work will be paid for at the contract unit price per square yard of “Imprint”, accepted including materials, delivery of materials, preparation, construction of the recess in pavement and installation of imprint, disposal of surplus material, tools, labor and incidental expenses. PAY ITEM DESCRIPTION PAY UNIT 0370101A IMPRINT SY

END OF SECTION

Page 49: CURB, SIDEWALK AND MISCELLANEOUS CONSTRUCTION...Apr 05, 2009  · Page 6, Invitation To Respond & General Project Information SECTION 3 - GENERAL INFORMATION FOR PREPARATION OF A RESPONSE

Technical Specifications

Page 50: CURB, SIDEWALK AND MISCELLANEOUS CONSTRUCTION...Apr 05, 2009  · Page 6, Invitation To Respond & General Project Information SECTION 3 - GENERAL INFORMATION FOR PREPARATION OF A RESPONSE

Rev. Date 10/28/05

Page 21 of 21, Special Instructions and Technical Specifications

2.3 TECHNICAL SPECIFICATIONS – Engineering Bids The CD ROM with the City's Standard Specifications is available from Merritt Graphics. If you do not have a copy of the latest version dated January 2005 you must order a copy from Merritt Graphics. Go to http://www.merrittgraphics.com/, click on the PlanWell link, select "Public PlanRoom", then select this project. Fees to purchase sets are non-refundable and will be posted on the site. There will be a small service/delivery fee for the CD.

END OF SECTION

Page 51: CURB, SIDEWALK AND MISCELLANEOUS CONSTRUCTION...Apr 05, 2009  · Page 6, Invitation To Respond & General Project Information SECTION 3 - GENERAL INFORMATION FOR PREPARATION OF A RESPONSE

SECTION 3

GENERAL INFORMATION FOR PREPARATION AND DELIVERY OF A RESPONSE

Rev. 110408

Definitions:

Bid or Proposal refers to any form of solicitation the City may use such as a Request for Bids(RFB), Request for Proposals (RFP) or request for Response (RFR).

Candidate or Respondent refers to an individual or company who is considering or hassubmitted a response to a solicitation. This is also commonly referred to as “bidder.”

City refers to the City of Hartford, the Hartford Public Schools and any other governmental entityparticipating in the RFR process and/or resulting award(s).

Provider refers to the Candidate or Candidates who receive an award and who enter into acontract with the City.

Page 52: CURB, SIDEWALK AND MISCELLANEOUS CONSTRUCTION...Apr 05, 2009  · Page 6, Invitation To Respond & General Project Information SECTION 3 - GENERAL INFORMATION FOR PREPARATION OF A RESPONSE

Section 3, Page 2

3.1 HOW TO RESPOND: Supply the required information on and along with the responseform. An explicit agent of your organization must sign the response form and anysupplementary proposal document and submit it to the address indicated in Section 1.0 –Response Checklist.

Mark the original response package as "ORIGINAL" on the front cover. We will open theresponse upon receipt if this information is not provided on the face of the envelope. In thiscase the City cannot be held responsible for the confidentiality of the response.

A. Do not wait until the due day to begin to prepare your response. Preparing yourresponse early helps avoid issues related to computer equipment or Internet accessmalfunction. It is the Candidate’s responsibility to ensure that responses are received intheir entirety, on time and at the required location.

B. Reserve

C. A certified check or bid bond, when required, will be specified in the Invitation toRespond and must accompany your response in the amount indicated. Certified checks willbe returned to all unsuccessful Candidates upon the awarding of the contract. Thesuccessful Candidate’s surety shall be held pending receipt of payment and performancebonds and execution of contract.

Bonds may be delivered via an electronic bid bond service such as Surety 2000,(www.surety2000.com) scanned and attached to your on-line submission*, mailed or handdelivered. *If you elect to scan and attach your bond to an on-line submission, the originalsurety documents must be delivered to the address in (F) below within one working day ofthe response deadline.

If your response is not accompanied by a bond, certified check or proof that a valid bondhas been obtained at the RFR opening it may be rejected.

If you manage a small business and have difficulty obtaining bonds (or just haven’t done itbefore) help is available from the Small Business Administration (SBA) through “The SuretyBond Guarantee Program.” One of the bonding companies working with this program isSuggs & Associates in Windsor, CT. For more information go to www.sba.gov, choose“Services.” Then select “Financial Assistance” and click on “Surety Bond.”

D. The successful Candidate may be required to furnish a performance bond and paymentbonds, each for the full contract amount, prior to execution of a contract and/or performanceunder Purchase Orders. Indicate the cost for these bonds, to be added to the contract sumon the response form.

For 3.1, C & D:

Surety Companies must be listed on the current Federal Register, licensed in the Stateof Connecticut and have an underwriting limitation exceeding the value of the projectwith no more than 5% of capitol in surplus tied to any one risk.

Banks must have a branch office in Connecticut with insurance provided by the FDIC.

E. The electronic files, from which you printed your hard copy proposal, are to be emailed tothe buyer identified at the bottom of the Invitation to Respond within one hour AFTER the

Page 53: CURB, SIDEWALK AND MISCELLANEOUS CONSTRUCTION...Apr 05, 2009  · Page 6, Invitation To Respond & General Project Information SECTION 3 - GENERAL INFORMATION FOR PREPARATION OF A RESPONSE

Section 3, Page 3

deadline for submitting hard copy responses. Email transmission of these documents is notencrypted and locked so if you transmit this information before the hard copy responsedeadline it may be viewed prematurely. The City is not responsible for the confidentiality ofinformation transmitted via fax, email or other electronic means.

