town of new milford · business enterprises are encouraged to apply funded by: the taxpayers of the...

114
1 Town of New Milford Project Manual and Bid Documents For: 2018 BAN Road Reconstruction Project Affirmative Action /Equal Opportunity Employer Minority/Women Business Enterprises are encouraged to apply Funded by: The taxpayers of the Town of New Milford Prepared By: Town of New Milford Public Works Department Michael F. Zarba, P.E., Public Works Director 10 Main Street New Milford, CT 06676 Phone (860) 355-6040 Fax (860) 355-6055 The plans and project manual are available electronically for free. Responsible bidders must register with Daniel Stanton, PE – Town Engineer and Valerie Douglas – Purchasing Facilitator per bid notification Mayor Pete Bass

Upload: others

Post on 08-Jul-2020

2 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: Town of New Milford · Business Enterprises are encouraged to apply Funded by: The taxpayers of the Town of New Milford Prepared By: Town of New Milford Public Works Department Michael

1

Town of New Milford Project Manual and Bid Documents

For:

2018 BAN Road Reconstruction Project

Affirmative Action /Equal Opportunity Employer

Minority/Women

Business Enterprises are encouraged to apply

Funded by: The taxpayers of the Town of New Milford

Prepared By:

Town of New Milford Public Works Department

Michael F. Zarba, P.E., Public Works Director 10 Main Street

New Milford, CT 06676 Phone (860) 355-6040 Fax (860) 355-6055

The plans and project manual are available electronically for free.

Responsible bidders must register with Daniel Stanton, PE – Town Engineer and Valerie Douglas – Purchasing Facilitator per bid

notification

Mayor Pete Bass

Page 2: Town of New Milford · Business Enterprises are encouraged to apply Funded by: The taxpayers of the Town of New Milford Prepared By: Town of New Milford Public Works Department Michael

2

TABLE OF CONTENTS

REQUEST FOR BIDS ................................................................................................................................. 4 

INFORMATION FOR BIDDERS........................................................................................................... 5 1.  RECEIPT AND OPENING OF BIDS: ........................................................................................... 6 2.  PREPARATION OF BID: .............................................................................................................. 6 3.  SUBCONTRACTS: ......................................................................................................................... 6 4.  QUALIFICATIONS OF BIDDER: ................................................................................................. 6 5.  BID SECURITY: ............................................................................................................................. 7 6.  LIQUIDATED DAMAGES FOR FAILURE TO ENTER INTO CONTRACT: .......................... 7 7.  TIME OF COMPLETION AND LIQUIDATED DAMAGES: ..................................................... 7 8.  CONDITIONS OF WORK: ............................................................................................................. 7 9.  ADDENDA AND INTERPRETATIONS: ................................................................................... 7 10. SECURITY FOR FAITHFUL PERFORMANCE: .......................................................................... 7 11. POWER OF ATTORNEY: ............................................................................................................... 8 12. NOTICE OF SPECIAL CONDITIONS: .......................................................................................... 8 13. LAWS AND REGULATIONS: ...................................................................................................... 8 14. OBLIGATION OF BIDDER: ........................................................................................................... 8 15. HIRING OF LOCAL LABOR: ........................................................................................................ 8 16. AFFIRMATIVE ACTION REQUIREMENTS: .............................................................................. 8 

SECTION I – CONTRACT AGREEMENT ............................................................................................. 9 

ARTICLE 1 – DEFINITIONS AND TERMINOLOGY ...................................................................... 10 1.1 Defined Terms: .................................................................................................................................... 10 1.2 Abbreviations: ..................................................................................................................................... 11 1.3 Substitutes "(Or Equal Clauses)": .......................................................................................................... 11 

ARTICLE 2 – CONTRACT PERIOD .................................................................................................. 12 2.1 Contract Timeframe: ............................................................................................................................. 12 2.2 Modification Procedures ......................................................................................................................... 13 

ARTICLE 3 – BIDDING REQUIREMENTS AND FORMS .............................................................. 14 3.1 Special Provisions ................................................................................................................................. 14 3.2 Corrections .......................................................................................................................................... 14 3.3 Time for Receiving Bids ......................................................................................................................... 14 3.4 Opening of Bids ................................................................................................................................... 14 3.5 Withdrawal of Bids .............................................................................................................................. 14 3.6 Award of Contract: Rejection of Bids ....................................................................................................... 14 3.7 Representations of Contractors: ............................................................................................................... 15 3.8 Bid Forms: ......................................................................................................................................... 16 3.9 Execution of Agreement and Bonds ......................................................................................................... 27 3.10 Insurance Requirements: ...................................................................................................................... 28 

ARTICLE 4 – PAYMENT, MEASUREMENT AND SUBMISSIONS .............................................. 29 4.1 Payments: ........................................................................................................................................... 29 4.2 Certificate of Completion: ....................................................................................................................... 31 4.3 Final Payment: .................................................................................................................................... 31 4.4 Statement Showing Amount Due For Wages Material and Supplies: ............................................................. 31 4.5 Town Right to Withhold Payments: ......................................................................................................... 32 

ARTICLE 5 – GENERAL CONDITIONS ........................................................................................... 32 5.1 Town Right to Stop Work or Terminate Contract: ..................................................................................... 32 5.2 All Work Subject To Control of the Engineer: .......................................................................................... 33 5.3 Engineer Control Not Limited: .............................................................................................................. 33 

Page 3: Town of New Milford · Business Enterprises are encouraged to apply Funded by: The taxpayers of the Town of New Milford Prepared By: Town of New Milford Public Works Department Michael

3

ARTICLE 6 – INSTRUCTIONS TO BIDDERS .................................................................................. 33 6.1 Obligation of Bidders: ........................................................................................................................... 33 6.2 Working Hours and Holidays: ............................................................................................................... 34 6.3 Qualifications for Employment: ............................................................................................................... 35 6.4 Payment of Employees: .......................................................................................................................... 35 6.5 Accident Prevention: ............................................................................................................................. 35 

ARTICLE 7 – PROTECTION OF PROPERTY .................................................................................. 35 7.1 Protection of Work and Property: ............................................................................................................ 35 7.2 Power of Contractor to Act in an Emergency: ............................................................................................. 36 7.3 Uses of Premises and Removal of Debris: .................................................................................................. 36 7.4 Driveways and Property Entrances: ......................................................................................................... 36 7.5 Occupying Private Land: ....................................................................................................................... 37 7.6 Preservation of Trees: ............................................................................................................................ 37 7.7 Watchman: ......................................................................................................................................... 37 

ARTICLE 8 – CONTRACTOR’S RESPONSIBILITIES ................................................................... 37 8.1 Contractor's Title to Materials: ............................................................................................................... 37 8.2 Superintendence by Contractor: ................................................................................................................ 37 8.3 Patent Right: ...................................................................................................................................... 38 8.4 Permits and Regulations: ....................................................................................................................... 38 8.5 Correction of Work: ............................................................................................................................. 38 8.6 Provisions Required By Law Deemed Inserted: ........................................................................................... 38 8.7 Sub-contracting, Subletting Successor and Assigns: ...................................................................................... 38 

ARTICLE 9 – TRAFFIC AND SAFETY PRECAUTIONS ................................................................ 39 9.1 Maintenance of Traffic: ......................................................................................................................... 39 9.2 Interference With and Protection of Streets: ................................................................................................ 39 9.3 Insufficiency of Safety Precautions: ........................................................................................................... 40 9.4 Sanitary Regulations: ............................................................................................................................ 40 9.5 Dust: ................................................................................................................................................. 40 

ARTICLE 10 – MATERIAL INSPECTIONS AND TESTS ............................................................... 41 10.1 Materials: ......................................................................................................................................... 41 10.2 Inspection and Tests: ........................................................................................................................... 41 10.3 Handling and Distribution: ................................................................................................................. 42 10.4 Inspection of Work Away From the Site: ................................................................................................ 42 10.5 Storage of Materials and Equipment: ..................................................................................................... 42 

ARTICLE 11 – DRAWINGS, SPECIFICATIONS AND SCHEDULES ........................................... 43 11.1 Contractor's Shop and Working Drawings: ............................................................................................. 43 11.2 Coordination of Plans/Specifications ...................................................................................................... 44 11.3 Dimensions of Existing Structures: ........................................................................................................ 44 11.4 Work To Conform: ............................................................................................................................ 44 11.5 Planning And Progress Schedules: ......................................................................................................... 44 11.6 Precautions During Adverse Weather ..................................................................................................... 44 

SECTION II – APPENDICES ................................................................................................................. 46 

APPENDIX B – CT DEPARTMENT OF LABOR– WAGE RATES ................................................................. 48 APPENDIX C - CONTRACT SIGNATURE PAGE ......................................................................................... 49 

Page 4: Town of New Milford · Business Enterprises are encouraged to apply Funded by: The taxpayers of the Town of New Milford Prepared By: Town of New Milford Public Works Department Michael

4

PURCHASING AUTHORITY Town of New Milford, Connecticut

REQUEST FOR BIDS Sealed bids will be received at the Purchasing Office until 3:00 p.m., on Thursday, May 24, 2018. Bids must be in a sealed envelope, addressed to the Purchasing Authority, 10 Main Street, New Milford, CT 06776, and clearly marked: 2018 BAN Road Reconstruction Project. Bids will be opened publicly in the E. Paul Martin Room by the Purchasing Authority, Thursday, May 24, 2018 at 3:30 p.m. Late bids will be considered informal and rejected. INTENT: The Town is seeking a construction company for the reconstruction of Great Brook Road, Stephanie Drive, Sega Drive, Blue Bonnet Knoll and Roadside Court. This work will include storm drainage, reclamation, grading, paving and other associated work. Specifications and bid forms may be obtained online at www.newmilford.org. When applicable, state bids will be considered for this product/service. Each bidder is required to register with the Town of New Milford in order to access the road plans. Please email Dan Stanton, Town Engineer, at [email protected] and Valerie Douglass, Purchasing Specialist, at [email protected] for access to the plan documents. These plans are provided free of charge upon registering. Only registered contractors will be considered responsive. The Purchasing Authority reserves the right to reject any and all bids. In addition to the bid specifications, all bids are subject to the terms, provisions and conditions of the New Milford “Municipal Purchases” Ordinance, set forth in Article III, Section 2-92 (a) through (o) inclusive, of the Code of New Milford. By bidding on the proposed purchase, the bidder agrees to such terms, provisions and conditions. Any bidder found by the Purchasing Authority to be delinquent in the payment of taxes and/or sewer use charges due to the Town of New Milford shall be subject to the provisions of Section 2-92 (e) of the Code of New Milford. Copies of the Bid Ordinance may be obtained at the Office of the Town Clerk, Town Hall. __________________________________ Pete Bass, Mayor An Equal Opportunity/Affirmative Action Employer

Page 5: Town of New Milford · Business Enterprises are encouraged to apply Funded by: The taxpayers of the Town of New Milford Prepared By: Town of New Milford Public Works Department Michael

5

2018 BAN Road Reconstruction Project NEW MILFORD, CT

INFORMATION FOR BIDDERS

SUBJECT: 1. Receipt and Opening of Bids 2. Preparation of Bid 3. Subcontracts 4. Qualifications of Bidder 5. Bid Security 6. Liquidated Damages for Failure to enter into Contract 7. Time of Completion and Liquidated Damages 8. Conditions of Work 9. Addenda and Interpretations 10. Security for Faithful Performance 11. Power of Attorney 12. Notice of Special Conditions 13. Laws and Regulations 14. Obligation of Bidder 15. Hiring of Local Labor 16. Affirmative Action Requirements

Page 6: Town of New Milford · Business Enterprises are encouraged to apply Funded by: The taxpayers of the Town of New Milford Prepared By: Town of New Milford Public Works Department Michael

6

INSTRUCTIONS FOR BIDDERS NEW MILFORD, CT

1. RECEIPT AND OPENING OF BIDS: The Town of New Milford, hereinafter referred to as the Municipality, invites bids on the form attached hereto. All blanks must be appropriately filled in. Bids will be received by The Purchasing Authority at the Purchasing Office, Lower Level Town Hall, 10 Main Street, New Milford, Connecticut, until 3:00 p.m. on Thursday May 24, 2018 and then at said office publicly opened and read aloud. The envelopes containing the bids must be sealed, addressed to The Purchasing Authority, Office of Finance, Town of New Milford, 10 Main Street, CT and designated as Bid for the 2018 BAN Road Reconstruction Project. The Municipality may consider informal any bid not prepared and submitted in accordance with the provisions hereof and may waive any informalities or reject any and all bids. Any bid may be withdrawn prior to the above scheduled time for the opening of bids or the authorized postponement thereof. Any bid received after the time and date specified shall not be considered. No bidder may withdraw a bid within 45 days after the actual date of the opening thereof. The Municipality may accept or reject any or all bids or any or all portions of bidders and take any action deemed to be in its best interest.

2. PREPARATION OF BID: Each bid must be submitted on the prescribed form. All blank spaces for bid prices must be filled in, in ink or typewritten, in both words and figures. Each bid must be submitted in a sealed envelope bearing on the outside, the name of the bidder, his address, and the name of the project for which the bid is submitted. If forwarded by mail, the sealed envelope containing the bid must be enclosed in another envelope addressed as specified in the paragraph above. Only complete bids will be accepted. In order for a bid to be complete, it must include all of the following;

A. Bid Forms (Quantity Estimate Sheets & Bid Sheet Summary) B. Indemnification, Acknowledgement & Agreement C. Non-Collusion Affidavit of Prime Bidder D. Certificate as to Corporate Principal E. Statement of Contractor’s Qualifications F. Bid Security (5% Bid Bond) G. Any other documents required in the Special Provisions (Section II)

3. SUBCONTRACTS: The bidder is specifically advised that any person, firm, or other party to whom it is proposed to award a subcontract under this contract must; A. Be acceptable to the Municipality.

4. QUALIFICATIONS OF BIDDER: The Municipality may make whatever investigations it deems necessary to determine the ability of the bidder to perform the work, and the bidder shall furnish to the Municipality all information and data for this purpose as the Municipality may request. The Municipality reserves the right to reject any bid if the evidence submitted by, or investigation of, the bidder fails to satisfy the Municipality that the bidder is properly qualified to carry out the obligations of the contract and to complete the work contemplated therein. Conditional bids will not be accepted.

Page 7: Town of New Milford · Business Enterprises are encouraged to apply Funded by: The taxpayers of the Town of New Milford Prepared By: Town of New Milford Public Works Department Michael

7

5. BID SECURITY: Each bid must be accompanied by a bid bond duly executed by the bidder as principal and having a surety thereon approved by the Municipality, in the amount of 5% of the bid.

6. LIQUIDATED DAMAGES FOR FAILURE TO ENTER INTO CONTRACT:

The successful bidder, upon his failure or refusal to execute and deliver the contract, bonds and certificates of insurance required within 10 days after he has received notice of the acceptance of his bid, shall forfeit to the Municipality, as liquidated damages for such failure or refusal, the security deposited with his bid.

7. TIME OF COMPLETION AND LIQUIDATED DAMAGES: The bidder must agree to commence work on or before a date to be specified in a written "Notice To Proceed" of the Municipality and to fully complete the project within consecutive calendar days thereafter. The bidder must agree also to pay as liquidated damages, the sum of $1,000.00 for each consecutive calendar day thereafter. See article 2.

8. CONDITIONS OF WORK: Each bidder must inform himself fully of the conditions relating to the construction of the project and the employment of labor thereon. Failure to do so will not relieve a successful bidder of his obligation to furnish all material and labor necessary to carry out the provisions of his contract. Insofar as possible, the contractor in carrying out his work must employ such methods or means as will cause the least interruption of or interference with the work of any other contractor.

9. ADDENDA AND INTERPRETATIONS: No interpretation of the meaning of the plans, specifications or other pre-bid documents will be made to any bidder orally. Every request for such interpretation must be in writing and addressed to Michael F. Zarba, P.E., Public Works Department, Town of New Milford, 10 Main Street, New Milford, CT, and, to be given consideration, must be received at least five business days prior to the date fixed for the opening of the bids. Any addenda shall be posted on the State of Connecticut’s DAS Website as well as the Town’s website, www.newmilford.org, Failure of any bidder to receive any such addenda or interpretation shall not relieve such bidder from any obligation under his bid as submitted. All addenda so issued shall become part of the contract documents.

10. SECURITY FOR FAITHFUL PERFORMANCE: Simultaneously with his delivery of the executed contract, the Contractor shall furnish a 100% surety bond or bonds as security of faithful performance of his contract and for the payment of all persons performing labor on the project under this contract and furnishing materials in connection with this contract, as specified in the General Conditions included herein. The surety on such bond or bonds shall be a duly authorized surety company satisfactory to the Municipality, and listed in the Department of Treasury's Listing of Approved Sureties (Circular 570).

Page 8: Town of New Milford · Business Enterprises are encouraged to apply Funded by: The taxpayers of the Town of New Milford Prepared By: Town of New Milford Public Works Department Michael

8

11. POWER OF ATTORNEY: Attorneys-in-fact who sign bid bonds or contract bonds must file with each bond a certified and effectively dated copy of their power of attorney.

12. NOTICE OF SPECIAL CONDITIONS: Although each and every part of the General Conditions is important, particular attention is called to those sections pertaining to the following, when applicable: A. Inspection and testing of materials; B. Insurance requirements; C. Wage rates; D. Contract Compliance Reporting Requirements; and E. Stated allowances.

13. LAWS AND REGULATIONS: The bidders' attention is directed to the fact that all applicable State laws, municipal ordinances, and the rules and regulations of all authorities having jurisdiction over the construction of the project shall apply to the contract throughout, and they are considered included in the contract the same as though they were written out in full.

14. OBLIGATION OF BIDDER: At the time of the opening of the bids, each bidder will be presumed to have inspected the site and to have read and be thoroughly familiar with the plans and the contract documents (including all addenda). The failure or omission of a bidder to examine any form, instrument or document shall in no way relieve the bidder from any obligation with respect to his bid.

15. HIRING OF LOCAL LABOR: This section emphasizes that every contractor and subcontractor undertaking to do work on the project shall employ to the maximum extent practical, in carrying out the work under this contract, qualified persons who regularly reside in the designated area where such project is located. For the purposes of this contract, the designated area is Litchfield County Non-Metro. The contractor will be responsible for assuring that his subcontractors comply with this goal. This section emphasizes that every contractor and subcontractor undertaking to do work on the project shall employ to the maximum extent practical, in carrying out the work under this contract, qualified persons who regularly reside in the designated area where such project is located. For the purposes of this contract, the designated area is Litchfield County Non-Metro.

16. AFFIRMATIVE ACTION REQUIREMENTS: This contract is subject to all Federal and State Affirmative Action regulations. The contractor will be required to comply with those regulations. This includes the documentation attached and included within the contract.

Page 9: Town of New Milford · Business Enterprises are encouraged to apply Funded by: The taxpayers of the Town of New Milford Prepared By: Town of New Milford Public Works Department Michael

9

SECTION I – CONTRACT AGREEMENT

Page 10: Town of New Milford · Business Enterprises are encouraged to apply Funded by: The taxpayers of the Town of New Milford Prepared By: Town of New Milford Public Works Department Michael

10

ARTICLE 1 – DEFINITIONS AND TERMINOLOGY

1.1 Defined Terms:

Wherever the words defined in this section, or pronouns used in their stead, occur in the specifications, they shall have the meanings herein given.

Contract Documents: Whenever the term "Contract Documents" is used herein, it shall include the Agreement, Information to Bidders, General Specifications, Bid Documents, Technical Specifications, Special Notes, Addenda, and Project Plans, including all modifications thereof incorporated in-the documents before their execution. Public Works Director: The Public Works Director, of the Town of New Milford, Connecticut, under whose authority all public works are performed, hereinafter when the word "Engineer" is used, it is hereby interpreted to include the authority of the Public Works Director, as well as the Engineer. Engineer: The Engineer shall mean the Town of New Milford Town Engineer, and shall have complete charge of all work involved. Hereinafter where the word "Engineer" appears it shall mean the Engineer or his duly authorized representatives performing their usual duties, i.e. clerk of the works, etc.

Contractor: Party of the second part to the contract, acting directly or through his agent or employees. Sub-Contractor: Any individual, firm, partnership or corporation to whom the Contractor sub-lets or assigns any part or parts of this project covered by this contract. Notice: The term "notice" as used herein shall mean and include written notices. Written notice shall be deemed to have been served, when deposited in a United States Mail Box to or at last known business address of the person, firm or corporation for whom intended or to his or their or its duly authorized agent, representative or office, or enclosed in a postage prepaid wrapper or envelope addressed to such person or firm or corporation at his or their or its last known business address. As Directed. As Required. Etc.: Wherever in the specifications, or on the drawings the words "As Directed", "As Ordered", "As Requested", "As Required", "As Permitted", or words of like import are used, it shall be understood that the Direction, Order, Request, Requirement, or Permission of the Engineer is intended. Similarly, the words "Approved", "Accepted", "Satisfactory", and words of like import shall mean Approved by, Acceptable to, or Satisfactory to the Engineer. Elevation: The figures given on the drawings or in the other contract documents after

Page 11: Town of New Milford · Business Enterprises are encouraged to apply Funded by: The taxpayers of the Town of New Milford Prepared By: Town of New Milford Public Works Department Michael

11

the word "Elevation" or abbreviation of it shall mean the Distance in Feet above the Datum Adopted by the Engineer. NOTE: Unless otherwise stated elsewhere in the contract documents and/or on the contract drawings, vertical elevation datum for this project is based upon NGVD 1929.

Rock: The word "Rock" wherever used as the name of any excavated material or material to be excavated, shall mean only boulders or solid ledge rock which, in the opinion of the Engineer, requires, for its removal, drilling and blasting, wedging, sledging, barring or breaking up with a power operated tool. No soft or disintegrated rock which can be removed with a hand pick or power-operated excavator or shovel and no loose, shaken or previously blasted rock or broken stone in rock fillings or elsewhere and no rock exterior to the maximum limits of measurement allowed, which may fall into the excavation, will be measured or allowed as 'Rock'.

Earth: The word "Earth", wherever used as the name of an excavated material or

material to be excavated, shall mean all kinds of material other than rock as above defined.

Laborers: When used herein, shall include all workmen, tradesmen, mechanics or any other hourly paid employees.

1.2 Abbreviations: Where any of the following abbreviations are used in the Specifications, they shall have the meaning set forth below:

AASHTO American Association of State Highway Transportation Officials

ACI American Concrete Institute

AISC American Institute of Steel Construction

ASA American Standard Association

ASCE American Society of Civil Engineers

ASTM American Society for Testing and Materials

NEC National Electrical Code

1.3 Substitutes "(Or Equal Clauses)": Whenever in this contract or specifications, a particular brand or make of material, device or equipment is shown or specified such brand, make of material, device or equipment should be regarded merely as a standard, unless otherwise specified. If three or more brands, makes of material, devices or equipment are shown or specified, each should be regarded as the equal of the others. When in the opinion of the Engineer, or his authorized agent, any other brand, make of material, device or equipment is recognized as equal to that specified, considering quality, workmanship and economy of operation, and suitable for the purpose intended, it will be accepted.

In the opinion of the Engineer and the Town's duly authorized agents, all material and workmanship shall in every respect be in accordance with what is in conformity with

Page 12: Town of New Milford · Business Enterprises are encouraged to apply Funded by: The taxpayers of the Town of New Milford Prepared By: Town of New Milford Public Works Department Michael

12

approved modern practice. Whenever the plans, drawings, specifications, other contract documents, or the quality of the work, admit of doubt as to what is permissible, the interpretation will be made by the Engineer, as to which is in accordance with approved modern practice, in order to meet the particular requirements of the contract.

In all cases, new material shall be used unless this provision is waived with a special written notice by the Engineer.

ARTICLE 2 – CONTRACT PERIOD

2.1 Contract Timeframe:

The contract period is established from the Notice to Proceed issued by the Engineer for a period of 150 days, including weekends and holidays. The work should be substantially complete at that time, unless the Contractor has been granted an extension by methods defined and prescribed herein.

2.1.1 Liquidated Damages:

Failure of the Contractor to meet this established timeframe will result in liquidated damages being assessed in the amount of $1,000/day for each and every calendar day beyond the contract time limit. 2.1.2 Time Is of The Essence:

Time is of the essence for this contract as execution of the work may inconvenience property owners, vehicular traffic, pedestrians and adversely affect business in the area; therefore it is essential that the work be pressed vigorously to completion. Also the cost of Town administration and supervision of construction, will be increased as the time occupied in the work is lengthened, and the deprivation to the residents of the Town of the needed improvement on herein contract may cause damages to the Town.

In the event the Contractor fails to perform the work in a timely manner due to the Contractor's poor planning, financial status, errors in construction or any other reason directly attributed to the Contractor's circumstances, the Town may institute default proceedings against the Contractor to recover damages and losses. Any payments due the Contractor may be withheld pending final determinations, and the bonding company for the performance of the work on this contract may be notified of impending actions that may be warranted.

If any delay is imposed on the Contractor by specific orders of the Engineer, i.e.; to stop the work (for reasons other than failure on the part of the Contractor to comply with the requirements of the Contract Documents), material or labor strikes, acts of God, etc., such delay will entitle the Contractor to an equivalent extension of time. When extra or additional work is ordered by the Engineer, the Contractor will be allowed an extension of time expressed in days as determined by the Engineer. The Contractor shall submit a written request for an extension of time, along with reasons for the request. A written response will be transmitted to the Contractor with a determination by the Town as to whether or not an extension of time will be granted. See Section 2.2 Modification Procedures for issuance of change orders and/or time extensions.

Page 13: Town of New Milford · Business Enterprises are encouraged to apply Funded by: The taxpayers of the Town of New Milford Prepared By: Town of New Milford Public Works Department Michael

13

Work is expected to be completed in one construction season. Work during the 817 winter shutdown will be allowed with appropriate cold weather plans. Substantial completion is both courses of pavement in place. 2.1.3 Commencement of Work

The Contractor shall commence work on the day specified in the Notice to Proceed issued by the Engineer; and shall fully complete the work within the number of consecutive calendar days from said date as hereinafter specified as the period for completion of his contract, unless such period shall be extended as hereinafter provided by the Town.

2.2 Modification Procedures

A. Construction Change Directive: Engineering Department may issue a document, signed by Town of New Milford, instructing Contractor to proceed with a change in the Work, for subsequent inclusion in a Change Order. 1. The document will describe changes in the Work, and will designate method of

determining any change in Contract Sum or Contract Time. 2. Promptly execute the change in Work.

B. Proposal Request: Engineering Department may issue a document which includes a detailed description of a proposed change with supplementary or revised Drawings and specifications, a change in Contract Time for executing the change with a stipulation of any overtime work required and the period of time during which the requested price will be considered valid. Contractor shall prepare and submit a fixed price quotation within 2 days.

C. Computation of Change in Contract Amount: 1. For change requested by Engineering Department for work falling under a

fixed price contract, the amount will be based on Contractor's price quotation. 2. For change requested by Contractor, the amount will be based on the

Contractor's request for a Change Order as approved by Engineering Department.

3. For pre-determined unit prices and quantities, the amount will be based on the fixed unit prices as bid by contractor.

D. Execution of Change Orders: Engineering Department will issue Change Orders for signatures of parties as provided in the Conditions of the Contract.

E. After execution of Change Order, promptly revise Schedule of Values and Application for Payment forms to record each authorized Change Order as a separate line item and adjust the Contract Sum.

F. Promptly revise progress schedules to reflect any change in Contract Time, revise sub-schedules to adjust times for other items of work affected by the change, and resubmit.

Page 14: Town of New Milford · Business Enterprises are encouraged to apply Funded by: The taxpayers of the Town of New Milford Prepared By: Town of New Milford Public Works Department Michael

14

ARTICLE 3 – BIDDING REQUIREMENTS AND FORMS

3.1 Special Provisions All work done under this contract shall be in conformance with the Town of New Milford ROW Ordinance; Town of New Milford ROW Ordinance Detail Drawings; Town of New Milford construction standards; the latest edition Manual of Uniform Traffic Control Devices; Town of New Milford Transportation Design Standards; CT DOT Form 817 or current; the plans and these special provisions.

3.2 Corrections Erasures or other changes in the Bid must be initialed by the Bidder.

3.3 Time for Receiving Bids Bids received prior to the advertised hour of opening will be securely kept, sealed. The officer whose duty it is to open them will decide when the specified time has arrived, and no Bid received thereafter will be considered; except that when a Bid arrives by U.S. Mail after the time fixed for opening, but before the reading of all other Bids is completed, and it is shown to the satisfaction of the Owner that the non-arrival time was due solely to delay in the mails for which the Bidder was not responsible, such Bid will be received and considered.

3.4 Opening of Bids At the time and place fixed for the opening of Bids, the Owner will cause to be opened and publicly read aloud every Bid received within the time set for receiving Bids, irrespective of any irregularities therein. Bidders and other persons interested may be present, in person or by representative.

3.5 Withdrawal of Bids Bids may be withdrawn on written or telegraphic request dispatched by the Bidder in time for delivery in the normal course of business to the time fixed for opening; provided, that written confirmation of any telegraphic withdrawal over the signature of the Bidder is placed in the U.S. Mail and postmarked prior to the time set for Bid opening. The Bid Guaranty of any Bidder withdrawing his Bid in accordance with the foregoing conditions will be returned promptly.

3.6 Award of Contract: Rejection of Bids If the Contract is awarded, it will be awarded to the responsible Bidder submitting the lowest Bid complying with the conditions of the Invitation for Bids and Instructions to Bidders. The Bidder to whom the award is made will be notified at the earliest possible date. The Owner, however, reserves the right to reject any and all Bids and to waive any informality in Bids received whenever such rejection to waiver is in its interest.

3.6.1 Basis of Award:

Bids, as stated in the "Bid Sheet", will be compared on the basis of the sum of the quantities multiplied by respective unit prices, added to lump-sum prices. In the event that there is a discrepancy in the bid sheet between the lump-sum or unit

Page 15: Town of New Milford · Business Enterprises are encouraged to apply Funded by: The taxpayers of the Town of New Milford Prepared By: Town of New Milford Public Works Department Michael

15

prices written in words and figures, the prices written in words shall govern. The Town agrees to examine and consider each bid submitted in consideration of the Bidder's Agreements, as herein above set forth in the Bid Sheet.

ALTERNATE’s NOTE: Alternate bid items shall include the cost of all labor, materials, equipment, time extension or deletion, general conditions, general requirements, overhead, profit, insurance, for the work. Claims for extras resulting from the acceptance or rejection of any alternate item will not be allowed.

If any bid for such Alternates is obviously unbalanced either in excess of, or below reasonable fair market values, then the entire bid will be considered nonresponsive, and the bid will be rejected.

The Award of Contract will be made to the lowest responsible bidder for the “Base Bid” work – which does not include the bid price for any Alternate. The Town will award all 5 roads to one bidder.

The Owner shall have the right to accept or omit any Alternate.

The Drawings, Specifications and other Contract Documents shall be considered appropriately modified by either the acceptance or omission of any Alternates.

The contract completion date(calendar days) may be adjusted if any of the Alternates is added. The additional days granted should be considered to perform the alternate work only and substantial completion based on base bid items and contract days.

Sample:

A-K shall add additional days while J-O shall be during contract time.

The days added shall be at the agreement of the Owner and Contractor but exclusive of other work, extensions or alternates added.

Other requests on the base bid for time extensions will be approved/rejected by the Engineer.

All costs associated with the above time extensions(s) are to be included in the Alternate Price. After award of the contract, one or more of the alternates for which funds are available may be added to the Contract in the discretion of the Owner. The adjustment to the bid price shall be solely based on the bid price for the alternate(s) added. The Contractor will be notified as to which alternates will be included in the Contract within fourteen(14) calendar days of the Award of Contract.

3.6.2 Rejection of Bids:

The Owner also reserves the right to consider as not responsible any Bidder who does not habitually perform with his own forces at least fifty percent (50%) of the dollar value of the work involved in this Contract.

3.7 Representations of Contractors: By signing and submitting the attached bidding sheet(s) the Contractor represents and warrants:

1. That he is financially solvent and that he is experienced in and competent to perform the type of work, or to furnish plant and equipment materials and supplies.

Page 16: Town of New Milford · Business Enterprises are encouraged to apply Funded by: The taxpayers of the Town of New Milford Prepared By: Town of New Milford Public Works Department Michael

16

2. That he is familiar with all Federal, State and Municipal laws, ordinances and regulations, which in any way may affect the work of those employed therein.

3. That he has carefully examined the plans and specifications and the site of the work, and that from his own investigation he has satisfied himself about the nature and location of the work, character, quality and quantity of the surface and sub-surface materials likely to be encountered, as well as the character of equipment and other facilities needed for the performance of the work, the general local conditions and all other conditions which may in any way affect the work.

3.7.1 Inspection of Site

Each Bidder shall visit the site of the proposed work and fully acquaint himself with the existing conditions there relating to the work and labor, and shall fully inform himself as to the facilities involved, the difficulties and restrictions attending the performance of the Contract. The Bidder shall thoroughly examine and familiarize himself with the Drawings, Technical Specifications, and all other Contract Documents. The Contractor agrees, by the execution of the Contract that he shall in no way be relieved of any obligation under it due to his failure to receive or examine any form or legal instrument or to visit the site and acquaint himself with the conditions there existing, and the Owner shall be justified in rejecting any claim based on facts regarding which the Contractor should have known as a result thereof.

The undersigned understands that information relative to subsurface and other conditions, natural phenomena, existing pipes and other structures (surface and/or subsurface) has been furnished only for his information and convenience without any warranty of guarantee, express or implied, that the subsurface and/or other structures (surface and/or subsurface) actually encountered will be the same as these shown on the drawings or in any of the other contract documents and he agrees that he shall not use or be entitled to use any such information made available to him through the contract documents or otherwise or obtained by him in his own examination of the site, as a basis of or ground for any claim against the Town, arising from or by reason of any variance which may exist between the aforesaid information made available to or acquired by him and the subsurface and/or other conditions, natural phenomena, existing pipes and other structures (surface and/or subsurface) actually encountered during the construction work, and he has made due allowance therefore in this bid.

3.8 Bid Forms: These Contract Documents include a complete set of Bid and Contract Forms which are for the convenience of Bidders. This package, in its entirety, will make up the Contract Agreement however, only the required Bid Forms are to be filled out, signed, dated and stamped (if required) at the time of Bidding, but are not to be detached from the Contract Documents. The Contract forms will be executed upon award of the bid to the successful responsible bidder.