You may convert Word documents to pdf files (in fact we would prefer this). Excelworksheets however may not be submitted as pdf files.

The purpose of submitting these files is to reduce duplicate data entry and shorten the timeneeded for City staff to create the response summary. These electronic files will not serveas a substitute for the hard copy response that must be submitted by the RFR deadline.

Failure to follow these guidelines may be just cause for rejection of the response.

3.2 CORRECTION OR WITHDRAWAL OF BIDS; CANCELLATION OF AWARDS. Correctionor withdrawal of inadvertently erroneous bids, including corrections to pricing if the accurateprice can be derived from the bid response submitted prior to the bid deadline, before or afteraward, or cancellation of awards of Contracts or Purchase Orders based on such mistakes,shall be permitted with the approval, in writing, of the Procurement Manager.

3.3 QUANTITIES AND/OR USAGES: Quantities and/or usages are estimates only and in noway represent a commitment and/or intent to purchase the estimated amount. Actual quantitiesand delivery points may vary. The City reserves the right to order all quantities that may beneeded, at the contract price, during the contract term regardless of the estimates provided inthis RFR.

3.4 QUESTIONS & ADDENDA: Supplementary information, if issued, will be placed on theState of Connecticut, DAS websitehttp://www.das.state.ct.us/Purchase/Portal/Portal_Home.asp. Candidates are responsible forobtaining all addenda related to this RFR. Candidates are advised to check for any addenda aminimum of twenty-four hours in advance of the response deadline.

Questions related to this project must be received in writing 72 hours in advance of theresponse submittal deadline. We strongly recommend that prospective Candidates reviewspecifications early in the solicitation process and submit all questions at one time. Writtenquestions are to be sent to the buyer whose name appears on the invitation to bid via email.

Responses shall be in writing, posted, in the form of an addendum on the State of Connecticut,DAS website http://www.das.state.ct.us/Purchase/Portal/Portal_Home.asp.

All communications related to this project are to be directed through the Department managingthe RFR. This is the Department listed for receipt of responses in Section 1.0. In most casesthis will be the Procurement Services Department. Candidates found to be communicating withCity or School staff outside of Procurement Services (or the Department indicated in Section1.0) will have their response rejected. The City of Hartford, the Public Schools, or its agentsshall not be responsible for any oral instructions or interpretations given to a Candidate.

3.5 CRITERIA FOR AWARD: This Request for Response (RFR) does not necessarilycontemplate an award based solely on price. Rather, the City reserves its rights to accept orreject any or all responses or any portion thereof that it may determine to be in its own bestinterests, for whatever reason.

3.6 QUALIFICATIONS OF CANDIDATES OFFERING A RESPONSE: The City may make

Page 54: CURB, SIDEWALK AND MISCELLANEOUS CONSTRUCTION...Apr 05, 2009  · Page 6, Invitation To Respond & General Project Information SECTION 3 - GENERAL INFORMATION FOR PREPARATION OF A RESPONSE

Section 3, Page 4

such investigations as deemed necessary to determine the ability of the Candidate to performthe work and the degree to which any Candidate meets the criteria for award listed herein.Each Candidate agrees to furnish the City any additional information requested.

If this RFR is set-aside for award to a small, minority or women owned business enterprise youmust receive certification prior to award. This program is described in Sec. 2-559 of theHartford Municipal Code and can be found at:http://www.hartford.gov/purchasing/Documents.htm. Qualified business, not currently certified,may obtain application forms from:http://www.hartford.gov/human_relations/ohr2.0/MWBE%20Certification.htm.

3.7 THE REQUEST FOR RESPONSE (RFR) PROCESS: Solicitations are advertised asrequired by law. The City may also send invitations to businesses as it deems appropriate.Placement on a vendor mailing list or a history of having received invitations in the past orhaving received prior contract awards in no way obligates the City to continue any form of directnotification. At the discretion of the Procurement Manager the City may remove vendors fromthe mailing list for whatever reason including a poor performance history or failure to respond toprevious invitations.

3.8 CONTRACTING: The City reserves the right to require the successful Candidate toexecute a contract in a format supplied by the City. The terms and conditions of the contract tobe signed upon the award of the RFR will supersede any inconsistent provision of the RFRdocuments. If the Candidate receiving a full or partial award fails to execute a contract asrequired, they shall be liable for, and agree to pay, on demand, the difference between the pricebid and the price for which such contract is subsequently re-awarded, including theadministrative cost of reissuing the contract. These costs will be recovered through the bidbond, if submitted, and any remaining sums due will be paid by the Candidate.

The award of any contract is subject to the following conditions and contingencies:

(a) The approval of such governmental agencies as may be required by law.(b) The appropriation of adequate funds by the proper agencies.(c) Compliance with all applicable laws, regulation, ordinances and codes of the United

States, the State of Connecticut and the City of Hartford. Sections of Hartford’s Codewhich are most often applicable such as Living Wage for services and Set-asideprogram for Small and Minority business enterprises are posted at:http://www.hartford.gov/purchasing/documents.htm. The entire City Code is available atoff the City’s Home page: http://www.hartford.gov.

(d) The selected Candidate must be current in all tax or any other monetary obligation owedto the City of Hartford.

(e) The selected Candidate must have a current EEO certification (see section 3.10) on filewith the City.

(f) If the Candidate is a corporation or other legal business entity, it must have a currentlicense to do business in the State of Connecticut that is on file with the ConnecticutSecretary of State's office, or it must be organized under the laws of the State ofConnecticut and current in terms of its required filings.

3.9 CONTRACT DOCUMENTS The Contract documents consist of the Agreement betweenOwner and Contractor (hereinafter the Agreement), this Request for Response (RFR) and itsreferenced documents, General and Supplementary Conditions, drawings, any Addenda issued,the Contractor’s response to the RFR, other documents listed in the Agreement andModifications issued after execution of the Contract. A Modification is (1) a written amendment

Page 55: CURB, SIDEWALK AND MISCELLANEOUS CONSTRUCTION...Apr 05, 2009  · Page 6, Invitation To Respond & General Project Information SECTION 3 - GENERAL INFORMATION FOR PREPARATION OF A RESPONSE

Section 3, Page 5

to the Contract signed by both parties, (2) a Change Order, (3) a Construction Change Directiveor (4) a written order for a Minor change in the Work issued by the Design Professional onbehalf of the City; the Contract Documents do include other documents such as biddingrequirements.

3.10 OBLIGATIONS OF THE CANDIDATE: At the time of the opening of proposals, eachCandidate will be presumed to be thoroughly familiar with the City's requirements, and theobjectives for each element of the project, item or service. A plea of mistake in the acceptedresponse shall not be available to the Candidate for the recovery of the bid surety or as adefense to any action based upon an accepted response.

3.11 REQUIRED FORMS:

a) Candidate’s EEO Report: As a condition of doing business with the City the selectedrespondent must be certified by the City as an Equal Employment Opportunity Employer.Certifications must be renewed annually. If your firm is not currently certified you maydown load and complete the required forms from:http://www.hartford.gov/purchasing/documents.htm. Submit completed forms with yourresponse. To check the current status of your EEO certification contact the Office of HumanRelations, 860.757.9785, fax 860.722.6486 or email: [email protected].

If your company employs four (4) or more people, please submit your EEO Policy Statementwith your Response.

b) Taxpayer's Identification Number: Every respondent must provide their TaxpayerIdentification Number on the response form. Award recipients, whether an individual,proprietor, partnership or a non-profit corporation or organization must file the InternalRevenue Service Form W-9, Request for Taxpayer Identification Number and Certificationwith the City.

3.12 SITE INSPECTION: Information contained in these documents is provided in good faithonly that all Candidates may have access to the same information utilized by the City, and is notintended as a substitute for personal investigations, interpretations and judgment of theCandidate. As information may be approximated or incomplete, Candidates should conduct athorough inspection or study of existing conditions/equipment. Any discrepancy, or need forclarification must be brought to the attention of the Architect/Engineer prior to the bid opening.

Submission of a bid shall be evidence that the Candidate has examined the site, compared itwith the drawings and specifications and satisfied itself of the conditions existing at the site, thestorage and handling of materials, and all other matters incidental to the work under thiscontract.

No additional compensation will be allowed for difficulties which the Candidate could havediscovered or reasonably anticipated prior to bidding.

3.13 PREVAILING WAGESPursuant to Section 2-550 of the Hartford Municipal Code, "the wages paid to any mechanic,laborer or workman employed upon the work herein contracted to be done shall be at a rate ofwage customary or prevailing for the same work in the same trade or occupation in the City ofHartford." A report of the most current prevailing wage rates as reported by the United StatesDepartment of Labor is provided with the Request for Bid.

Page 56: CURB, SIDEWALK AND MISCELLANEOUS CONSTRUCTION...Apr 05, 2009  · Page 6, Invitation To Respond & General Project Information SECTION 3 - GENERAL INFORMATION FOR PREPARATION OF A RESPONSE

Section 3, Page 6

3.13.1 Contractor's Wage CertificationBidders are required to complete and submit with their bid, the "Contractors Wage CertificationForm" certifying that they will pay all workmen on the payroll the prevailing wages set forth bythe United States Department of Labor.

3.13.2 Weekly Monitoring of WagesThe successful Contractor and its subcontractors shall submit to the City of Hartford, HumanRelations Director, on a weekly basis within seven (7) days after the regular payment date of thepayroll period, a weekly statement of compliance on the City of Hartford form entitled "PayrollCertification Form" a copy of which is provided herein. Due and timely compliance with thisprovision by making delivery to the Hartford Human Relations Director, 550 Main Street, GroundFloor, Hartford, CT 06106 shall be a condition precedent to the approval and transmittal of thenext and succeeding payments by the City to the contractor under the terms of this agreement.

3.14 RETAINAGE: When progress payments are being made for items being built ordesigned, the City may retain 5% of the total project cost until such time as a satisfactoryguarantee bond, if required, is posted with the City, or other terms for retainage, as may bespecified in the contract for this project, are met.

3.15 ACCEPTABLE BRANDS: The RFR specifications are not intended to limit considerationto the particular service organization or manufacturer from which they were developed.References to brand names or numbers are to be interpreted as establishing a standard ofquality and is not to be construed as limiting competition. Brand names used within thesespecifications shall be presumed to be followed by the words "or approved equal".

Burden of proving a product and/or material as equal to a specific product and/or material bybrand name is the responsibility of the Provider.

Final determination as to what is an "or equal" product will be made by the ProcurementManager in conjunction with other City staff. The City will award on the basis of the criteriastated herein, and reserves the right to waive or require compliance with any element of thespecifications.

3.16 SAMPLES: Samples are furnished free of charge and may be held for comparison withdeliveries. Candidate must arrange for their return if desired.

Samples are assumed to meet, at a minimum, City specifications for quality. All deliveries shallhave at least the same quality as the accepted proposal sample. Latent deficiencies will beremedied by the contractor at no additional cost, or loss of service, to the City.