3.8.1 Use of Separate Bid Sheets

Page 17: Town of New Milford · Business Enterprises are encouraged to apply Funded by: The taxpayers of the Town of New Milford Prepared By: Town of New Milford Public Works Department Michael

17

Bidders should submit forms, as required. Bid documents should not be attached to bid specifications. 3.8.2 Bid Submission

All bids must be typed and submitted in duplicate on forms supplied by the Owner and shall be subject to all requirements of the Contract Documents, including the Drawings, and these INSTRUCTIONS TO BIDDERS. All Bids must be regular in every respect and no interlineations, excisions or special conditions shall be made or included in the Bid Forms by the Bidder. Two (2) original copies of Bid Documents including the Bid, the Bid Guaranty (if requested), the Form of Surety Guaranty (if requested), the Non-Collusion Affidavit(s), Certification(s) Regarding Equal Employment Opportunity, Certificate of Corporate Principal, Indemnification, and Qualifications shall be enclosed in envelopes (inner and outer), both of which shall be sealed and clearly labeled with the words “Bid Documents”, project name, name of Bidder, and date and time of Bid opening, in order to guard against premature opening of the bid. The Owner may consider as irregular any Bid on which there is an alteration of or departure from the Bid Forms hereto attached and at its option may reject the same. Each Bidder shall include in his Bid the following information: Principals: Names Home addresses, including City, State and Zip Code Telephone Numbers: Office, Mobile, Pager and Fax Firm: Name Treasury Number Address City, State, Zip Code 3.8.3 Collusive Agreement

Each Bidder submitting a Bid to the Owner for the work contemplated by the Documents on which bidding is based, shall execute and attach thereto, the Non-Collusion Affidavit(s) on the form(s) herein provided, to the effect that he has not colluded with any other person, firm or corporation in regard to any Bid submitted. Before executing any Subcontract, the successful Bidder shall submit the name of any proposed Subcontractor for prior approval and an affidavit in the form provided herein.

3.8.4 Statement of Bidder’s Qualifications

Page 18: Town of New Milford · Business Enterprises are encouraged to apply Funded by: The taxpayers of the Town of New Milford Prepared By: Town of New Milford Public Works Department Michael

18

Each Bidder shall submit with his Bid, on the form furnished for that purpose (a copy of which is included in the Contract Documents), a statement of the Bidder's qualifications, his experience record in the type of work embraced in the Contract and his organization and equipment available for the work contemplated, and other pertinent information so contained on said form, and the Owner shall have the right to take such steps as it deems necessary to determine the ability of the Bidder to perform his obligations under the Contract and the Bidder shall furnish the Owner all such information and data for this purpose as it may request. The right is reserved to reject any Bid where an investigation of the available evidence or information does not satisfy the Owner that the Bidder is qualified to carry out properly the terms of the Contract. The Owner also reserves the right to consider as not responsible any Bidder who does not habitually perform with his own forces at least fifty (50%) percent of the dollar value of the work involved in this Contract. At the option of the Owner, a pre-award conference may be scheduled provided one week’s advance notice of the time and place of the same shall be given to the Contractor. In the event of such a conference, the Owner may in its notice to the Contractor require the submission of the Progress Schedule mentioned in the General Conditions. In the event such a schedule is required, the Contractor will submit the same to the Owner at least three (3) full working days before the date of the conference.

3.8.5 Equal Employment Opportunity

Attention of Bidders is particularly called to the requirements for ensuring that employees and applicants for employment are not discriminated against because of their race, color, religion, sex or national origin. Each Bidder submitting a bid to the Owner shall execute and attach thereto the Certification(s) Regarding Equal Employment Opportunity. Although the Bidder is not required to attach such Certification by proposed Subcontractors to his Bid, the Bidder is hereby advised of this requirement so that appropriate action can be taken to prevent subsequent delay in Subcontract awards. 3.8.6 Required Bid Documents

The following documents must be signed and submitted as part of the bidder’s proposal:

Bid Forms (Quantity Estimate Sheets & Bid Sheet Summary) Indemnification, Acknowledgement & Agreement Non-Collusion Affidavit of Prime Bidder Certificate as to Corporate Principal Statement of Contractor’s Qualifications Bid Security (5% Bid Bond) Any other documents required in the Special Provisions (Section II)

Page 19: Town of New Milford · Business Enterprises are encouraged to apply Funded by: The taxpayers of the Town of New Milford Prepared By: Town of New Milford Public Works Department Michael

19

3.8.7 Quantity Estimate Sheets

See Appendix E

Page 20: Town of New Milford · Business Enterprises are encouraged to apply Funded by: The taxpayers of the Town of New Milford Prepared By: Town of New Milford Public Works Department Michael

20

2018 BAN Road Reconstruction Project BID SHEET SUMMARY

BASE BID ITEMS: #1 THRU #43. AMOUNT $ _____________

TOTAL WRITTEN VALUE (from Quantity Estimate Sheets):

___________________________________________________________DOLLARS and

___________________________________________________________CENTS

ALTERNATE BID Alternate Bid items will be considered if economically desirable. THIS BID INCLUDES ADDENDUM NOS._________________________________ (please write in all Addenda #’s received) THE UNDERSIGNED BIDDER UNDERSTANDS THAT, IN ADDITION TO THE BID SPECIFICATIONS, ALL BIDS ARE SUBJECT TO THE TERMS, PROVISIONS AND CONDITIONS OF THE NEW MILFORD “MUNICIPAL PURCHASES” ORDINANCE, SET FORTH IN ARTICLE III, SECTION 2‐92 (a) THROUGH (o) INCLUSIVE, OF THE CODE OF NEW MILFORD.  The undersigned submits this proposal without collusion with any other individual or corporation.  Per Article X, 7.81.c We __________ hereby submit a bid for materials, equipment and/or labor to the Town of New Milford. The bid is for bid documents titled _______________________. The below named bidder and individual or signatory signing this on behalf of the bidder hereby certify under penalty of perjury that, if this bid is selected, no natural gas waste or oil waste will be used by the undersigned bidder in performance of the contract. We further certify that no subcontractor, agent or vendor will be allowed or permitted to use materials containing natural gas waste or oil waste.  

PROPOSAL SUBMITTED: BY: ________________________ TITLE: ______________________

NAME (AUTHORIZED CORPORATE OFFICER)

SIGNATURE:________________________________ DATE: __________________________

OFFICIAL ADDRESS: The undersigned hereby designates as his/her office to which notice of acceptance

and other notices may be mailed, telephoned of delivered: NAME: ____________________________________

ADDRESS: _________________________________ TOWN: ______________________ STATE DATE__________ PHONE (DAY) __________________ (NIGHT) ___________________FAX: ___________________

NOTE: This document, in order to be considered valid, must be signed by a principal, officer or owner of the bidding firm. Such signature will attest to the fact that all terms, conditions and specifications have been read, understood and accepted by the bidder.

Page 21: Town of New Milford · Business Enterprises are encouraged to apply Funded by: The taxpayers of the Town of New Milford Prepared By: Town of New Milford Public Works Department Michael

21

PURCHASING AUTHORITY Town of New Milford, Connecticut

INDEMNIFICATION, ACKNOWLEDGEMENT & AGREEMENT

BID: 2018 BAN Road Reconstruction Project

BID OPENING: May 24, 2018

To the fullest extent permitted by law, the contractor shall indemnify and hold harmless the Town of New Milford, and agents and employees of said Town from and against claims, damages, losses and expenses, including but not limited to attorneys’ fees, arising out of or resulting from performance of the work, provided that such claim, damage, loss or expense is attributable to bodily injury, sickness, disease or death, or to injury to or destruction of tangible property (other than the work itself) including loss or use resulting therefrom, but only to the extent caused in whole or in part by acts or omissions of the contractor, a subcontractor, anyone directly or indirectly employed by them or anyone for whose acts they may be liable, regardless of whether or not such claim, damage, loss or expense is caused in part by a party indemnified hereunder. Such obligation shall not be construed to negate, abridge, or reduce other rights or obligations of indemnity which would otherwise exist as to the Town of New Milford. In claims against any person or entity indemnified under this paragraph by an employee of the contractor, a subcontractor, anyone directly or indirectly employed by them or anyone for whose acts they may be liable, the indemnification obligation under this paragraph shall not be limited by a limitation on amount or type of damages, compensation or benefits payable by or for the contractor or a subcontractor under workers’ or workmen’s compensation acts, disability benefit acts or other employee benefit acts. Contractor acknowledge and understands that the Town of New Milford has adopted as its policy, the nondiscrimination agreements and warranties required under Connecticut General Statutes § 4a-60(a)(1) and § 4a-60a(a)(1), as amended in State of Connecticut Public Act 07-245 and sections 9(a)(1) and 10(a)(1) of Public Act 07-142, as those statutes may be amended from time to time. Contractor further agrees to comply with such mandates. ________________________________________________ Signature ____________________________________________________ Title ____________________________________________________ Company ____________________________________________________ Date

An Equal Opportunity/Affirmative Action Employer

Page 22: Town of New Milford · Business Enterprises are encouraged to apply Funded by: The taxpayers of the Town of New Milford Prepared By: Town of New Milford Public Works Department Michael

22

NON-COLLUSION AFFIDAVIT OF PRIME BIDDER (To Accompany Bid)

State of_________________________ Ss.____________________________ _______________________________________________being first duly sworn, deposes and says that: (1) He is __________________________________________of ______________________, the Bidder that has submitted the attached Bid for the 2018 BAN Reconstruction Project. (2) He is fully informed respecting the preparation and contents of the attached Bid and of all pertinent circumstances respecting such bid: (3) Such Price is genuine and is not a collusive or sham Bid; (4) Neither the said Bidder nor any of its officers, partners, Owners, agents, representatives, employees or parties in interest, including this affidavit, has in any way colluded, conspired, connived or agreed, directly or indirectly with any other Bidder, firm or person to submit a collusive or sham Bid in connection with the Contract for which the attached Bid has been submitted or to refrain from bidding in connection with such Contract, or has in any manner, directly or indirectly, sought by Agreement or collusion or communication or conference with any other Bidder, firm or person to fix the price or prices in the attached Bid or of any other Bidder, or to fix any overhead, profit or cost element of the Bid price or the Bid price of any Bidder, or to secure through any collusion, conspiracy, connivance or unlawful agreement any advantage against the Town of New Milford, or any person interested in the proposed Contract; and (5) The price or prices quoted in the Subcontractor's Proposal are fair and proper and are not tainted by any collusion, conspiracy, connivance or unlawful agreement on the part of the Bidder or any of its agents, representatives, Owners, employees or parties in interest, including this affiant. (Signed)_______________________________ _____________________________________ Title Subscribed and sworn to before me this ________ day of __________ 20____. __________________________________(Title) ___________________ My Commission Expires __________________20___.

Page 23: Town of New Milford · Business Enterprises are encouraged to apply Funded by: The taxpayers of the Town of New Milford Prepared By: Town of New Milford Public Works Department Michael

23

CERTIFICATE AS TO CORPORATE PRINCIPAL (To Accompany Bid)

I, __________________________________________________ certify that I am the

Secretary of the Corporation named as Principal in the within bond; that

______________________________

who signed the said bond on behalf of the Principal was then

_____________________________ of said corporation; that I know his signature thereto

is genuine; and that said bond was duly signed, sealed, and attested to for and in behalf of

said corporation by authority of this governing body.

(Corporate) Signed__________________________________________________________ Seal Title____________________________________________________________

Page 24: Town of New Milford · Business Enterprises are encouraged to apply Funded by: The taxpayers of the Town of New Milford Prepared By: Town of New Milford Public Works Department Michael

24

STATEMENT OF CONTRACTOR’S QUALIFICATIONS (To be included with Bid)

All questions must be answered and the data given must be clear and comprehensive. This statement must be notarized Please answer questions on separate attached sheets. The Contractor may submit any additional information he desires. 1. Name of Contractor. 2. Permanent main office address, including phone and facsimile numbers. 3. When organized. 4. If a corporation, where incorporated. 5. How many years have you been engaged in the contracting business under your

present firm or trade name? 6. Contracts on hand: (Schedule these, showing amount of each contract and the appropriate anticipated dates of completion.) 7. General character of work performed by your company.

8. Have you ever failed to complete the work awarded to you? If so, where and why? 9. Have you ever defaulted on a contract? If so, where and why? 10. List the more important projects recently completed by your company, stating the approximate cost for each and the month and year completed. 11. List your major equipment available for this Contract, including make and model year. 12. List your experience in work similar to this project. 13. List the background and experience of the principal members of your organization including all personnel licensed by the State of Connecticut. 14. List of the work to be performed by Subcontractors and summarize the dollar value

of each Subcontract. 15. Credit available: $ 16. Give Bank References:

Page 25: Town of New Milford · Business Enterprises are encouraged to apply Funded by: The taxpayers of the Town of New Milford Prepared By: Town of New Milford Public Works Department Michael

25

17. Will you, upon request, fill out a detailed financial statement and furnish any other

information that may be required by the Town of New Milford? 18. The undersigned hereby authorizes and represents any person, firm or corporation to

furnish any information requested by the Owner in verification of the recitals comprising this Statement of Bidder's Qualifications.

Dated this __________ day of ______________ 20__ ____________________________________________ (Name of Bidder)

By: _________________________________________

Title: ________________________________________

State of Ss. County of

__________________________________________________being duly sworn deposes

and says that he is ___________________________________ of

________________________________________________________________

__________________________ and that the answers to the foregoing questions and all statements therein contained are true and correct. Subscribed and sworn to before me ____________________________________________ this ________ day of _______________ 20__ ______________________________________________ (Notary Public) My commission expires ______________________ 20__

Page 26: Town of New Milford · Business Enterprises are encouraged to apply Funded by: The taxpayers of the Town of New Milford Prepared By: Town of New Milford Public Works Department Michael

26

CONTRACT PAGE IN WITNESS WHEREOF, Owner and Contractor have signed this Agreement in three (3) counterparts. One counterpart each has been delivered to Owner, Contractor, and Engineer. All portions of the Contract Documents have been signed, initialed, or identified by Owner and Contractor or identified by Engineer on their behalf.

The CONTRACTOR hereby agrees to commence work under this Contract on or before a date to be specified in a written “Notice to Proceed” of the OWNER and to fully complete the project within the time limit specified in Article 2 of this Contract Agreement. The CONTRACTOR further agrees to pay, as liquidated damages, the sum specified in Article 2.1.1. The OWNER agrees to pay the CONTRACTOR in current funds for the performance of the Contract, subject to additions and deductions as provided in Article 2.2 of this Contract Agreement, and to make payments on account thereof as provided in Article 4 of this Contract Agreement. This Agreement is dated________________. OWNER: CONTRACTOR:

Town of New Milford

By: Pete Bass By:

Title: Mayor Title:

[CORPORATE SEAL] [CORPORATE SEAL]

Attest: Daniel Stanton Attest:

Title: Town Engineer Title:

Address for giving notices: Address for giving notices:

10 Main St

New Milford, CT 06776

Agent for service of process:

(If Contractor is a corporation or a partnership, attach evidence of authority to sign.)

THREE ORIGINALS REQUIRED

Page 27: Town of New Milford · Business Enterprises are encouraged to apply Funded by: The taxpayers of the Town of New Milford Prepared By: Town of New Milford Public Works Department Michael

27

3.9 Execution of Agreement and Bonds

Subsequent to the award and within ten (10) calendar days after the prescribed forms are presented for signature, the successful Bidder shall execute and deliver to the Owner, an Agreement in the form included in the Contract Documents, or other form acceptable to the Owner in such number of copies as the Owner may require. All bonds required by the Contract Documents shall be obtained from a surety or insurance company that is duly licensed and/or authorized in the State of Connecticut to issue bonds for the limits and coverage required. The surety is further subject to approval by the Finance Director and/or the Town Attorney of the Town of New Milford. Having satisfied all conditions of award as set forth elsewhere in these Documents, the successful Bidder shall, within the period specified in the paragraph above, furnish a Performance Bond in a penal sum of not less than one hundred percent (100%) and a Labor and Material Payment Bond in a penal sum of not less than one hundred percent (100%) of the Contract as awarded, as security for the faithful performance of the Contract, and for the payment of all persons, firms or corporations to whom the Contractor may become legally indebted for labor, materials, tools, equipment, or services of any nature including utility and transportation services, employed or used by him in performing the work. Such bonds shall be in the same form as that included in the Contract Documents, or other acceptable form to the Owner and shall bear the same date as or a date subsequent to that of the Agreement. The current power of attorney for the person who signs for any surety company shall be attached to such bonds. These bonds shall be signed by a Guaranty or Surety Company listed in the latest issue of the U.S. Treasury Circular 570 and the penal sum shall be within the maximum specified for such Company in said Circular 570. Notwithstanding the foregoing, all bonds required by law shall be in accordance with the form and substance so required by law. The failure of the successful Bidder to execute such Agreement and to supply the required bonds within ten (10) calendar days after the prescribed forms are presented for signature, or within such extended period as the Owner may grant, based upon reasons determined sufficient by the Owner, shall constitute a default, and the Owner may either award the Contract to the next lowest responsible Bidder or re-advertise for Bids.

3.9.1 Bid Security/Bond:

The Bidder shall furnish a bid security/bond in the amount equal to 5% of the maximum bid price shown on their submittal. 3.9.2 Performance and Payment Bond:

The Contractor shall secure and furnish performance and payment bonds in the amount at least equal to the contract price bid. These bonds shall serve to secure the faithful performance and payment of all the Contractor’s obligations under the Contract Documents.

Page 28: Town of New Milford · Business Enterprises are encouraged to apply Funded by: The taxpayers of the Town of New Milford Prepared By: Town of New Milford Public Works Department Michael

28

These bonds shall remain in effect for a period of two (2) years from the date of acceptance by the Town guaranteeing the bidders work in all phases of construction, which shall also cover all damages due to trench settlement and/or other defects found throughout the two year period.