3.17 RESPONSE DEVELOPMENT: Candidates are responsible for all costs and expensesincurred in the preparation of a response and for any subsequent work on the response that isrequired by the City of Hartford. Any submittal is the property of the City of Hartford and will notbe returned.

3.18 REGISTERING WITH THE SECRETARY OF STATE: Generally a foreign (meaning outof State) corporation or LLC must file with the Secretary of State Office to do business in thestate. Foreign Corporations should review Sect. 33-920 of the Connecticut General Statutes. Ifthey do not find that the exemptions apply to them they must file a "Certificate of Authority."

Foreign LLC's are covered under Sections 34-222 to 34-236. If the exemptions (in 34-235) donot apply to them they must file a "Certification of Registration."

Page 57: CURB, SIDEWALK AND MISCELLANEOUS CONSTRUCTION...Apr 05, 2009  · Page 6, Invitation To Respond & General Project Information SECTION 3 - GENERAL INFORMATION FOR PREPARATION OF A RESPONSE

Section 3, Page 7

Companies may obtain forms and more information from the Secretary of the State web sitelocated at: http://www.sots.ct.gov/CommercialRecording/Crdindex.html. Their number is860.509.6002.

The State of Connecticut General Statutes can be found at:http://search.cga.state.ct.us/dtsearch_pub_statutes.html. Enter the section number with hyphenand in the "In Database(s)" window select "Statutes - Section text."

3.19 TIME PROVISIONS: The content of any response submitted is to remain valid andavailable to the City for ninety (90) days from the day proposals are due.

3.20. PERFORMANCE BOND AND LABOR & MATERIAL BONDThe successful contractor will be required to submit a Performance Bond and Payment Bond inthe amount of 100% of contract award within 10 days of award. Said bonds shall be issued byan Insurance Company and said surety companies must be listed on the current FederalRegister, licensed in the State of Connecticut with an underwriting limitation exceeding the valueof the project with no more than 5% of capital in surplus tied to any one risk.

3.21. INSURANCEList the name and address of the bidder’s insurance agent as part of the bid. The successfulContractor shall be required to furnish insurance coverage, acceptable to the City, within ten(10) days from notice of award and must name the City as an additional insured on the face ofthe document. The City's standard insurance requirements are available athttp://www.hartford.gov/purchasing/Documents.htm. Download document #1007_ConstructionInsurance Requirements.

3.22 PERFORMANCE EVALUATIONThe Contractor understands that during the course of and at the conclusion of the project thatthe City will evaluate his/her overall performance. Based on information gathered from theCity’s project management team, the Procurement Manager will assess factors including, butnot limited to, quality of work or service, completion record, job supervision, working relationshipwith other providers, bills for extras, organization, cooperation, worksite cleanliness andcompliance with City MBE requirements. The contractor further understands and agrees thatthis record will be available for public scrutiny both in the project file and on the City’s websitefor a minimum of two years. The contractor will not contest the Procurement Manager’s scoringwhich will be final.

3.23 SUBCONTRACTORSThe Bidder shall not subcontract any portion of the project to be performed unless the priorconsent of the City is given for both the work to be subcontracted and the subcontractor toperform the same. The terms and conditions of the underlying contract between the City andContractor will become part and parcel of the terms and conditions of each subcontract. Theidentities of subcontractors will be submitted after the bid opening.

For the Lump Sum Bid:Bidders are required to indicate in the space provided on the response form:a. The nature of work to be performed by each subcontractor;b. The subcontractor’s business namec. The dollar amount of the individual subcontract included in the base bid;d. The percentage of the value of the subcontract to the base bid;e. If the subcontractor is a woman / minority business enterprise currently certified by

Page 58: CURB, SIDEWALK AND MISCELLANEOUS CONSTRUCTION...Apr 05, 2009  · Page 6, Invitation To Respond & General Project Information SECTION 3 - GENERAL INFORMATION FOR PREPARATION OF A RESPONSE

Section 3, Page 8

the City of Hartford.For the Alternates:Identify the information outlined in 3.23 a-e for any alternate bid item(s) separately.

3.24. Minority Business Utilization (MBE)Bidders are required to set-aside for Minority Businesses the portion of work specified in the“Construction Contract Summary” sheet located behind the cover sheet for this bid. Bidders areencouraged to exceed the set-aside requirement specified. The City's Minority Business listingas further described in section 3.6 shall be used by Bidders in selecting minority businesscontractors.

The sum of all minority business subcontracts shall be equal to or greater than the percentagespecified in the “Construction Contract Summary Sheet” regardless of how the bid is awarded(base only or base plus one or more alternates). Failure to comply with the required percentageof minority business utilization will be cause for rejection of bid.When alternate bid items are included in the proposal, the “Subcontractor UtilizationCommitment” form should be completed separately for each alternate bid item.

3.24.1 City Certification RequiredBidders shall utilize Minority subcontractors who hold a current certification by the City ofHartford. Certifications by any other government entity shall not be sufficient to qualify thesubcontractor to participate in the City of Hartford's minority business utilization preferenceprogram. In selecting its minority subcontractors, Bidder is cautioned to seek documented proofthat its subcontractors hold valid certification by the City. Failure to identify City certifiedMinority Business subcontractors will be cause for rejection of bid.

3.24.2 Percentage of Work to be PerformedDesignated MBE’s shall perform at least 70% of the work with their own forces and as part oftheir own operations excluding the manufacture or purchase of proprietary products.

3.24.3. Minority Business ListingA listing of Minority Businesses holding certification by the City of Hartford is available athttp://www.hartford.gov/human_relations/REGREPORTReformat.pdf or in the Office of HumanRelations, 550 Main Street, Hartford, CT 06103. The City’s listing of minority businesses iscomprised of companies whereby at least 51% of the company is owned and operated by oneor more of the following group persons: Black Americans, Hispanic Americans, Women, AsianPacific Americans, Pacific Islanders, American Indians and descendants from the IberianPeninsula. It should be understood that such listings are made available to assist Bidders insatisfying bid requirements; however, Bidder's selection of a subcontractor is its soleresponsibility and all work performed under the contract shall be Bidder's sole responsibility.The City does not sponsor or recommend the selection of any one vendor. Certification by theCity of Hartford as a minority business does not imply that the business is qualified to performthe work specified in this bid. The City reserves the right to request alternate minoritysubcontractors for whatever reason.

3.24.4. Proof of Minority Business Utilization RequiredPrior to award of contract, the successful Bidder shall be required to file with the City Engineerthe actual form of subcontract with subcontractor(s) named in at least the minimum dollar valueas stated in the "Subcontractor Utilization Commitment" form. The subcontract shall state thepercentage of work which will be performed by the MBE with its own forces and as part of itsoperation. Failure to comply with proof of subcontract within 10 days of notification may result inthe rejection of bid and may be cause for forfeiture of Bidders' bid surety. Further, the City

Page 59: CURB, SIDEWALK AND MISCELLANEOUS CONSTRUCTION...Apr 05, 2009  · Page 6, Invitation To Respond & General Project Information SECTION 3 - GENERAL INFORMATION FOR PREPARATION OF A RESPONSE

Section 3, Page 9

reserves the right to monitor the performance and payment of such subcontracts; therefore,upon request by the City, the successful Bidder shall be required to furnish proof of payment toits subcontractors. Failure to comply with such monitoring requirements within ten days ofwritten request will result in the withholding of payment to Bidder

3.24.5 Changes in Subcontractors after AwardThe successful Bidder may not change subcontractor(s) after the contract has been let unlessand until it has received written approval from the City of Hartford. Any such approval shall bebased upon a written request by the Contractor or City, which details performance and/or otherissues related to the subcontractor(s).

3.25 EQUAL EMPLOYMENT OPPORTUNITY/AFFIRMATIVE ACTION REQUIREMENTS

General Information3.25.1 The successful Bidder, as a condition of being awarded this contract shall agree tocomply with all contractual Equal Employment Opportunity/Affirmative Action performancerequirements as outlined herein. All contractors, sub-contractors, vendors, and labor referralorganizations must, as a condition of their participation upon city of Hartford capital constructionprojects, comply with the provisions of “Chapter 2, Article X” of the Municipal Code and the“Greater Hartford Affirmative Action Plan” established pursuant thereto. All Bidders are directedto the Proposal section wherein special bid submittal items related to this section are outlined.3.25.2 The successful Bidder, as requirement of final contract execution will additionallyagree to comply with the following provisions:

a. Sign and submit the document entitled “Equal Employment Opportunity Agreementand Certificate Pursuant To The Execution of a Contract With the City of Hartford,Connecticut”.b. Sign and submit the document entitled “Affidavit For Becoming Signatory to theGreater Hartford Affirmative Action Plan”.c. Submit a report of current company employment statistics on the included form. (SeeBidding Requirements/Bid Proposald. Submit a copy of company “Equal Employment Opportunity Policy Statement”properly signed by Company official on company letterhead.e. Submit an agreement to notify the Hartford Commission on Human Relations as toall employment openings occurring with the company during the pendency of this contractunless otherwise expressly prohibited by collective bargaining agreement (such agreementsmust be so identified where they exist).These forms are available on-line at http://www.hartford.gov/purchasing/Documents.htm ifnot included in the Sample Form section.

3.25.3 The successful Bidder further agrees that the requirements as noted in paragraphs2, a-e shall likewise apply to all on site construction sub-contractors.

3.25.4 Prior to contract award, the City of Hartford reserves the right to review a Biddersqualifications and ability to comply with the equal employment opportunity/affirmative actionprogram requirements as contained in this bid document.

3.25.5 During the Performance of this contract, the contractor will agree to permitauthorized City of Hartford staff to perform on-site project monitoring related to the contractualequal employment opportunity/affirmative action performance requirements. The primecontractor, additionally agrees on behalf of his/her company and all subcontractors to submit thefollowing reports during while performing under this contract:

a. Payroll Certification Form within 10 working days of end of reporting month.

Page 60: CURB, SIDEWALK AND MISCELLANEOUS CONSTRUCTION...Apr 05, 2009  · Page 6, Invitation To Respond & General Project Information SECTION 3 - GENERAL INFORMATION FOR PREPARATION OF A RESPONSE

Section 3, Page 10

b. Minority/Women Business Enterprise (M/WBE) Payment Status Reports (whereapplicable) upon request by the Commission on Human Relations.c. Status reports as to special training and/or employment residency requirements(where applicable) upon prescribed forms.

3.25.6 The successful Bidder shall agree that neither he/she nor any subcontractors willdischarge, expel or otherwise discriminate against any person because he/she has opposedany unfair employment practice or because he/she has filed a complaint or testified or assistedin any proceeding under Section 31-127 of the Connecticut State Statutes. The advertisementof employment opportunities shall be carried out in such manner as not to restrict suchemployment so as to discriminate against individuals because of their race, creed, color, age,sex, national origin, physical or mental handicap, religion, or sexual orientation except in thecase of a bona fide occupational qualification or need.