3.9.3 Additional or Substitute Bond:

If at any time the Town becomes dissatisfied with the performance bond as issued by the present surety or sureties, or if for any other reason such bond shall cease to be adequate surety to the Town, the Contractor shall within five (5) days after notice from the Town to do so, substitute an acceptable bond in such form and sum and signed by such other sureties as may be satisfactory to the Town.

The premium on all such bonds shall be paid by the Contractor. No further payment shall be deemed due nor shall be made until new sureties shall have qualified.

3.9.4 Power Of Attorney:

Attorneys-in Fact who sign contract bonds must file with each bond a certified copy of their power of attorney to sign said bond.

3.10 Insurance Requirements:

A Certificate of Insurance must accompany all bids. Contractors shall carry the following minimum insurance coverage’s and the provisions specified below must be met.

Insurance carriers providing the required insurance coverage’s must have an A.M. Best’s financial rating of “A-VII” or better.

The Town of New Milford, its officials, employees and volunteers, MUST be named

as additional insured with reference to this project on a primary and non-contributory basis. The policy endorsement evidencing this coverage must be provided with the certificate of liability insurance. Any changes in insurance coverage will require (30) thirty days notice to the Town of New Milford by certified mail with return receipt requested.

The contract should have a hold harmless indemnification agreement provision

which protects the Town of New Milford to the greatest extent that Connecticut Law will allow.

If Umbrella Liability is used to make up required limits, the policy shall not reduce or

restrict coverage provided by the underlying Commercial General Liability or Automobile Liability insurance policies.

Page 29: Town of New Milford · Business Enterprises are encouraged to apply Funded by: The taxpayers of the Town of New Milford Prepared By: Town of New Milford Public Works Department Michael

29

3.10.1 Commercial General Liability

(Form 1988 ISO Occurrence Form or equivalent) Limits of Liability shall be combined bodily injury & property damage.

General Liability Aggregate $2,000,000.* Products & Completed Operations Aggregate $2,000,000. Personal Injury $2,000,000. Each Occurrence for Bodily Injury and Property Damage $2,000,000. Fire Damage (Any One Fire) $ 50,000. Medical Expense (Any One Person) $ 5,000.

The Town of New Milford must be named as ‘Additional Insured. The insurer shall waive all rights of subrogation against the Town of New Milford, its officers, employees and volunteers arising from work performed by the contractor for the Town of New Milford. Umbrella limits over General Liability limits may be used to make up the required limits. The additional insured coverage MUST be provided by the Umbrella to mirror the General Liability coverage. 3.10.2 Automobile Liability

Policies must include coverage for all vehicles utilized on the job including owned vehicles, hired vehicles and non-owned vehicles. Limits of insurance shall be combined single limit bodily injury and property damage $2,000,000. Umbrella limits over Automobile Liability limits may be used to make up the required limits. 3.10.3 Statutory Workers Compensation and Employers Liability

Policy coverage will include limits of $100,000 each accident, $100,000 Disease-each employee and $500,000 Disease-policy limit.

ARTICLE 4 – PAYMENT, MEASUREMENT AND SUBMISSIONS

4.1 Payments: The Town's terms of payment are Net 30 Days after approval of invoice. No invoice will be paid until acceptance of goods ordered. For Lump sum items payment shall be made in accordance with an accepted progress schedule and schedule of values on the basis of actual work completed. For unit-priced items, payment shall be based on the actual amount of work accepted and for the actual amount of materials in place as determined by the final measurements. It shall be incumbent on the Contractor, thru his designated field superintendent, to meet with the Town’s designated representative and measure and determine actual field quantities of items and/or materials installed during that pay period.

Page 30: Town of New Milford · Business Enterprises are encouraged to apply Funded by: The taxpayers of the Town of New Milford Prepared By: Town of New Milford Public Works Department Michael

30

4.1.1 Unit Price

The Unit Price for each of the items in the Bid of each Bidder shall include its prorated share of overhead and profit so that the sum of the products obtained by multiplying the quantity shown for each item by the Unit Price Bid represents the Total Bid. The quantities shown in the Bid are approximate estimated quantities only and are given only as a basis of calculation upon which the Award of the Contract is to be made. The Owner does not assume any responsibility that these quantities shall remain unchanged in the actual construction, and the Contractor shall not plead misunderstanding or deception because of any variation between estimated and final quantities. The Unit Price Bid shall also include an allowance for increased prices due to changed market conditions during the period of the Contract. Any Bid not conforming to these requirements may be rejected. The special attention of all Bidders is called to these provisions, for should conditions make it necessary to revise the quantities, no limit will be fixed for such increased or decreased quantities, nor extra compensation allowed, except for work not covered in the Drawings and Technical Specifications Bids in which the prices obviously are unbalanced may be rejected. Unbalanced prices shall be interpreted to mean that the unit price for any item is such that it is unreasonable for that particular item when considered by itself and not considered in connection with the bid submitted on any other item or items. 4.1.2 Computation of Quantities:

For estimating quantities in which the computation of areas by Geometric methods would be comparatively laborious, it is agreed that the Planimeter shall be considered an instrument adapted to the measurement of such areas. It is further agreed that the computation of the Volume Prismoids shall be by the method of average end areas. 4.1.3 No Payment

Unless otherwise provided for by a specific Contract Item, no separate payment shall be made for any of the requirements as described in the above General Specifications, but shall be deemed included in the total bid price for all the work in this Contract. All unit price work will include the cost of performing any incidental work, not specifically covered by the unit description, but necessary and/or convenient for the completion of the unit price work. (i.e., Any excavation will include any necessary pumping and/or sheeting/shoring unless there are separate contract unit prices for pumping and/or sheeting/shoring.) The Contractor shall accept compensation, as herein provided, as full payment for furnishing all materials, labor, tools, equipment, and incidentals necessary to provide the completed work as described in the contract documents; and also for all loss or damage arising from the nature of work, any unforeseen difficulties, actions of the elements which may be encountered during the prosecution of the work, until the final acceptance by the Engineer. The payment of any partial estimate or retainage, except by and under Final Payment defined herein, in no way shall affect the obligation of the

Page 31: Town of New Milford · Business Enterprises are encouraged to apply Funded by: The taxpayers of the Town of New Milford Prepared By: Town of New Milford Public Works Department Michael

31

Contractor to repair or replace any defective portion of the construction and/or to be responsible for all damages due to such defects. 4.1.4 Partial Payments:

Partial payments shall be made monthly as the work progresses. By the fifth (5th) day of each month an application for payment should be submitted by the Contractor to the Town's designated field representative, for verification and approval of quantities and costs incurred during said pay period. Only upon approval by designated representative will authorization for payment be forwarded and processed. 4.1.5 Retainage:

The Town shall retain ten percent (5%) of each estimate until final completion and acceptance of all work covered by this contract.

4.2 Certificate of Completion: Upon completion of all work whatsoever required under this contract the Engineer shall file a written certificate with the Director of Finance and the Contractor, for the entire amount of work performed and compensation earned by the Contractor, including extra work and compensation thereof.

4.3 Final Payment: Upon issuance of certificate of completion the Contractor shall furnish, with seven (7) calendar days a Final Estimate indicating all charges, payments, credits, and retainage made to date and the final amount owed the Contractor for all services and materials due. Within 30 days of filing said estimate, the Town shall pay the Contractor the amount therein stated, less all prior payments and advances whatsoever to or for the account of the Contractor. All prior estimates and payments, including those relating to extra work, shall be subject to correction by this payment, which throughout this contract is called the FINAL PAYMENT.

4.3.1 Acceptance Of Final Payment Constitutes Release:

The acceptance by the Contractor of the final payment, shall be and shall operate as a release to the Town of all claims and of all liability to the contract or for all things done or furnished in connection with this work, and for every act of the Town and others relating to or arising out of this work, accepting the Contractor's claim for interest upon the final payment, if the payment is improperly delayed. No payment, however, final or otherwise, shall re1ease the Contractor or his sureties from any obligation under this contract or of the performance bond.

4.4 Statement Showing Amount Due For Wages Material and Supplies: With each application for payment under this contract, the Contractor and every subcontractor shall deliver to the Town a written verified statement in a form satisfactory to the Town, showing in detail the amounts then due and unpaid by such Contractor or subcontractor, to all laborers for daily or weekly wages, men employed by him under the contract for performance of work at the site thereof, or to other persons for material and

Page 32: Town of New Milford · Business Enterprises are encouraged to apply Funded by: The taxpayers of the Town of New Milford Prepared By: Town of New Milford Public Works Department Michael

32

equipment delivered at the site of the work. The term "laborers" as used herein, shall include workmen and mechanics.

4.5 Town Right to Withhold Payments: The Town may withhold from the Contractor as much, of any approved payment due him, as the Town deems necessary according to one or more of the following:

1st To assure the payment of just claims due any person or business supplying labor or materials for the work covered by this contract

2nd To protect the Town from loss and/or corrective expenses due because of defective work not fully or properly remedied according to the provisions contained herein.

Or

3rd To protect the Town from loss due to injury to persons or damage to the work or property of other Contractors, subcontractors, or others caused by the act or neglect of the Contractor or any of his subcontractors.

The Town shall have the right, as agent for the Contractor, to apply any such amounts so withheld in such manner as the Town may deem proper, to satisfy such claims or to secure such protection. Distribution of such money shall be considered as payments for the amount due the Contractor.

ARTICLE 5 – GENERAL CONDITIONS 5.1 Town Right to Stop Work or Terminate Contract:

If the Contractor shall be adjudged bankrupt, an assignment shall be made for the benefit of creditors. A receiver or liquidator shall be appointed for the Contractor and for any of his property. The Contractor shall be dismissed within twenty (20) days after such appointment. The proceedings in connection therewith shall not be stayed within the said twenty (20) days.

If the Contractor shall refuse or fail after notice or warning from the Engineer, to supply enough properly skilled workmen or proper materials, or if the Contractor shall fail to prosecute the work or any part thereof with such diligence as will insure its completion within the period herein specified (or duly authorized extension thereof) or shall fail to complete the work within said period, or if the Contractor shall fail to make prompt payment to persons supplying labor or materials for the work, or if the Contractor shall fail or refuse to regard laws, ordinances or the instructions of the Engineer or otherwise be guilty of a substantial violation of any provision of this contract, then in any such event, the Town without prejudice to any other right or remedy, may give seven (7) days’ notice to the Contractor, to terminate the employment of the Contractor. The Contractor shall lose the right to proceed either for the entire work or (at the option of the Town) for any portion thereof on which delays shall have occurred. The Town may, as it deems expedient, take possession of the work and complete it by contract or otherwise.

In such cases, the Contractor shall not be entitled to receive any further payment until the

Page 33: Town of New Milford · Business Enterprises are encouraged to apply Funded by: The taxpayers of the Town of New Milford Prepared By: Town of New Milford Public Works Department Michael

33

work is finished, except as follows.

If the unpaid balance of the compensation to be paid the Contractor hereunder, shall exceed the expense of so completing the work (including compensation for additional managerial administrative and inspection services and any damages for delay), such excess shall be paid to the Contractor.

If the work shall be stopped by order of the Court or any other public authority, for a period of three (3) months or more, without act or fault of the Contractor or any of his agents, servants, employees, or subcontractors, the Contractor may upon ten (10) days written notice to the Town of New Milford, discontinue his performance of the work and/or terminate the contract. The contractor shall be due payment for any work installed and approved, per this contract, so long as it meets the above requirement.

5.2 All Work Subject To Control of the Engineer: In the performance of the work, the Contractor shall abide by all orders, directions and requirements of the Engineer and shall perform all duties to the satisfaction of the Engineer, and at such time and places, by such methods and in such manner and sequence as the Engineer may require. The Engineer shall determine the amount, quantity, acceptability and fitness of all parts of the work, shall interpret the plans, specifications, contract and any extra work orders, and shall decide all other questions in connection with the work.

The Contractor shall employ no plant, equipment, materials methods or employees to which the Engineer objects for just cause, and shall remove no plant, materials, equipment or other facilities from the site of the work, without the Engineer’s permission. Upon request, the Engineer shall confirm in writing any oral order, direction requirement or determination.

5.3 Engineer Control Not Limited: The enumeration herein or elsewhere in the contract of particular instances in which the opinion, judgment, discretion or determination of the Engineer, shall control or in which work shall be performed to his or their satisfaction as subject to his or their approval or inspection, shall not imply that only matters similar to those enumerated shall be governed and performed, but without exception all the work shall be governed and so performed.

ARTICLE 6 – INSTRUCTIONS TO BIDDERS

6.1 Obligation of Bidders: At the time of opening of bids, each bidder shall be presumed to have inspected the sites, and to have read and made himself thoroughly familiar with the Plans and Contract Documents including all addenda. The failure or omission of any bidder to receive or examine any form, instrument or document shall in no way relieve any bidder from any obligation in respect to his bid.

Each bidder must fully inform himself of the construction and labor conditions relating to the work which is now or will be performed. Failure to do so will not relieve the successful bidder of his obligation to furnish all labor and materials necessary to carry out the provisions of the contract documents and to complete the contemplated work. Inasmuch as possible, the contractor must, in carrying out his work, employ such methods or means as

Page 34: Town of New Milford · Business Enterprises are encouraged to apply Funded by: The taxpayers of the Town of New Milford Prepared By: Town of New Milford Public Works Department Michael

34

will not cause any interruptions or interference with the work of any other contractor.

The successful bidder must furnish a field and office organization chart and equipment list to be used on the job to demonstrate that he has the capability to perform the work prescribed for this project and shall furnish the Town all other information and data requested on the form provided for this purpose; such submission to be made prior to construction startup.

The Contractor shall supply a Superintendent full time on the job. Contractor must submit the name and the title of the person assigned Superintendent for this contract and said person must be satisfactory to the Town of New Milford and, except for extraordinary circumstances, shall not be replaced without written consent of the Town. Failure to comply shall be cause for breach of contract.

6.1.1 Sub-Surface Structures:

All sub-surface structures and public utility lines have been located as far as possible, as indicated on the plans and information obtained from the respective utilities. The Town does not assume the responsibility for the accuracy of this information.

Contractors are advised and required to contact Call Before You Dig (CBYD) at 1-800-922-4455 BEFORE performing any excavation. 6.1.2 Sub-Surface Conditions:

Bidders are notified that it is obligatory for them to obtain all the information they require as to the existing physical conditions relative to the work and in particular to sub-surface conditions. THE TOWN SHALL NOT BE HELD LIABLE FOR ANY ADDITIONAL COST TO THE CONSTRUCTION WHICH MAY RESULT DUE TO THESE CONDITIONS, and each bidder shall rely exclusively upon his own investigation, and that he makes this bid with the full knowledge of the kind, quality and quantity of work required.

6.2 Working Hours and Holidays: The Contractor shall perform no work during the Town of New Milford employees' holidays nor before or after the Town's normal working hours, without specific approval of the Director. The normal working hours of the Town are Monday through Friday, 8:00 a.m. to 4:00 p.m. Working hours may be limited by project permits. Proposed schedules other than the Town’s normal working hours must be submitted in writing and approved by the Director, in writing, PRIOR to the contractor working said hours or days.

THE OFFICIAL TOWN OF NEW MILFORD HOLIDAYS ARE:

New Year's Day Martin Luther King Day

Lincoln's Birthday Washington's Birthday

Good Friday Memorial Day

Independence Day Labor Day

Columbus Day Veteran's Day

Page 35: Town of New Milford · Business Enterprises are encouraged to apply Funded by: The taxpayers of the Town of New Milford Prepared By: Town of New Milford Public Works Department Michael

35

Thanksgiving Day Day Following Thanksgiving

Christmas Day

6.3 Qualifications for Employment: No person under the age of sixteen (16) years and no person currently serving sentences in a penal or correctional institution shall be employed to perform any work on the project under this contract. No person whose age or physical condition is such as to make their employment dangerous to their health or safety, or to the health and safety of others shall be employed to perform any work on the project under this contract; provided that this sentence shall not operate against the employment of physically handicapped persons otherwise employed where such persons may be safely assigned to work which they can ably perform. There shall be no discrimination because of race, creed, color or political affiliation in employment of persons for work on the project under this contract and by signing this bid document the company so certifies that it is an Equal Opportunity Employer.

6.4 Payment of Employees: The Contractor and each of his subcontractors shall pay each of his employees engaged in the work on the project under this contract in full (less deductions made mandatory by law) in a timely and routine manner.

6.5 Accident Prevention: Precaution shall be exercised at all times for the protection of all persons, including employees, and property. The safety provisions of applicable laws, building, and construction codes shall be observed at all times while performing work for this contract. Except as otherwise provided by law neither the Town of New Milford and/or any of it’s agents shall be responsible for monitoring Contractor’s compliance with any laws or regulations.

Machinery, equipment and all hazards shall be guarded or eliminated in accordance with the safety provisions as provided by law (29 CFR Part 1926) and of the “Manual of Accident Prevention for Construction", published by the Associated General Contractors of America, to the extent that such provisions are not in breach of applicable laws.

If Contractor performs any work knowing or having reason to know that it is contrary to laws or regulations the Contractor shall bear all claims, losses, and damages (including but not limited to court costs, attorney’s fees and other professionals fees) arising out of or relating to such work. However, changes in laws and regulations not known at the time of bid opening that have an effect on the cost and/or time needed for performance of the contract shall be the subject of an adjustment in contract price and/or contract time.

ARTICLE 7 – PROTECTION OF PROPERTY

7.1 Protection of Work and Property: The Contractor shall at all times safely guard the Town's property from injury or loss, in connection with this contract. He also shall at all times safely guard and protect his own work and that of adjacent property from damage. All passageways, guard fences, lights and

Page 36: Town of New Milford · Business Enterprises are encouraged to apply Funded by: The taxpayers of the Town of New Milford Prepared By: Town of New Milford Public Works Department Michael

36

other facilities required for protection by local conditions must be provided and maintained.

Contractor shall not load any part of any structure or allow any part of any structure to be loaded in a manner that will endanger it or employees or persons occupying or utilizing the area. Nor shall the Contractor allow or subject any part of the work or adjacent property to pressures or stresses that will endanger it. Should any reasonable claim be made by a property owner or occupant the Contractor shall promptly replace and/or make good on any such damage, loss or injury by either negotiation, arbitration or other dispute resolution process. Claims not completely settled by the completion of work shall be grounds for the Town to withhold payments, as necessary.

7.2 Power of Contractor to Act in an Emergency: In case of an emergency which threatens loss or injury of property and/or safety of life, the Contractor shall be allowed to act without previous instructions from the Engineer, as he sees fit. He shall notify the Engineer immediately thereafter of any compensation claimed by the Contractor due to such extra work, and shall submit same to the Engineer for approval. When the Contractor has not taken action, but has notified the Engineer of an emergency threatening injury to persons or damage to the work, or any adjoining property, the Contractor shall act as instructed or authorized by the Engineer to prevent such threatened injury or damage.

7.3 Uses of Premises and Removal of Debris: The Contractor undertakes at his own expense:

a). To take every precaution against injuries to persons or damage to property.

b). To store his apparatus, materials, supplies and equipment in such orderly fashion at the site of the work as will not unduly interfere with the progress of his work.

c). To place upon the work area or any part thereof, only such loads as are consistent with the safety of that portion of the work.

d). To frequently clean up all refuse, rubbish, scrap material and debris caused by his operations, so that the site of the work shall at all times present a neat, orderly and workmanlike appearance. Failure to comply with this article within 24 hours of notification may result in the Owner having the work performed by outside sources at the Contractor's expense. These expenses will be deducted from the regular monthly periodic estimate.

e). To remove before final payment all surplus materials, false work, temporary structures, (including foundations thereof), plant of any description and debris of every nature resulting from his operation, and to put the site in a neat and orderly condition.

f). To effect all cutting, fitting or patching of his work required to make the same conform to the plans and specifications, and with the consent of the Engineer, to cut or otherwise alter the work of any other Contractor.

7.4 Driveways and Property Entrances: Excavated materials and equipment shall be placed in such position as not to unnecessarily impede travel on the streets, or access to driveways. A sufficiently clear space for pedestrian

Page 37: Town of New Milford · Business Enterprises are encouraged to apply Funded by: The taxpayers of the Town of New Milford Prepared By: Town of New Milford Public Works Department Michael

37

travel shall be maintained on the sidewalks, and all property entrances and driveways shall be kept clear, where possible. Where necessary, bridges shall be constructed and maintained for residents. Before closing any driveway or entrance, the Contractor shall give the owner or resident of the property involved, due notice of such temporary closing. When this is not practicable and an emergency arises, the Contractor shall, on the order of the Engineer, provide a satisfactory place to house temporarily, any motor vehicle which may be prevented from being housed at night.

No direct payment will be allowed for this work or condition, but shall be considered as included in the base bid submitted.

7.5 Occupying Private Land: The Contractor shall not (except after written consent from the proper parties) enter or occupy with men, tools, materials, or equipment, any land outside the right-of-way or property of the Town. A copy of the written consent shall be given to the Engineer.

7.6 Preservation of Trees: Trees and shrubs on the site of the work shall be protected during the entire period of the contract, and if injured by the Contractor or his employees, shall be replaced, unless it is covered by the bid items, at his expense before the completion of the contract.

7.7 Watchman: If it becomes necessary to supply watchmen during non-regular working hours, they shall be employed until (in the opinion of the Engineer) their services are no longer required. The Contractor shall employ and pay a satisfactory, sober, able-bodied watchman who shall be in attendance upon the work at all times, (regardless of the hour) whenever work by the regular employees stops.

ARTICLE 8 – CONTRACTOR’S RESPONSIBILITIES

8.1 Contractor's Title to Materials: No materials or supplies for the work shall be purchased by the Contractor or sub-contractor, subject to any chattel mortgage or under any conditional sale or other agreement for which interest is retained by the seller. It is explicitly understood that by accepting payment for the workmanship and materials performed as part of this contract the contractor releases any and all liens that have or may have been present and hereby releases the Town of New Milford from any and all obligation whatsoever.

8.2 Superintendence by Contractor: The Contractor shall employ a project superintendent who shall be present full time at the site of the work and who shall have full authority to act for the Contractor. The Contractor shall employ a project foreman who shall be in attendance at the worksite during working hours. It is understood that such representative shall be acceptable to the Town and shall be one whose experience and length of service in this particular kind of work warrants his ability to perform the duties entailed to the satisfaction of the Engineer, and who can continue in that capacity for the particular job involved unless he ceases to be on the Contractor's payroll.

Page 38: Town of New Milford · Business Enterprises are encouraged to apply Funded by: The taxpayers of the Town of New Milford Prepared By: Town of New Milford Public Works Department Michael

38

The Engineer reserves the right of investigation to satisfy the Town that the appointed superintendent is properly qualified to carry out the obligations entailed to perform the work herein contemplated in the plans and specifications and directions.

8.3 Patent Right: As part of his obligation hereunder and without any additional compensation, the Contractor will pay for all patent fees or royalties required in respect to the work or any part thereof, and will fully indemnify the Town for any loss on account of infringement of any patent rights.

8.4 Permits and Regulations: The Contractor shall procure and pay for all permits and licenses necessary for the execution of his work.

The Contractor shall comply with all laws, ordinances, rules and regulations relating to the performance of the work. https://ecode360.com/NE0870?needHash=true

8.5 Correction of Work: All work, all material, whether incorporated in the work or not, all processes of manufacture and all methods of construction, shall be at all time and places subject to the inspection of the Engineer, who shall be the final judge of the quality and suitability of the work, materials, processes of manufacture and methods of construction for the purpose for which they are used. Should they fail to meet the approval of the Engineer they shall be forthwith reconstructed, made good, replaced and/or corrected, as the case may be, by the Contractor, at his own expense. Rejected material shall immediately be removed from the site.

If, in the opinion of the Engineer, it is undesirable to replace any defective or damaged material, or to reconstruct or correct any portion of the work injured or not performed in accordance with the contract, the compensation to be paid to the Contractor hereunder, shall be reduced by such amount which the Engineer deems equitable.

The Contractor expressly warrants that his work shall be free from any defects in material or workmanship, and agrees to correct any such defects which may appear within the maintenance period, following final completion of work. Acceptance of material and workmanship by the Inspectors shall not relieve the Contractor from his obligation to supply other materials and workmanship when so ordered by the Engineer. Neither acceptance of the completed work, nor payment thereof, shall release the Contractor or his sureties from any obligation under or upon this contract or the performance bond.

8.6 Provisions Required By Law Deemed Inserted: Each and every provision of law and clause required by law to be inserted in this contract, shall be deemed to be inserted herein, and the contract shall be read and enforced as though it were included herein, and if through mistake or otherwise any such provision is not correctly inserted, then upon the application of either party, the contract shall forthwith be physically amended to make such insertion.

8.7 Sub-contracting, Subletting Successor and Assigns: Sub-contracting and/or subletting portions of this contract are permissible provided that the

Page 39: Town of New Milford · Business Enterprises are encouraged to apply Funded by: The taxpayers of the Town of New Milford Prepared By: Town of New Milford Public Works Department Michael

39

following conditions are met:

The contractors provides a written request to the Town specifying the proposed work to be sublet, the proposed contractors name address and principals, and the value of the work to be performed by said sub-contractor.

That the Contractor is granted, in writing, authorization by the Town to award the work to the proposed sub-contractor. However, reasonable objection by the Town to deny the use of particular sub-contractors is hereby acknowledged by the Contractor.

Nothing in the contract documents shall create any contractual relationship between the Town and any such subcontractor, supplier, or other individual or entity.

That the Contractor shall be fully responsible to the Town for any and all acts or omissions of the Sub-contractor, supplier, individual or entity performing or furnishing any work or supplies, just as the Contractor is for responsible for his own acts or omissions.

That the Contractor shall be fully responsible for scheduling and coordinating of the work and deliveries of any sub-contractor or supplier furnishing any of the work and/or materials covered under this contract.

That the sum total of ALL sub-contracts (excluding any material-only suppliers) cannot exceed 50% of the contract value.

The Contractor must make the proposed sub-contractor aware of the provisions contained in this contract.

ARTICLE 9 – TRAFFIC AND SAFETY PRECAUTIONS

9.1 Maintenance of Traffic: The Contractor shall conduct his operations in such a manner so that he does not impose unnecessary hardship upon the residents along the route of the work. Streets may be closed to traffic only upon written order of the Engineer. Traffic shall be maintained within the project area except where it is found impracticable, or seriously interferes with the Contractor's operations. If permanent repairs are not completed immediately, the pavement surface along the line of work shall be maintained in a condition comparable to the adjacent road surface.

People living or having business within the barricaded zone shall be permitted to use the highway for auto traffic if possible. The Contractor shall protect all phases of the work from damage due to traffic, etc., and provide necessary watchmen, certified flagmen and/or (if so ordered by the Engineer) police officers.

9.2 Interference With and Protection of Streets: The Contractor shall not close or obstruct any portion of a street, road or private way without obtaining permits therefore from the proper authorities(CT DOT). If any street, road or private way shall be rendered unsafe by the Contractor's operations, he shall make such repairs or provide such temporary ways or guards as shall be acceptable to the Engineer

Page 40: Town of New Milford · Business Enterprises are encouraged to apply Funded by: The taxpayers of the Town of New Milford Prepared By: Town of New Milford Public Works Department Michael

40

and to the proper authorities. Streets, roads, private ways and walks not closed shall be maintained passable and safe by the Contractor, who shall assume and have full responsibility for the adequacy and safety of provisions made therefore.

The Contractor shall, at least 24 hours in advance, notify the Police and Fire Departments in writing, with a copy to the Engineer, if the closure of a street or road is necessary. He shall cooperate with the Police Department in the establishment of alternate routes and shall provide adequate detour signs, plainly marked and well-lighted, in order to minimize confusion. All detour plans and proposed signage must be approved by the Engineer prior to implementation

9.3 Insufficiency of Safety Precautions: If at any time, in the sole judgment of the Engineer, the work is not properly lighted, barricaded, or in any other respect safe in regard to public travel, persons on or about the work, or public or private property, the Engineer shall have the right to order such safeguards to be erected and such precautions to be taken as he deems advisable and the Contractor shall comply promptly with such orders. If, under such circumstances, the Contractor does not or cannot immediately put the work and the safeguards into proper and approved condition, or if the Contractor or his representative is not upon the site so that he can be notified immediately of the insufficiency of safety precautions, the Engineer may put the work into such a condition that it shall be, in his opinion, in all respects safe. The Contractor shall pay all costs and expenses incurred by the Engineer or Town in so doing. Such action of the Engineer, or his failure to take such action, shall in no way relieve or diminish the responsibility of the Contractor for any and all costs, expenses, losses, liability, claims, suits, proceedings, judgments, awards or damages resulting from, by reason of or in connection with any failure to take safety precautions or the insufficiency of the safety precautions taken by him or by the Engineer acting under authority of this article or for failure to comply with the provisions of any State or Federal Occupational Safety and Health Laws, Rules or Regulations.

9.4 Sanitary Regulations: When deemed necessary by OSHA or the Engineer, the Contractor shall provide suitable sanitary facilities for the use of those employed on the work. Such facilities shall be made available when the first employees arrive on the site of the work, shall be properly secluded from public observation and shall be constructed and maintained during the progress of the work in suitable numbers and at such points and in such manner as may be required or approved. The Contractor shall maintain the sanitary facilities in a satisfactory and sanitary condition at all times and shall enforce their use. He shall rigorously prohibit the committing of nuisances on the site of the work on the lands of the Town, or on adjacent property. The Town and the Engineer shall have the right to inspect such facilities at all times to determine whether or not they are being properly and adequately maintained.

9.5 Dust: The Contractor shall at all times during the execution of this contract, control the nuisance of flying dust, by water sprinkling or by application of CaCl2, or an alternate method satisfactory to the Engineer.

Page 41: Town of New Milford · Business Enterprises are encouraged to apply Funded by: The taxpayers of the Town of New Milford Prepared By: Town of New Milford Public Works Department Michael

41

ARTICLE 10 – MATERIAL INSPECTIONS AND TESTS

10.1 Materials: Samples - Inspection – Approval - Unless otherwise expressly provided on the Drawings or in any of the other contract documents, only new material and equipment shall be incorporated in the work. All materials and equipment furnished by the Contractor to be incorporated in the work shall be subject to the inspection and approval of the Engineer. No material shall be processed or fabricated for the work or delivered to the work site without prior approval of the Engineer.

As soon as possible after execution of the Agreement, the Contractor shall submit to the Engineer the names and addresses of the manufacturers and suppliers of all materials and equipment he proposes to incorporate into the work. When shop and working drawings are required as specified below, the Contractor shall submit prior to the submission of such drawings, data in sufficient detail to enable the Engineer to determine whether the manufacturer and/or supplier have the ability to furnish a product meeting the specifications. As requested, the Contractor shall also submit data relating to the materials and equipment he proposes to incorporate into the work in sufficient detail to enable the Engineer to identify and evaluate the particular product and to determine whether it confirms to the Contract Requirements. Such data shall be submitted in a manner similar to that specified for submission of shop and working drawings.

Facilities and labor for the storage, handling and inspection of all materials and equipment shall be furnished by the Contractor. Defective materials and equipment shall be removed immediately from the site of the work.

If the Engineer so requires, either prior to or after commencement of the work, the Contractor shall submit additional samples of materials for such special tests as the Engineer deems necessary to demonstrate that they conform to the specifications. Such samples, including concrete test cylinders, shall be furnished, taken, stored, placed and shopped by the approved molds for making concrete test cylinders. Except as otherwise expressly specified, with technical specifications, the Town shall make arrangements and pay for the tests.

All samples shall be packed so as to reach their destination in good condition, and shall be labeled to indicate the material represented including the name of the building or work location for which the material is intended and the name of the contractor submitting the sample. To ensure consideration of samples, the Contractor shall notify the Engineer by letter that the samples have been shipped and shall properly describe the samples in the letter. The letter of notification shall be sent separate from and should not be enclosed with the samples. The Contractor shall submit data and samples, or place his orders, sufficiently early to permit consideration, inspection, testing and approval before the materials and equipment are needed for incorporation in the work. The consequence of his failure to do so shall be the Contractor's sole responsibility. When required, the Contractor shall furnish to the Engineer triplicate sworn copies of manufacturer's shop or mill tests (or reports from independent test laboratories) relative to materials, equipment, performance rating and concrete data.

10.2 Inspection and Tests: The Engineer or his authorized representative shall be permitted to inspect the work,

Page 42: Town of New Milford · Business Enterprises are encouraged to apply Funded by: The taxpayers of the Town of New Milford Prepared By: Town of New Milford Public Works Department Michael

42

materials, payrolls, and records of personnel, invoices of material and other relevant data and records of this contract. All material and workmanship (if not otherwise designated) shall be subject to inspection, examination and tests at any and at all times during the manufacture and/or construction, and at any and all places where such manufacture or construction is carried on. Without additional charge, the Contractor shall furnish promptly all reasonable facilities, labor and material necessary to make tests so required, safe and convenient.

If at any time before final acceptance of the entire work, the Engineer considers necessary or advisable any examination of any portion of the work already completed, by removing or tearing out the same, the Contractor shall upon request, furnish promptly all necessary facilities, labor and materials. If such work is found to be defective in any material respect, due to material or faulty construction by the Contractor, or any subcontractor, or if any work shall be covered over without approval of the engineer (whether or not the same shall be defective) the Contractor shall be liable for the expense of such examination and of satisfactory reconstruction.

If, however, such approval and consent shall have been given and if such work is found to meet the requirements of this contract, the Contractor shall be compensated for the extent of such examination and reconstruction at the cost of "Time and Materials" including equipment and labor, and/or item quantities as bid.

10.2.1 Costs for Tests:

The selection of laboratories and/or agencies for the inspection and tests of supplies, materials or equipment shall be subject to the direction of the Engineer. If inspection, tests, analysis of the materials or equipment should disclose that said material or equipment requires rejection, then the cost of said inspection, test analysis shall be borne by the Contractor and said cost shall be deducted from the Contractor's current estimate by the Engineer. If supplies, material or equipment shall be found acceptable, the cost of said inspection, tests or analysis shall be borne by the Town.

10.3 Handling and Distribution: The Contractor shall handle, haul and distribute all materials and all surplus materials on the different portions of the work, as necessary or required; shall provide suitable and adequate storage room for materials and equipment during the progress of the work, and shall be responsible for the protection, loss of, or damage to materials and equipment furnished by him, until the final completion and acceptance of the work. Storage and Demurrage charges by Transportation Companies and Vendors shall be borne by the Contractor.

10.4 Inspection of Work Away From the Site: If work to be done away from the construction site is to be inspected on behalf of the Town during its fabrication, manufacture, or testing, or before shipment, the Contractor shall give notice to the Engineer of the place and time where such fabrication, manufacture, testing or shipping is to be done. Such notice shall be in writing and delivered to the Engineer in ample time so that the necessary arrangements for the inspection can be made.