3.26. EEO/AFFIRMATIVE ACTION REPORTAs a condition of doing business with the City the selected Bidder must be certified by the Cityas an Equal Employment Opportunity Employer. Certifications must be renewed annually. Ifyour firm is not currently certified you may obtain the required forms on-line at:http://www.hartford.gov/purchasing/documents.htm and submit completed forms with yourresponse.Note that the EEO form contains the Hartford Affirmative Action Plan. The terms and conditionsof the Plan are an integral part of the Standard Contract between the City and successfulBidder. A sample report form is included in the “Sample Forms” section of this document. Tocheck the current status of your EEO certification contact the Office of Human Relations,860.543.8595, fax 860.722.6486 or email: [email protected].

3.26.1 Monthly Employment Utilization ReportThe successful Bidder shall be required to submit a "Monthly Employment Utilization Report,"(the form is provided in this Request for Bid). Bidder agrees to the following goals:· a minimum of 15% of the total project hours by trade shall be allocated to minority workers.· a goal of 50% of the total project hours by trade allocated to minority workers.· a Hartford resident employment goal of 30% by trade.

The EEO Report (available at: http://www.hartford.gov/purchasing/Documents.htm), togetherwith the Monthly Employment Utilization report submitted by Contractor will be used todetermine compliance with this Affirmative Action Plan. Contractor understands and agrees thatits failure to achieve and maintain the minimum minority participation stated herein will beconsidered a breach of contract.

Specific instructions for completing this form are provided directly on the back of the form. Theform shall be submitted to the Human Relations Director, Municipal Building, 550 Main Street,Hartford, CT 06103. Extra copies of the form or assistance in completing the form may be hadbe calling or visiting the office of the Human Relations Director. It is imperative that this form besubmitted on time; failure to do so will be grounds for the City's withholding of all furtherpayments until the forms are received.

END OF SECTION

Page 61: CURB, SIDEWALK AND MISCELLANEOUS CONSTRUCTION...Apr 05, 2009  · Page 6, Invitation To Respond & General Project Information SECTION 3 - GENERAL INFORMATION FOR PREPARATION OF A RESPONSE

SECTION 4 - GENERAL REQUIREMENTS OF THE CONTRACT

NOTE: SAMPLE FORMS contain important information on the requirements of contract. You are responsible for obtaining a copy prior to responding. You may obtain copies over the Internet at the links provided below. Adobe Acrobat Reader may be required to view this document. If you do not have this software you may down load it for free from Adobe. A link to the Adobe site is provided. Sample Form of Contract, included in this document by reference

is available at: http://www.hartford.gov/purchasing/Documents.htm Document titled: Sample Form of Agreement_AIA A101

Sample General and Supplementary Conditions, included in this

document by reference is available at: http://www.hartford.gov/purchasing/Documents.htm Document titled: General Conditions of the Contract_AIA A201

Sample Performance Bond, included in this document by reference

is available at: http://www.hartford.gov/purchasing/Documents.htm Document titled: Sample Performance Bond_AIA A312

Sample Forms, included in this document by reference, are

available at http://www.hartford.gov/purchasing/Documents.htm Document titled: Standard Construction Sample Forms:

Bid Bond 1 Subcontractor Utilization Commitment 2 Contractor’s EEO Report 2 Contractor’s Wage Certification form 1 EEO / Affirmative Action Requirements Certificate 3 EEO Policy Statement 1 Certificate of Non-segregated Facilities 1 Affidavit – Signatory to Greater Hartford Affirmative Action Plan 1 Notification of Job Openings During Project 1 About Compliance Reports 1 Monthly Workforce Utilization Report 1 Monthly M/WBE Payment Status Report 1 Final M/WBE Payment Status Report 1 Payroll Certification Form 2

END OF SECTION

Page 62: CURB, SIDEWALK AND MISCELLANEOUS CONSTRUCTION...Apr 05, 2009  · Page 6, Invitation To Respond & General Project Information SECTION 3 - GENERAL INFORMATION FOR PREPARATION OF A RESPONSE

Project: Curb, Sidewalk And Miscellaneous Construction, DPW #E08-02

Minimum Rates and Classifications for Heavy/Highway Construction H 12222 Connecticut Department of Labor Wage and Workplace Standards Division 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.

Project Number: 4428 Project Town: Hartford FAP Number: State Number: Project: Curb, Sidewalk And Miscellaneous Construction, DPW #E08-02

CLASSIFICATION Hourly Rate Benefits 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 7**

1) Boilermaker $33.79 34% + 8.96

1a) Bricklayer, Cement Masons, Cement Finishers, Plasterers, Stone Masons $32.10 18.83

2) Carpenters, Piledrivermen $29.00 17.80

As of: 5/28/2009

Page 63: CURB, SIDEWALK AND MISCELLANEOUS CONSTRUCTION...Apr 05, 2009  · Page 6, Invitation To Respond & General Project Information SECTION 3 - GENERAL INFORMATION FOR PREPARATION OF A RESPONSE

Project: Curb, Sidewalk And Miscellaneous Construction, DPW #E08-02

2a) Diver Tenders $29.00 17.80

3) Divers $37.46 17.80

4) Painters: (Bridge Construction) Brush, Roller, Blasting (Sand, Water, $37.65 14.20 etc.), Spray

4a) Painters: Brush and Roller $27.87 14.00

4b) Painters: Spray Only $30.87 14.00

4c) Painters: Steel Only $29.87 14.00

4d) Painters: Blast and Spray $30.87 14.00

4e) Painters: Tanks, Tower and Swing $29.87 14.00

As of: 5/28/2009

Page 64: CURB, SIDEWALK AND MISCELLANEOUS CONSTRUCTION...Apr 05, 2009  · Page 6, Invitation To Respond & General Project Information SECTION 3 - GENERAL INFORMATION FOR PREPARATION OF A RESPONSE

Project: Curb, Sidewalk And Miscellaneous Construction, DPW #E08-02

5) Electrician (Trade License required: E-1,2 L-5,6 C-5,6 T-1,2 L-1,2 $34.40 18.57 V-1,2,7,8,9)

6) Ironworkers: (Ornamental, Reinforcing, Structural, and Precast Concrete $32.40 23.58 + a Erection

7) Plumbers (Trade License required: (P-1,2,6,7,8,9 J-1,2,3,4 SP-1,2) and $35.37 19.71 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)

----LABORERS----

8) Group 1: Laborer (Unskilled); Common or General $24.25 14.45

9) Group 2: Chain saw operators, fence and guard rail erectors, pneumatic $24.50 14.45 tool operators, powdermen, air tool operator.

10) Group 3: Pipelayers (Installation of water, storm drainage or sewage lines $24.75 14.45 outside of the building line with P6, P7 license)

11) Group 4: Jackhammer/Pavement breaker (handheld); mason tenders $24.75 14.45 (cement/concrete), catch basin builders, asphalt rakers, air track operators, block pavers and curb setters.

As of: 5/28/2009

Page 65: CURB, SIDEWALK AND MISCELLANEOUS CONSTRUCTION...Apr 05, 2009  · Page 6, Invitation To Respond & General Project Information SECTION 3 - GENERAL INFORMATION FOR PREPARATION OF A RESPONSE

Project: Curb, Sidewalk And Miscellaneous Construction, DPW #E08-02

12) Group 5: Toxic waste workers (non-mechanical systems). $26.25 14.45

13) Group 6: Blasters $26.00 14.45

Group 7: Asbestos Removal, non-mechanical systems (does not include $25.25 14.45 leaded joint pipe).

Group 8: Traffic control signalmen. $16.00 14.45

----LABORERS (TUNNEL CONSTRUCTION, FREE AIR). Shield Drive and Liner Plate Tunnels in Free Air.---- Last updated 4/5/09----

13a) Miners, Motormen, Mucking Machine Operators, Nozzle Men, Grout $28.58 14.45 + a Men, Shaft & Tunnel Steel & Rodmen, Shield & Erector, Arm Operator, Cable Tenders

13b) Brakemen, Trackmen $27.75 14.45 + a

14) Concrete Workers, Form Movers, and Strippers $27.75 14.45 + a

As of: 5/28/2009

Page 66: CURB, SIDEWALK AND MISCELLANEOUS CONSTRUCTION...Apr 05, 2009  · Page 6, Invitation To Respond & General Project Information SECTION 3 - GENERAL INFORMATION FOR PREPARATION OF A RESPONSE

Project: Curb, Sidewalk And Miscellaneous Construction, DPW #E08-02

15) Form Erectors $28.03 14.45 + a

----ROCK SHAFT LINING, CONCRETE, LINING OF SAME AND TUNNEL IN FREE AIR:----Last updated 4/5/09----

16) Brakemen, Trackmen, Tunnel Laborers, Shaft Laborers $27.75 14.45 + a

17) Laborers Topside, Cage Tenders, Bellman $27.65 14.45 + a

18) Miners $28.58 14.45 + a

----TUNNELS, CAISSON AND CYLINDER WORK IN COMPRESSED AIR: ----Last updated 4/5/09----

18a) Blaster $34.19 14.45 + a

19) Brakemen, Trackmen, Groutman, Laborers, Outside Lock Tender, Gauge $34.02 14.45 + a Tenders

As of: 5/28/2009

Page 67: CURB, SIDEWALK AND MISCELLANEOUS CONSTRUCTION...Apr 05, 2009  · Page 6, Invitation To Respond & General Project Information SECTION 3 - GENERAL INFORMATION FOR PREPARATION OF A RESPONSE

Project: Curb, Sidewalk And Miscellaneous Construction, DPW #E08-02

20) Change House Attendants, Powder Watchmen, Top on Iron Bolts $32.30 14.45 + a

21) Mucking Machine Operator $34.70 14.45 + a

----TRUCK DRIVERS----(*see note below)

Two axle trucks $26.98 13.48 + a

Three axle trucks; two axle ready mix $27.08 13.48 + a

Three axle ready mix $27.13 13.48 + a

Four axle trucks, heavy duty trailer (up to 40 tons) $27.18 13.48 + a

Four axle ready-mix $27.23 13.48 + a

As of: 5/28/2009

Page 68: CURB, SIDEWALK AND MISCELLANEOUS CONSTRUCTION...Apr 05, 2009  · Page 6, Invitation To Respond & General Project Information SECTION 3 - GENERAL INFORMATION FOR PREPARATION OF A RESPONSE

Project: Curb, Sidewalk And Miscellaneous Construction, DPW #E08-02

Heavy duty trailer (40 tons and over) $27.43 13.48 + a

Specialized earth moving equipment other than conventional type on-the road $27.23 13.48 + a trucks and semi-trailer (including Euclids)

----POWER EQUIPMENT OPERATORS----

Group 1: Crane handling or erecting structural steel or stone, hoisting $34.05 17.75 + a engineer (2 drums or over), front end loader (7 cubic yards or over), Work Boat 26 ft. & Over.

Group 2: Cranes (100 ton rate capacity and over); Excavator over 2 cubic $33.73 17.75 + a yards; Piledriver ($3.00 premium when operator controls hammer)

Group 3: Excavator; Cranes (under 100 ton rated capacity), Gradall; Master $32.99 17.75 + a 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.).