10.5 Storage of Materials and Equipment: All excavated materials, construction equipment and materials and equipment to be incorporated in the work shall be placed so as not to injure any part of the work or existing

Page 43: Town of New Milford · Business Enterprises are encouraged to apply Funded by: The taxpayers of the Town of New Milford Prepared By: Town of New Milford Public Works Department Michael

43

facilities and so that free access can be had at all times to all parts of the work and to all Public Utility installations in the vicinity of the work. Materials and equipment shall be kept neatly piled and compactly stored in Such locations as will cause a minimum of inconvenience to public travel and adjoining owners, tenants and occupants.

ARTICLE 11 – DRAWINGS, SPECIFICATIONS AND SCHEDULES

11.1 Contractor's Shop and Working Drawings: The Contractor shall submit for approval (in reproducible form unless otherwise specified) shop and working drawings of concrete reinforcement, structural details, piping layout, wiring, materials fabricated for the contract and materials and equipment for which such drawings are specifically requested. Such drawings shall show the principal dimensions, weight, structural and operating features, space required, clearances, type and/or brand of finish or shop coat, grease fittings, etc., depending on the subject of the drawing, when it is customary to do so. When the dimensions are of particular importance, or when so specified, the drawings shall be certified by the manufacturer or fabricator as correct for the contract. When so specified or if considered by the Engineer to be acceptable, manufacturer's specifications, catalog data, descriptive matter, illustrations, etc., may be submitted for approval in place of shop and working drawings. In such case, requirements shall be as specified for shop and working drawings, insofar as applicable, except that the submission shall be in quadruplicate.

The Contractor shall be responsible for the prompt and timely submittal of all shop and working drawings so that there shall be no delay to the work due to the absence of such drawings. No material or equipment shall be purchased or fabricated for the contract until the required shop and working drawings have been submitted as herein above provided and approved as conforming to the contract requirements. All such materials and equipment and the work involved in their installation or incorporated into the work shall then be as shown in and represented by said drawings. Until the necessary approval has been given, the Contractor shall not proceed with any portion of the work such as the construction of foundations, the design or details of which are dependent upon the design or details of work, materials, equipment or other features for which approval is required.

All shop and working drawings shall be submitted to the Engineer by and/or through the Contractor, who shall be responsible for obtaining shop and working drawings from his subcontractors and returning approved drawings to them. Unless otherwise approved, all shop and working drawings shall be prepared on standard size, 24 inch by 36 inch sheets, except those which are made by changing existing standard shop or working drawings. All drawings shall be clearly marked with the names of the Town, Contractor, and building, equipment or structure to which the drawing applies, and shall be accompanied by a letter of transmittal giving a list of the drawing number and the names mentioned above.

Only drawings which have been checked and corrected by the fabricator should be submitted to the Contractor by his subcontractors and vendors. Prior to submitting drawings to the Engineer, the Contractor shall check thoroughly all such drawings to satisfy himself that the subject matter thereof conforms to the drawings and specifications in all respects. All drawings which are correct shall be marked with the date, checker's name and indication of the Contractor's approval, and then shall be submitted to the Engineer. Other drawings shall be returned for correction.

Page 44: Town of New Milford · Business Enterprises are encouraged to apply Funded by: The taxpayers of the Town of New Milford Prepared By: Town of New Milford Public Works Department Michael

44

The approval of shop and working drawings, etc., will be general only and shall not relieve or in any respect diminish the responsibility of the Contractor for details of design, dimensions, etc., necessary for proper fitting and construction of the work as required in the contract and for achieving the result and performance specified hereunder. Should the Contractor submit for approval, equipment that requires modifications to the structures, piping, layout, etc., detailed on the drawings, he shall also submit for approval, details of the proposed modifications. If such equipment and modifications are approved, the Contractor, at no additional cost to the Town, shall do all work necessary to make such modifications.

The marked-up reproducible of the shop and working drawings or one marked-up copy of catalog cuts will be returned to the Contractor. The Contractor shall furnish additional copies of such drawings or catalog cuts when so requested.

11.2 Coordination of Plans/Specifications Any requirement on the plans or in these Specifications, Special Notes/Provisions shall be equally binding on the Contractor. In case of conflict, the plans shall take precedence over the Specifications. Special Notes/Provisions shall take precedence over Plans and Specifications.

11.3 Dimensions of Existing Structures: Where the dimensions and locations of existing structures are of importance in the installation or connection of any part of the work, the Contractor shall verify such dimensions and locations in the field before the fabrication of any material or equipment which is dependent on the correctness of such information.

11.4 Work To Conform: During its progress, and on its completion, the work shall conform truly to the lines, levels and grades indicated on the drawings or given by the Engineer and shall be built in a thoroughly substantial and workmanlike manner, in strict accordance with the drawings, specifications and other contract documents and the directions given from time to time by the Engineer.

11.5 Planning And Progress Schedules: Before starting the work and from time to time during its progress as the Engineer may request the Contractor shall submit to the Engineer a written description of the methods he plans to use in doing the work and the various steps he intends to take. Within two (2) days after the date of starting work, the Contractor shall prepare and submit to the Engineer a written schedule fixing the respective dates for the start and completion of various parts of the work. The Contractor shall update the schedule on a monthly basis and submit each schedule to the Engineer for review, approval and change where necessary during the progress of the work.

11.6 Precautions During Adverse Weather During adverse weather and against the possibility thereof, the Contractor shall take all necessary precautions so that the work may be properly done and satisfactory in all respects. When required, protection shall be provided by the use of plastic sheets, tarpaulins, wood and building paper shelters or other approved means. The Engineer may suspend

Page 45: Town of New Milford · Business Enterprises are encouraged to apply Funded by: The taxpayers of the Town of New Milford Prepared By: Town of New Milford Public Works Department Michael

45

construction operations at any time when, if in his sole judgment, the conditions are unsuitable or the proper precautions are not being taken, whatever the weather may be.

Page 46: Town of New Milford · Business Enterprises are encouraged to apply Funded by: The taxpayers of the Town of New Milford Prepared By: Town of New Milford Public Works Department Michael

46

SECTION II – APPENDICES Check Appendices that apply

A. Design Standards B. Wage Rates - Pending C. Contract Signature Page D. Technical Specifications E. Quantity Estimate Sheets

Page 47: Town of New Milford · Business Enterprises are encouraged to apply Funded by: The taxpayers of the Town of New Milford Prepared By: Town of New Milford Public Works Department Michael

47

Appendix A – Transportation Design Standards TOWN OF NEW MILFORD

TECHNICAL STANDARDS AND PUBLICATIONS DEPARTMENT OF PUBLIC WORKS

ENGINEERING DIVISION

AASHTO - American Association of State Highway & Transportation Officials, Washington, DC

A Policy on Geometric Design of Highways and Streets, 2004, 5th edition

Guide for Design of Pavement Structures, 1993, 4th edition, plus 1998 supplement

Highway Drainage Guidelines, 2007, 4th edition

Roadside Design Guide, 2002, 3rd edition with 2006 Chapter 6 Update

LRFD Bridge Design Specifications, 2007, 4th edition, plus 2008 Interim revisions AI - Asphalt Institute, College Park, MD

The Asphalt Handbook, (MS-4), 2007, 7th Edition TRB - Transportation Research Board—National Research Council, Washington, DC

Highway Capacity Manual (HCM 2000), 2000 edition, FHWA - U.S. Department of Transportation—Federal Highway Administration, Washington, DC

Manual on Uniform Traffic Control Devices, 2009 PCA - Portland Cement Association, Skokie, IL

Design and Control of Concrete Mixtures, 2002, 14th edition ITE - Institute of Transportation Engineers, Washington, DC

Traffic Engineering Handbook, 2009, 6th Edition OSHA – Occupational Safety and Health Standards for the Construction Industry, US Department of Labor, Washington, DC.

29 CFR Part 1926(US Federal Version) CT DOT - Connecticut Department of Transportation, Newington, CT

Standard Specifications for Roads, Bridges, and Incidental Construction, Form 816, 2004

Highway Design Manual, 2003 Edition

Bridge Design Manual, 2003 Edition

Drainage Manual 2000, plus revisions through December 2003

Traffic Control Signal Design Manual, 2001 CT DEP - Connecticut Department of Environmental Protection, Hartford, CT

Connecticut Stormwater Quality Manual, 2004

Erosion & Sedimentation Guidelines, 2002 US DOJ – United States Department of Justice

ADA Accessibility Guidelines for Buildings and Facilities (ADAAG), 2004, w/ amendments thru 2005

Note: Including any revisions, updates, approved changes, addendums, etc. as may be incorporated into the official documents listed.

PUBLISHING AGENCY DESIGN STANDARD TITLE / EDITION / DATE

Page 48: Town of New Milford · Business Enterprises are encouraged to apply Funded by: The taxpayers of the Town of New Milford Prepared By: Town of New Milford Public Works Department Michael

48

Appendix B – CT Department of Labor– Wage Rates http://www.ctdol.state.ct.us/wgwkstnd/forms/prevwgfm.htm

Page 49: Town of New Milford · Business Enterprises are encouraged to apply Funded by: The taxpayers of the Town of New Milford Prepared By: Town of New Milford Public Works Department Michael

49

Appendix C - Contract Signature Page IN WITNESS WHEREOF, Owner and Contractor have signed this Agreement in three (3) counterparts. One counterpart each has been delivered to Owner, Contractor, and Engineer. All portions of the Contract Documents have been signed, initialed, or identified by Owner and Contractor or identified by Engineer on their behalf.

The CONTRACTOR hereby agrees to commence work under this Contract on or before a date to be specified in a written “Notice to Proceed” of the OWNER and to fully complete the 2018 BAN Road Reconstruction Project within the time limit specified in Article 2 of this Contract Agreement. The CONTRACTOR further agrees to pay, as liquidated damages, the sum specified in Article 2.1.1. The OWNER agrees to pay the CONTRACTOR in current funds for the performance of the Contract, subject to additions and deductions as provided in Article 2.2 of this Contract Agreement, and to make payments on account thereof as provided in Article 4 of this Contract Agreement.

This Agreement is dated . OWNER: CONTRACTOR:

Town of New Milford

By: Pete Bass By:

Title: Mayor Title:

[CORPORATE SEAL] [CORPORATE SEAL]

Attest: Daniel Stanton Attest:

Title: Town Engineer Title:

Address for giving notices: Address for giving notices:

10 Main St

New Milford, CT 06776

Agent for service of process:

(If Contractor is a corporation or a partnership, attach evidence of authority to sign.)

Page 50: Town of New Milford · Business Enterprises are encouraged to apply Funded by: The taxpayers of the Town of New Milford Prepared By: Town of New Milford Public Works Department Michael

Town of New Milford

2018 BAN Roads

Technical Specifications

and

Special Provisions

Page 51: Town of New Milford · Business Enterprises are encouraged to apply Funded by: The taxpayers of the Town of New Milford Prepared By: Town of New Milford Public Works Department Michael

Specification No. 203 - 6" Pipe(PVC or SDR)

Scope of Work

Under this item shall be included the connection of existing utility house drains with new six inch (6") pipe, where directed by the Engineer, including excavation, backfill and connection of existing utility house drains to proposed storm drains.

Materials and Method of Construction

Pipe material shall be P.V.C. or SDR "gravity" pipe, conforming to requirements of ASTM D 1785, schedule 40. Couplings and elbows shall conform to the requirements of ASTM D 2466 or D 2467.The construction methods for this work shall conform to CONN-DOT specifications, Form 817 or current for Culverts and Section 2.05 for Trench Excavation. Backfill must be placed and compacted in six inch (6") layers, as described in the above specifications. Existing house utility drains shall be connected to the proposed main line by using factory connectors. Arbitrary non-mechanical pipe breakage (ie:manual hammering) to establish connection score will not be permitted. Method of Measurement and Basis of Payment The work will be measured for payment by the actual number of linear feet of pipe completed and accepted, measured in place. Payment will be made at the contract unit price per linear foot, which price shall include all materials, labor, equipment, tools, elbows, fittings and incidentals necessary to complete this item. Payment will be made at the contract unit price per each, which price shall include all materials, labor, equipment, tools, elbows, fittings and incidentals necessary to complete this item into existing or new storm inlet. Notes: Specify material – PVC, SDR or gasketed within 50’ of septic

Page 52: Town of New Milford · Business Enterprises are encouraged to apply Funded by: The taxpayers of the Town of New Milford Prepared By: Town of New Milford Public Works Department Michael

Specification No. 204 – Typical 12-36" HDPE Drainage Pipe

Scope of Work

This item shall consist of excavating for furnishing and installing new 12-36" HDPE corrugated plastic pipe, at the locations and to the lines and grades designated on the plans, or as directed by the Engineer and in conformity with these specifications.

Materials and Method of Construction

The materials for this work shall conform to CONN-DOT Specifications, Form 817 or current, 2004, Article 6.51.03 for culverts and Section 2.05 for Trench Excavation. Backfill must be placed and compacted in six inch (6") layers and shall conform to compaction standards detail as shown on the plans. In the event the contractor wishes to utilize a hydraulic vibratory compactor, (ie: Ho-Pac) the compaction will be performed in the following manner; First lift shall be a minimum of four feet above the pipe. All lifts thereafter shall be a maximum of three to four feet depending upon soil conditions and may be reduced if proctor densities as stated on the detail are not obtained. Prior to construction the contractor will indicate the method of compaction and type of equipment he intends to use for this work

Method of Measurement and Basis of Payment

The footages to be paid for shall be the actual number of linear feet of pipe measured as installed in place, completed and accepted, and shall be paid for at the contract unit price per linear foot, “Size” HDPE Drainage Pipe", which price shall include furnishing all pipe at the job site, for hauling and installing pipe, for bedding materials, processed aggregate, connections, labor, equipment, tools and all incidentals necessary to complete this item as designated on the drawings and specifications, including excavation and backfill. Rock excavation shall be paid for under a separate, applicable item.

Special Provision: outlet of pipes shall include a flared end Specification 208

Page 53: Town of New Milford · Business Enterprises are encouraged to apply Funded by: The taxpayers of the Town of New Milford Prepared By: Town of New Milford Public Works Department Michael

Specification No. 208 - Flared-End Section

Scope of Work

This item covers the furnishing and installation of the same type flared-end section at the terminus of the storm pipe. This item also includes labor, equipment and materials for excavation (except rock excavation), pipe bedding, and installation per plans and manufacturer’s instructions.

Materials and Methods of Construction

The flared-end section shall be the one manufactured by same manufacturer as the pipe or approved equal.

Method of construction shall conform to the applicable provisions of the Connecticut Department of Transportation Specifications, Form 817 or Current.

Method of Measurement and Basis of Payment

Payment will be made at the contract lump-sum price for each "Flared-End Section" which price shall include all work described above and all incidental work necessary to complete this item.

Page 54: Town of New Milford · Business Enterprises are encouraged to apply Funded by: The taxpayers of the Town of New Milford Prepared By: Town of New Milford Public Works Department Michael

Specification No. 221 – Typical Installation or Replacement of a Storm Manhole

Scope of Work

Under this item the Contractor shall construct or reconstruct existing storm manholes where directed. If during the course of construction existing storm manholes are found to be in such disrepair as to require reconstruction, the Contractor may be directed by the Engineer to do so.

Materials and Method of Construction

Construction methods shall conform to the Town of New Milford standard specifications and details for storm drain manholes.

Excavation shall conform to CONN-DOT Specification, Form 817 or current, Section 2.05 for trench excavation.

Method of Measurement and Basis of Payment

Payment for this item will be made at the contract unit price bid for each vertical foot of "Construct or Reconstruct Existing Manhole", which price shall include all materials, cement, new frame and cover as required, labor tools and equipment necessary to complete the item as specified.

Page 55: Town of New Milford · Business Enterprises are encouraged to apply Funded by: The taxpayers of the Town of New Milford Prepared By: Town of New Milford Public Works Department Michael

Specification No. 227 – Typical Type “C” & “CL” Catch Basin Installation or Replacement

Scope of Work This item covers the furnishing and construction of Curb Drain Type Catch Basins, single and double, with galvanized steel top, or approved equal, in conformity with the lines, grades and dimensions shown on the plans and as attached to these specifications, or as ordered by the Engineer. This item includes but is not limited to excavation, (except rock excavation), removal of existing basin, reconnection of existing pipes, including furnishing additional pipe, in kind, if so required to re-establish connection, backfilling and dewatering, etc.

Materials and Method of Construction

Materials for this work shall conform to the provisions of Connecticut Department of Transportation Form 817 or current, 2004, Section 5.07.02. Catch Basins shall be generally pre-cast. Concrete catch basin block may ONLY be used for levelling basin tops on a sloped road and sealing basin knockouts.

Precast basins and components shall be utilized with knockouts specific for the type, size and orientation of pipe(s) existing or specified on the plans unless approved by the Engineer.

Construction methods shall conform to Connecticut Department of Transportation Specifications, Form 817 or current, 2004, Article 5.07.03 and applicable provisions of Section 2.05, Trench Excavation.

Method of Measurement and Basis of Payment

The catch basins will be paid for at the contract unit price Each for “Replace Catch Basin, single” or “Replace Catch Basin double”, which price(s) shall include all work described above, including furnishing new connecting pipe, in kind, if required, and all incidental work necessary to complete this item. Rock excavation, if encountered, shall be paid for under the applicable item.

Page 56: Town of New Milford · Business Enterprises are encouraged to apply Funded by: The taxpayers of the Town of New Milford Prepared By: Town of New Milford Public Works Department Michael

Specification No. 228 - Lawn Drain Type Catch Basin

Scope of Work

This item covers the furnishing and construction of a Lawn Drain Type Catch Basin, with cast iron top {Pattern No. 3047A Campbell Foundry Co. for Frame and Grate, or approved equal, in conformity with the lines, grades and dimensions shown on the plans and on the Construction Detail sheet, attached to these specifications, or as ordered by the Engineer. This item includes excavation (except rock excavation), pipe connections, backfilling and dewatering.