Group 4: Trenching Machines; Lighter Derrick; CMI Machine or Similar; $32.60 17.75 + a Koehring Loader (Skooper)

Group 5: Specialty Railroad Equipment; Asphalt Spreader; Asphalt $32.01 17.75 + a 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)

As of: 5/28/2009

Page 69: CURB, SIDEWALK AND MISCELLANEOUS CONSTRUCTION...Apr 05, 2009  · Page 6, Invitation To Respond & General Project Information SECTION 3 - GENERAL INFORMATION FOR PREPARATION OF A RESPONSE

Project: Curb, Sidewalk And Miscellaneous Construction, DPW #E08-02

Group 5 continued: Side Boom; Combination Hoe and Loader; Directional $32.01 17.75 + a Driller.

Group 6: Front End Loader (3 up to 7 cubic yards); Bulldozer (rough grade $31.70 17.75 + a dozer).

Group 7: Asphalt Roller; Concrete Saws and Cutters (ride on types); Vermeer $31.36 17.75 + a Concrete Cutter; Stump Grinder; Scraper; Snooper; Skidder; Milling Machine (24" and Under Mandrel).

Group 8: Mechanic, Grease Truck Operator, Hydroblaster, Barrier Mover, $30.96 17.75 + a Power Stone Spreader; Welder; Work Boat under 26 ft.; Transfer Machine.

Group 9: Front End Loader (under 3 cubic yards), Skid Steer Loader $30.53 17.75 + a regardless of attachments (Bobcat or Similar); Fork Lift, Power Chipper; Landscape Equipment (including hydroseeder).

Group 10: Vibratory Hammer, Ice Machine, Diesel and Air Hammer, etc. $28.49 17.75 + a

Group 11: Conveyor, Earth Roller; Power Pavement Breaker (whiphammer), $28.49 17.75 + a Robot Demolition Equipment.

Group 12: Wellpoint Operator. $28.43 17.75 + a

As of: 5/28/2009

Page 70: CURB, SIDEWALK AND MISCELLANEOUS CONSTRUCTION...Apr 05, 2009  · Page 6, Invitation To Respond & General Project Information SECTION 3 - GENERAL INFORMATION FOR PREPARATION OF A RESPONSE

Project: Curb, Sidewalk And Miscellaneous Construction, DPW #E08-02

Group 13: Compressor Battery Operator. $27.85 17.75 + a

Group 14: Elevator Operator; Tow Motor Operator (Solid Tire No Rough $26.71 17.75 + a Terrain).

Group 15: Generator Operator; Compressor Operator; Pump Operator; $26.30 17.75 + a Welding Machine Operator; Heater Operator.

Group 16: Maintenance Engineer $25.65 17.75 + a

Group 17: Portable asphalt plant operator; portable crusher plant operator; $29.96 17.75 + a portable concrete plant operator.

Group 18: Power Safety Boat; Vacuum Truck; Zim Mixer; Sweeper; $27.54 17.75 + a (minimum for any job requiring CDL license).

**NOTE: SEE BELOW

----LINE CONSTRUCTION----(Railroad Construction and Maintenance)----Last updated 8/31/08----

As of: 5/28/2009

Page 71: CURB, SIDEWALK AND MISCELLANEOUS CONSTRUCTION...Apr 05, 2009  · Page 6, Invitation To Respond & General Project Information SECTION 3 - GENERAL INFORMATION FOR PREPARATION OF A RESPONSE

Project: Curb, Sidewalk And Miscellaneous Construction, DPW #E08-02

20) Lineman, Cable Splicer, Dynamite Man $35.65 10.70 + 6.25%

21) Heavy Equipment Operator $22.09 10.70 + 6.25%

22) Equipment Operator, Tractor Trailer Driver, Material Men $30.30 10.70 + 6.25%

23) Driver Groundmen $26.74 10.70 + 6.25%

----LINE CONSTRUCTION----Last updated 8/31/08----

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

As of: 5/28/2009

Page 72: CURB, SIDEWALK AND MISCELLANEOUS CONSTRUCTION...Apr 05, 2009  · Page 6, Invitation To Respond & General Project Information SECTION 3 - GENERAL INFORMATION FOR PREPARATION OF A RESPONSE

Project: Curb, Sidewalk And Miscellaneous Construction, DPW #E08-02

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: 5/28/2009

Page 73: CURB, SIDEWALK AND MISCELLANEOUS CONSTRUCTION...Apr 05, 2009  · Page 6, Invitation To Respond & General Project Information SECTION 3 - GENERAL INFORMATION FOR PREPARATION OF A RESPONSE

Project: Curb, Sidewalk And Miscellaneous Construction, DPW #E08-02

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 extra Crane with 250 ft. boom (including jib) - $5.00 extra Crane with 300 ft. boom (including jib) - $7.00 extra Crane with 400 ft. boom (including jib) - $10.00 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.

~~Connecticut General Statute Section 31-55a: Annual Adjustments to wage rates by contractors doing state work ~~

The Prevailing wage rates applicable to this project are subject to annual adjustments each July 1st for the duration of the project. 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.

As of: 5/28/2009

Page 74: CURB, SIDEWALK AND MISCELLANEOUS CONSTRUCTION...Apr 05, 2009  · Page 6, Invitation To Respond & General Project Information SECTION 3 - GENERAL INFORMATION FOR PREPARATION OF A RESPONSE

Project: Curb, Sidewalk And Miscellaneous Construction, DPW #E08-02

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. 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.

As of: 5/28/2009