Materials and Method of Construction.

Materials to be used shall be those indicated on City of Stamford Standard Construction Detail, or as ordered by the Engineer and shall conform to Connecticut Department of Transportation Specifications, Form 817 or current, 2004, Article 5.07.02 for catch basins, manholes and drop inlets.

Construction methods shall conform to Connecticut Department of Transportation Specifications, Form 817 or current, 2004, Article 5.07.03 and applicable provisions of Section 2.05, Trench Excavation.

Method of Measurement and Basis of Payment.

The catch basins will be paid for at the contract unit price "Each" for Lawn Drain Type Catch Basin, which price shall include all work described above and all incidental work necessary to complete this item. Rock excavation shall be paid for under the applicable item.

Page 57: Town of New Milford · Business Enterprises are encouraged to apply Funded by: The taxpayers of the Town of New Milford Prepared By: Town of New Milford Public Works Department Michael

Specification No. 231- Repair existing catch basin & install new frames and grates Scope of Work Under this item the contractor shall remove existing catch basin tops, including furnishing and installation of new galvanized catch basin frames and grates. The work shall also include, but not be limited to any cleaning of the catch basin as required, alterations, reconstruction or conversion to existing structure (to a maximum of three vertical feet below finished top of curb grade) as required to conform to lines, grades, dimensions and details as shown on plans or as ordered by the Engineer. Only where directed by the Engineer will selected existing catch basin frames and grates be delivered to a designated area in the Town Yard. All other frames and grates shall be disposed of by the contractor at no additional cost to the Town. Materials and Method of Construction Galvanized frames and grates shall be those as indicated above. Materials to be used in the construction shall conform to Conn-Dot Specifications, Form 817, Article M.08.02. Mortar shall conform to Article M.11.04. Pervious material shall conform to Article M.02.05. Existing catch basin frames and grates shall be removed from their present beds, and walls and sides rebuilt to conform to the new roadway elevations as required accommodating new frames and grates. Method of Measurement and Basis of Payment This item will be paid for at the contract unit price each to "Repair Existing Catch Basin Tops and Install New Frames and Grates" complete in place, which price shall include all work described above, including new frame, grates, alteration to existing structures and all incidental work necessary to complete this item.

Page 58: Town of New Milford · Business Enterprises are encouraged to apply Funded by: The taxpayers of the Town of New Milford Prepared By: Town of New Milford Public Works Department Michael

Specification No. 232 - Reset Catch Basin Scope of Work

This work shall consist of the adjustment of existing catch basins to the new concrete curb grades, all in conformity with the lines, grades, and dimensions, or as directed by the Engineer, and in conformity with these specifications.

Materials and Method of Construction

Materials to be used in the construction shall be those indicated on the plans or directed by the Engineer, and shall conform to CONN-DOT Specification, Form 817 or current, 2004, Article M.08.02. Brick shall conform to Article M.08.02.01. Mortar shall conform to Article M.11.04. Pervious material shall conform to Article M.02.05.

Catch basin tops which are to be reset shall be removed from their present beds, the walls or sides shall be adjusted with brick and mortar to conform to the new concrete curb elevations.

If the existing catch basin tops are broken or so damaged as to be unfit for further use, they shall be replaced with a new sound catch basin frame and grate, type and size to be determined by the Engineer. Costs for the purchase of replacement frame and grate shall be paid for under the contingency item of this contract and in conformance with General Specification, Article 69. Section B, 1.3 for materials.

Methods of Measurement and Basis of Payment

This item will be paid for at the contract unit price each for "Reset Catch Basin," of the type specified, complete in place, which price shall include all materials, equipment, tools and labor incidental thereto, at the contract unit price for "each," which price shall include all work described above, including, adjusting of existing structure walls and all incidental work necessary to complete this item.

Page 59: Town of New Milford · Business Enterprises are encouraged to apply Funded by: The taxpayers of the Town of New Milford Prepared By: Town of New Milford Public Works Department Michael

Specification No. 222 - Riprap

Scope of Work

This item shall consist of the furnishing and placing of angular shaped stones used to protect foundations of piers, abutments, walls, slopes of embankments and waterways from water damage.

Materials and Method of Construction

The stone for this work shall be the type called for on the plans, and shall conform to CONN-DOT Specification, Form 817 or current, 2004, Article M.12.02, for Standard Riprap.

The Riprap shall be placed to its full course thickness in one operation in such a manner as to produce a well graded mass of rock without displacing the underlying material. The construction methods used for this item shall conform to CONN-DOT Specification 817 above, Section 7.03.03.

Method of Measurement and Basis of Payment.

The quantity of Riprap measured for payment shall be the number of square yards, measured in place, accepted and at the thickness as shown on the plan.

The work will be paid for at the contract unit price per square yard of Riprap actually

placed and accepted, including all materials, equipment, tools and labor incidental thereto.

Note: Modified Rip Rap for this project.

Page 60: Town of New Milford · Business Enterprises are encouraged to apply Funded by: The taxpayers of the Town of New Milford Prepared By: Town of New Milford Public Works Department Michael

Specification No. 244 – Storm Drainage Channel Scope of Work

Under this item the Contractor shall construct a drainage, ditches or channels in conformity with the line, grade, and typical cross-section as shown on the plans or as directed by the Engineer. Method of Construction

Construction methods shall conform to Section 2.06.03. Method of Measurement and Basis of Payment

This area of work shall be determined by measuring the average width of the drainage channel and the actual length as measured along its surface.

Payment for this work shall be made at the contract unit price bid for each square

yard of "Storm Drainage Channel" as constructed and accepted and shall include all labor, tools and equipment to complete the item as specified.

Page 61: Town of New Milford · Business Enterprises are encouraged to apply Funded by: The taxpayers of the Town of New Milford Prepared By: Town of New Milford Public Works Department Michael

Specification No. 245 – Install erosion control concrete check dam Scope of Work

Under this item the Contractor shall construct a concrete check dam in conformity with the line, grade, and typical cross-section as shown on the plans or as directed by the Engineer. Method of Construction

Construction methods shall conform to construction detail and CT DOT 817 or current Section 2.06.03.

This construction shall include material, labor, equipment and incidentals to perform the form. With the following exceptions, Rip rap and topsoil/hay and seed shall be paid for under a separate item. Method of Measurement and Basis of Payment

This work shall be determined by measuring the quantity of each installed. Payment for this work shall be made at the contract unit price bid for each of "Install

erosion control concrete check dam" as constructed and accepted and shall include all labor, tools and equipment to complete the item as specified.

Special Provision: May be used as part of Specification #222

Page 62: Town of New Milford · Business Enterprises are encouraged to apply Funded by: The taxpayers of the Town of New Milford Prepared By: Town of New Milford Public Works Department Michael

Specification No. 249 – Storm Water Quality Pond Scope of Work

Under this item the Contractor shall construct a water quality pond in conformity with the line, grade, and typical cross-section as shown on the plans or as directed by the Engineer. Method of Construction

Construction methods shall conform to construction detail and CT DOT 817 or current Section 2.06.03.

This construction shall include material, labor, equipment and incidentals to perform the form. With the following exceptions, Rip rap and topsoil/hay and seed shall be paid for under a separate item. Method of Measurement and Basis of Payment

This work shall be determined by measuring the quantity of each installed. Payment for this work shall be made at the contract unit price bid for each of "Storm

Water Quality Pond" as constructed and accepted and shall include all labor, tools and equipment to complete the item as specified.

Page 63: Town of New Milford · Business Enterprises are encouraged to apply Funded by: The taxpayers of the Town of New Milford Prepared By: Town of New Milford Public Works Department Michael

Specification No. 301 - Concrete Saw Cutting Description:

This item shall consist of saw cutting existing concrete at locations shown on the plan in a manner acceptable to the Engineer. This activity is to protect areas beyond the scope of work or ensure a clean edge for matching surfaces.

Materials:

The saw used for this operation shall have a carborundum or diamond-tipped blade suitable for cutting concrete and shall be approved by the Engineer.

Construction Method:

The Contractor shall mark the alignment of the proposed cut with a chalk line or other suitable guide. The saw cut shall not vary more than 1/2" from the true alignment. Sawing shall be done only by personnel thoroughly familiar with this type of work. Depth of sawing to be that required to remove concrete, leaving neat exposed edge.

Method of Measurement and Basis of Payment:

This work will be measured for payment by the actual number of linear feet of concrete cut and accepted and will be paid for at the contract unit price per linear foot for "Concrete Saw Cutting," which price shall include all equipment, tools, materials and labor incidental thereto.

Page 64: Town of New Milford · Business Enterprises are encouraged to apply Funded by: The taxpayers of the Town of New Milford Prepared By: Town of New Milford Public Works Department Michael

Specification No. 302 - Roadway Test Pits Scope of Work

This item shall consist of; excavating for roadway test pits to determine the compaction and quality of the existing roadway; placing gravel back fill and compacting; and replacing the asphalt pavement. This may consist of excavation to uncover utilities or structures as determined by the Engineer.

Materials and Methods of Construction:

The contractor shall excavate test pits in a size indicated on the plans or as directed by the Engineer. Each opening shall be back filled and compacted and/or barricaded immediately after inspection. All pits shall be excavated, back filled and paved the same day unless otherwise ordered by the Engineer.

Back fill material shall be approved base gravel and compacted in 6" lifts. Asphalt pavement shall be Bituminous Concrete Class 1 Min. 3”. When asphalt pavement is required, the edges of the existing pavement will be neatly trimmed and tack coated. The Engineer shall coordinate the test pit work so that a sufficient number of pits will be done at the same time to maximize efficiency.

A test pit to uncover utilities shall be excavated, back filled and paved the same day unless otherwise ordered by the Engineer.

In those cases where the Engineer determines the road shall be reclaimed or milled, asphalt pavement will not be required. Processed Aggregate shall be used in the place of pavement and compacted to accommodate traffic for that period of time until the final road work commences.

Method of Measurement and Payment:

The quantity of work measured for payment under this item shall be the number of test pits (each) completed.

Page 65: Town of New Milford · Business Enterprises are encouraged to apply Funded by: The taxpayers of the Town of New Milford Prepared By: Town of New Milford Public Works Department Michael

Specification No. 303a – Curb, Bituminous Concrete

Scope of Work

Under this item, the Contractor shall construct machine laid bituminous concrete curb on the pavement in accordance with the dimensions and details shown on the plans or as ordered and in accordance with these specifications. Curbing shall have a six inch (6") reveal height. Also included in this item shall be the construction of man made curbs, driveway lip curbs, and berms as required.

Materials and Method of Construction

The bituminous concrete curb shall be machine laid, continuous through driveways, with a standard lip manually formed, in the locations indicated on the drawings and as directed by the Engineer.

Materials and construction methods shall conform to provisions of CONN-DOT Specifications, Form 817 or current, Section 8.15 for Bituminous Concrete Lip Curbing.

Method of Measurement and Basis of Payment

The work for this item shall be measured by the actual number of linear feet of bituminous concrete curb both man made and machine constructed and accepted, and shall be paid for at the contract unit price per linear foot for "Bituminous Concrete Curb," which price shall include all materials, equipment and labor and incidental work required to complete this item.

Page 66: Town of New Milford · Business Enterprises are encouraged to apply Funded by: The taxpayers of the Town of New Milford Prepared By: Town of New Milford Public Works Department Michael

Specification No. 310 - Concrete Sidewalk Scope of Work

Under this item, the Contractor shall construct a 6" processed aggregate base and 5" Class "F" concrete sidewalk, properly cured, including excavation and disposal of existing materials and furnishing of all labor, materials and equipment to construct a processed aggregate base and concrete driveway at the locations and to the elevations, dimensions and details as shown on the Construction Plans and Details, or as directed by the Engineer.

The raising and/or lowering of existing curb boxes to the proposed sidewalk grade shall be included. Any buried or broken curb boxes encountered shall be brought to the attention of the Engineer.

It is the responsibility of the Contractor to notify utility companies with regard to curb box locations 48 hours prior to entering any street.

Removal and replacement of traffic signs and parking signs shall also be included and must be coordinated with the Public Works Department (see item no. 350).

Materials and Method of Construction

Materials and construction methods shall conform to the provisions of Connecticut Department of Transportation Specifications, Form 817 or current, 2004, Articles 9.21.02 and 9.21.03 and M.03.01 for concrete sidewalks and M.05.01 for processed aggregate, and 6.02 and M.06.01 for reinforcing steel. Concrete shall be Class “F”, 4000lbs, and shall have an air entrainment of between 5-7%.

A layer of reinforcing consisting of welded wire fabric, 6”x 6”, W10 x W10 (sheets only) shall be placed at the mid-depth (2.5 inches). All reinforcing is to be discontinued at expansion joints. All reinforcing shall be supported on chairs or other positive type supports, approximately one per 25 square feet.

Concrete curing methods shall conform to CDOT Form 817 or current, 2004, Section 4.01.03, sub-article 7 for Curing and Protection. Concreting in Cold Weather shall conform to CDOT Form 817 or current, 2004, Section 6.01.03, Sub-article 12.

NOTE: NO POURED IN PLACE CONCRETE, i.e., CURBING, SIDEWALKS, SLABS, FOUNDATIONS, ETC., WILL BE CONSTRUCTED BETWEEN NOVEMBER 15 AND APRIL 15, WITHOUT PRIOR WRITTEN APPROVAL OF THE TOWN ENGINEER.

Method of Measurement and Basis for Payment

The work will be measured for payment by the actual number of square feet of concrete sidewalk completed and accepted. Payment for this work will be made at the contract unit price per square foot for "Concrete Sidewalk," which price shall include curing methods, saw cutting, removal and disposal of existing pavements, installation of crushed stone, welded wire fabric and concrete, all materials, equipment, tools and labor incidental thereto; also all excavation, backfilling and disposal of surplus material and all work associated with the raising and/or lowering existing curb boxes, removal and/or replacement of traffic signs, parking meters, and other devices affixed to or in the sidewalk area.

Page 67: Town of New Milford · Business Enterprises are encouraged to apply Funded by: The taxpayers of the Town of New Milford Prepared By: Town of New Milford Public Works Department Michael

Specification No. 339 - Construction of Pedestrian Ramps(see 335) Scope of Work

Under this item, the Contractor shall excavate and furnish all labor, materials and equipment to construct 5" Class "F" reinforced concrete pedestrian ramp, properly cured, with proper expansion and control joints, and with a 6" processed aggregate base, at the locations and to the elevations, dimensions and details as shown on the Construction Detail, or as directed by the Engineer. The work shall include all necessary excavation and disposal of existing materials. A layer of reinforcing consisting of welded wire fabric, 6”x 6”, W2.9x W2.9 (sheets only) shall be placed at the mid-depth (4 inches). All reinforcing is to be discontinued at expansion joints. All reinforcing shall be supported on chairs or other positive type supports, approximately one per 25 square feet. The contractor shall construct expansion and control joints as follows:

½” wide, full depth preformed expansion joint at least every 10 feet, or at midpoint of the driveway, and between all permanent structures such as curbing, sidewalks, walls, etc.

1 and ½” (min.) depth tooled or scored control joint at least every five feet, or equal spacing, as needed.

The contractor shall provide the pigments for and/or order the concrete as integrally colored as specified under Materials and Methods of Measurement, when required by the Engineer. However, this requirement shall apply to all sidewalks constructed within the immediate downtown center of New Milford (Bridge St. to Elm St. and Railroad St. to East St.). Materials and Method of Construction Materials and construction methods shall conform to the provisions of Connecticut Department of Transportation Specifications, Form 817 or current,Articles 9.21.02 and 9.21.03 and M.03.01 for concrete sidewalks, M.05.01 for processed aggregate, and M.06.01 and 6.02.03 for reinforcing steel. Pedestrian Ramp shall be monolithic eight inch (5") thick. Concrete shall be Class “F”, 4000 psi, and shall have an air entrainment of between 6-7%. Concrete color shall consist of the following mix design:

O+G Product Code - 7021 Product Description - State Class F - 3/4" - Cool-Gray Color (0256M) Slump - 1-3" Air - 6-7%

Page 68: Town of New Milford · Business Enterprises are encouraged to apply Funded by: The taxpayers of the Town of New Milford Prepared By: Town of New Milford Public Works Department Michael

If contractor wishes to submit an equivalent then he must provide a 2’x2’ sample of the proposed substitute, at no additional cost to the Town. No vehicular traffic shall be allowed on the concrete driveway entrance for a period of three (3) full days. NOTE: NO POURED IN PLACE CONCRETE, i.e., CURBING, SIDEWALKS, SLABS, FOUNDATIONS, ETC., WILL BE CONSTRUCTED BETWEEN DECEMBER 1 AND APRIL 1, WITHOUT PRIOR WRITTEN APPROVAL OF THE TOWN ENGINEER. Method of Measurement and Basis of Payment The work will be measured for payment by the actual number of square feet of concrete sidewalk completed and accepted. Payment for this work will be made at the contract unit price per square foot for "Construction of Pedestrian Ramp," which price shall include all materials, equipment, tools and labor incidental thereto; also all excavation, backfilling and disposal of surplus material.

Page 69: Town of New Milford · Business Enterprises are encouraged to apply Funded by: The taxpayers of the Town of New Milford Prepared By: Town of New Milford Public Works Department Michael

Specification No. 364 - Clean and Seal Sidewalks Scope of Work

Under this item the Contractor shall pre-treat gum, clean(powerwash), and seal new or existing sidewalks for the Town of New Milford

Materials and Method of Construction

It shall be the responsibility of the Contractor to provide all necessary equipment, water and traffic control signs. Relocation of parked cars(if needed). Communication with business/property owners and residents of any closures shall be at least 48 hours in advance. Prior to bidding the contractor shall familiarize himself/herself the area specified involved along with utilizing materials and construction methods which are acceptable to the Engineer.

Sealer: Saltguard WB from O+G Industries shall be used or approved alternative.

Pre-treater: Industrial glue treatment product.

Use, storage and application shall be per manufacturer’s specifications.

Method of Measurement and Basis of Payment

Payment for this item will be made at the contract unit price bid per square yard of new or existing sidewalk, ramp or concrete structure.

Page 70: Town of New Milford · Business Enterprises are encouraged to apply Funded by: The taxpayers of the Town of New Milford Prepared By: Town of New Milford Public Works Department Michael

Specification No. 320 – Bituminous Concrete Binder Course

Scope of Work

Under this item, the Contractor shall construct bituminous concrete pavement of one and one half inch (1-1/2") compacted thickness. Prior to placing the 1-1/2" compacted bituminous concrete binder course and included in the scope of this item, the base course shall be fine graded in conformity with lines, grades and dimensions as shown on the plans or as directed by the Engineer.

This project requires that the Contractor Truck and Lay the Bituminous Concrete and the Town of New Milford will purchase Bituminous Concrete from O&G New Milford. The Contractor is required to coordinate your schedule with O&G to ensure sufficient and continual supply of Bituminous Concrete. Winter paving may require a different manufacturer or plant.

Materials and Method of Construction

Materials and method of construction shall conform to applicable provisions of CONN-DOT Specifications, Form 817 or current, Section 4.06.04 and M.04, Bituminous Concrete, Super Pave.

All edges of pavement along the existing roadway which shall connect to the new pavement shall be cut vertically straight and in a neat and workmanlike manner and shall receive a tack coat of bituminous material prior to constructing a new pavement.

Method of Measurement and Basis of Payment

This work will be measured for payment by the actual number of tons of completed and accepted bituminous concrete binder course and will be paid for at the contract unit price per ton for "Bituminous Concrete Binder Course," which price shall include all work described heretofore, and for all labor, materials, equipment, tools and incidental necessary to complete this item.

Page 71: Town of New Milford · Business Enterprises are encouraged to apply Funded by: The taxpayers of the Town of New Milford Prepared By: Town of New Milford Public Works Department Michael

Specification No. 321 - Bituminous Concrete Wearing Course

Scope of Work

Under this item, the Contractor shall construct a bituminous concrete pavement of one and one-half inch (1½") compacted thickness. This work shall be performed in conformity with the line, grade and dimensions shown on the plans or as directed by the Engineer.

This project requires that the Contractor Truck and Lay the Bituminous Concrete and the Town of New Milford will purchase Bituminous Concrete from O&G New Milford. The Contractor is required to coordinate your schedule with O&G to ensure sufficient and continual supply of Bituminous Concrete. Winter paving may require a different manufacturer or plant.

Materials and Method of Construction

Materials and method of construction shall conform to applicable provisions of CONN-DOT Specifications, Form 817 or current, Section 4.06.04 and M.04 Bituminous Concrete, Super Pave

All edges of pavement along the existing roadway which shall connect to the new bituminous concrete pavement shall be cut vertically straight and in a neat and workmanlike manner and shall receive a tack coat of bituminous material prior to constructing the new pavement.

Method of Measurement and Basis for Payment

This work will be measured for payment by the actual number of tons of completed and accepted bituminous concrete pavement and will be paid for at the contract unit price per ton for "Bituminous Concrete Wearing Course," which price shall include all the work described above and for all labor, materials, equipment, tools and incidentals necessary to complete this item.

Page 72: Town of New Milford · Business Enterprises are encouraged to apply Funded by: The taxpayers of the Town of New Milford Prepared By: Town of New Milford Public Works Department Michael

Specification No. 323 – Bituminous Concrete, Temporary Pavement or Hand Work

Scope of Work

This item shall consist of, furnishing, placing, compacting and maintaining a temporary bituminous pavement, either a hot or cold mix, including all preparation, where directed by the Engineer.

This project requires that the Contractor Truck and Lay the Bituminous Concrete and the Town of New Milford will purchase Bituminous Concrete from O&G New Milford or as specified by the Town. The Contractor is required to coordinate your schedule with O&G to ensure sufficient and continual supply of Bituminous Concrete. Winter paving may require a different manufacturer or plant.

Materials and Method of Construction

Materials and method of construction shall conform to the applicable CONN-DOT Specifications, Form 817 or Current, M.04.05 and Section 4.06. Temporary bituminous pavement shall conform to the requirements of 1-1/2 inch Thick Compacted Bituminous Concrete or as specified by plans or Engineer. The temporary pavement shall be maintained by the Contractor in a condition satisfactory for use by vehicles or pedestrians at no additional expense to the Owner.

Under this item the contractor shall furnish and install Temporary Bituminous Concrete, after adequate preparation of the area to be temporarily paved. This item shall include, but not be limited to, the removal of unsuitable base material, replacement with select clean fill where required to establish an adequate base, the furnishing, installation, and maintenance of Temporary Bituminous Concrete.

Method of Measurement and Basis of Payment

The quantity of temporary bituminous concrete pavement will be measured by the Ton installed. Payment will be made at the unit price bid per Ton of "Bituminous Concrete, Temporary Pavement" originally furnished, placed, and measured as stated above and in accordance with the Engineers direction.

The contractor shall prepare, maintain and repair all temporary pavements when and as directed by the Engineer by regrading, reshaping and/or adding pavement materials as specified above, all at no additional cost to the Town. The work shall include all materials, labor, tools, equipment and incidentals necessary to complete the work as specified. The contractor at the request of the Engineer shall provide numbered supplier tickets showing job, date, driver name and quantity for each load of material supplied.

Special Provisions: This may be aprons, trench repair, storm inlet or manhole repair or other as determined by plans or the Engineer.

Page 73: Town of New Milford · Business Enterprises are encouraged to apply Funded by: The taxpayers of the Town of New Milford Prepared By: Town of New Milford Public Works Department Michael

Specification No. 332 - Tack Coat

Scope of Work

This item shall consist of furnishing and applying a tack coat to all existing bituminous pavement surface to be overlaid and/or the edges of all saw cut joints (bituminous concrete) as shown on the plans and or/as ordered by the Engineer.

Materials and Method of Construction

Materials shall conform to applicable CONN-DOT Specifications, Form 817 or current, M.04.01(4c) Liquid Bituminous Materials and shall be applied to previously cleaned existing pavement which have carried vehicular traffic. It shall be applied with a non-gravity pressurized spray bar at the rate of not less than 0.05 gallons per square yard of pavement. Cleaning of pavement surface must be done by an approved method of either mechanical sweeping and/or high pressure air.

The grade of oil to be used shall be submitted to and approved by the engineer prior to the contractor placing the order.

Method of Measurement and Basis of Payment

The quantity to be measured for payment under this item shall be the number of gallons of tack coat actually applied as ordered. The price per gallon bid for this item shall cover all materials, labor, tools and equipment necessary to complete the work as ordered.

Page 74: Town of New Milford · Business Enterprises are encouraged to apply Funded by: The taxpayers of the Town of New Milford Prepared By: Town of New Milford Public Works Department Michael

Specification No. 319 - Processed Aggregate Base

Scope of Work

Under this item, and after formation of sub-grade under other items of these specifications has been substantially completed, the Contractor shall prepare the sub-grade and construct a processed aggregate base course in conformity with the line, grade, dimensions and compacted thickness shown on the drawings, or as directed by the Engineer. The Engineer reserves the right to utilize the existing base material in part or in its entirety should this material be deemed suitable for use on any portion of the project. Only the material actually furnished, installed and compacted shall be paid for under this item and only in accordance with the method of measurement and basis of payment schedule as described below.

Materials and Method of Construction

Materials and construction methods shall conform to applicable provisions of CONN-DOT Specifications, Form 817 or current, 2004, Section 2.09.01 for "Sub-grade", 2.09.03 for "Construction Methods", Sections 3.04.01, 3.04.02, 3.04.03 Processed Aggregate Base and M 05.01 for materials.

Method of Measurement and Basis of Payment

TESTING SUBMITTAL: Prior to installing processed aggregate the contractor shall submit a certified test report showing the material to be in compliance with the above specifications.

This work will be measured for payment by the actual number of Tons of processed aggregate base furnished, installed, compacted and accepted, and will be paid for at the contract unit price per Ton for "Processed Aggregate Base" which price shall include all work described above, and for all labor, materials, equipment, tools and incidentals necessary to complete this item.

Page 75: Town of New Milford · Business Enterprises are encouraged to apply Funded by: The taxpayers of the Town of New Milford Prepared By: Town of New Milford Public Works Department Michael

Specification No. 330 - Granular Fill Scope of Work

Under this item the Contractor will be required to furnish and install Gravel Fill, where directed by the Engineer, as a replacement for unsuitable materials encountered during the course of trench excavation, to replace excavated unsuitable material below roadway sub-grade, additional roadway fill to meet proposed sub-grade, or where directed by the Engineer. This Gravel Fill shall be OFF SITE material and shall be utilized only after prior approval of the Engineer. Only materials from approved sources shall be allowed.

Materials and Method of Construction

Gravel Fill shall be defined as suitable granular gravely material, as specified in the Connecticut Department of Transportation Specification Form 817 or current, 2004, Section 2.13 for Gravel Fill.

This Gravel Fill shall be installed in excavations as directed and in conformity with the Connecticut Department Transportation Specification Form 817 or current, 2004 Section 2.13. Fill must be placed and compacted in six inch (6") layers and shall conform to compaction standards detail, as shown on the plans. In the event the contractor wishes to utilize a hydraulic vibrator compacter, (ie: Ho-Pac) the compaction shall be performed as follows. The first lift shall be a minimum of four feet above the pipe. All lifts thereafter shall be a maximum of three to four feet depending upon soil conditions and maybe reduced if proctor densities as stated on the detail are not obtained. Prior to construction the contractor will indicate the method of compaction and type of equipment he intends to use for this work.

Method of Measurement and Basis of Payment

This item will be measured for payment as described below. Payment for this item will be made at the contract unit price bid for each cubic yard of "Granular Fill."

On site materials will not be considered for payment under this item. Suitable on site material may be designated for re-use at the direction of the Engineer at no cost to the Town.

The contractor will be responsible for submitting sequentially numbered tickets showing job, driver name and quantity for each load of material supplied under this item for verification and approval of the Engineer either during or at the end of each working day.

Page 76: Town of New Milford · Business Enterprises are encouraged to apply Funded by: The taxpayers of the Town of New Milford Prepared By: Town of New Milford Public Works Department Michael

Specification No. 325 - Extra Earth Excavation

Scope of Work

Under this item, the Contractor shall remove and satisfactorily dispose of all unsuitable material taken from within the limits of the work contracted for and not specifically covered under other contract items, the removal of which is necessary for the construction of the sub-grade for the shoulders, slopes, entrances and other miscellaneous construction. It shall also include formation of embankments, the disposal of surplus or unsuitable material, the removal and relocation of existing mail-boxes if required and bringing the sub-grade to the lines, grades and cross-sections only where indicated on the plans or as directed by the Engineer.

This item does not include any work within the maximum payment limits for roadway preparation as indicated on the typical roadway Section detail.

Method of Construction

Construction methods shall be in conformity with the applicable provisions of CONN-DOT Specification, Form 817 or current, 2004, Section 2.02.01.

Method of Measurement and Basis of Payment

This item will be measured and will be paid for at the contract unit price per Cubic Yard for "Unclassified Excavation" which price shall include all labor, materials, tools and incidentals necessary to complete the work.

The Contractor shall notify the Engineer or his representative at least one (1) day prior to this work, in order for proper measurements to be obtained.

NOTE:

Unless a minimum center line finished grade change of six inches (6") or more is made, no payment will be made for work under this item. Cost of grade changes under the six inch minimum shall be deemed included in the base price bid for all items of the contract.

Page 77: Town of New Milford · Business Enterprises are encouraged to apply Funded by: The taxpayers of the Town of New Milford Prepared By: Town of New Milford Public Works Department Michael

Specification No. 333 - Crushed Stone Scope of work

This item shall consist of the furnishing and placing of additional crushed stone or trap rock only with specific authorization of the Engineer. This item is not intended for use where crushed stone or trap rock is called for on the drawings or in the Specifications, nor where other payment items have been established, i.e. temporary bituminous pavement.

Materials and Method of Construction.

Material and methods of construction shall conform to applicable CONN-DOT Specifications, Form 817 or current, M. 01.01., Maximum size of stone shall be one and one-quarter inch (1-1/4").

Crushed stone will be utilized only as directed by the Engineer and only as extreme conditions warrant. An example of these conditions are; to replace unsuitable sub-grade material for pipe bedding, temporary measure for replacing damaged septic fields, occasional use on roadway as required to maintain safety, occasional use to provide homeowner driveway access. This item is not intended to be utilized as a substitute for Temporary Bituminous Pavement.

Method of measurement and basis of payment.

Payment will be made at the contract unit price per ton, complete in place, for the amount of "Crushed Stone" as specified below. This price shall include all materials, labor, equipment, tools and incidentals necessary to complete this item.

The contractor will be responsible for submitting sequentially numbered tickets showing job, driver name and quantity for each load of material supplied under this item for verification and approval of the Engineer either during or at the end of each working day.

Page 78: Town of New Milford · Business Enterprises are encouraged to apply Funded by: The taxpayers of the Town of New Milford Prepared By: Town of New Milford Public Works Department Michael

Specification No. 334 - Adjust Existing Storm Inlets or Manholes Scope of Work

Under this item the Contractor shall adjust existing Town of New Milford and private utility manholes to the final grade of the new roadway as required.

Materials and Method of Construction

It shall be the responsibility of the Contractor prior to bidding to familiarize himself/herself to the number utility company manholes involved along with utilizing materials and construction methods which are acceptable to said utility company.

Method of Measurement and Basis of Payment

Payment for this item will be made at the contract unit price bid for EACH existing utility manhole and existing sewer drain manhole adjusted to the final roadway grade.

Page 79: Town of New Milford · Business Enterprises are encouraged to apply Funded by: The taxpayers of the Town of New Milford Prepared By: Town of New Milford Public Works Department Michael

Specification No. 340 - Milling by Mechanical Means Scope of Work

Under this section the Contractor shall furnish all labor, materials, plant, equipment, insurance and necessary incidentals required to grind and remove portions of the existing asphaltic wearing courses in each street to the required grade, depth and elevations specified by the Engineer and/or as shown in the plans, and shall properly dispose of all the ground asphaltic and other material; all in accordance with these specifications, the attached plans and the directions of the Engineer.

Materials and Method of Construction

The Contractor shall saw-cut, for a depth of 1-1/2 inches, a joint line in the existing asphaltic wearing course across the full width or length of roadway pavement, as required and/or as directed by the Engineer, at the limits of proposed resurfacing including all terminal ends and all intersections and where directed by the Engineer for localized areas. Asphaltic concrete adjacent to these saw-cut lines shall be removed to a depth of 1-1/2 inches to form a squared-out joint to receive proposed resurfacing. Rounded transition areas will not be acceptable.

At all street hardware the asphaltic material shall be removed to a depth of 1-1/2 inches by grinding and/or cutting out the asphaltic material to expose existing frames of street hardware. Any remaining material within that 1-1/2 inch depth, around and adhering to street hardware shall be completely removed by hand or hand-held cleaning equipment. Rounded transition areas will not be acceptable.

All grindings shall be removed and the remaining surface mechanically swept so that the surface of the remaining pavement is free of loose asphaltic concrete, to the satisfaction of the Engineer. The grindings shall be immediately and directly loaded into dump trucks and satisfactorily (and lawfully) disposed of away from the site by the Contractor. Each truck load shall be hand-leveled by raking, prior to covering for removal so as not to spill any of the load (grindings) during transportation.

The Contractor shall grind the specified areas down to the required depth and grades in the existing asphaltic concrete wearing course using an acceptable power-driven, mechanical milling method.

The Contractor shall exercise care during the grinding operations to avoid damaging any concrete base or granite block pavers existing beneath the asphaltic concrete wearing course. Where concrete base or granite blocks are encountered during the grinding operations, the Contractor shall immediately halt the operation and notify the Engineer.

The Contractor shall provide a milled cross slope to maintain gutter flows, drainage, other structures, per plans or per Engineer. The general cross slope shall be ¼” per foot(<2% per ADA).

Method of Measurement and Basis of Payment

The quantity to be measured for payment shall be the number of square yards (exclusive of street hardware), in place measure, of existing asphaltic concrete wearing course actually milled, removed, loaded into trucks and satisfactorily disposed of as required.

Page 80: Town of New Milford · Business Enterprises are encouraged to apply Funded by: The taxpayers of the Town of New Milford Prepared By: Town of New Milford Public Works Department Michael

The contract price per square yard of milling shall cover the cost of furnishing all labor, plant, equipment, and insurance, and necessary incidentals required to complete the work, including, but not limited to, all required sawcutting as described herein, grinding and cutout of existing asphaltic material at street hardware and at sawcut joints, disposing of ground materials; all in accordance with the plans, these specifications, and the directions of the Engineer. Separate pricing for type or depth of milling may be specified on the bid form or quantity estimate sheet.

Page 81: Town of New Milford · Business Enterprises are encouraged to apply Funded by: The taxpayers of the Town of New Milford Prepared By: Town of New Milford Public Works Department Michael

Specification No. 344 - Cold Reclaimed Asphalt Pavements Scope of Work

Work under this section shall consist of the in-place recycling of an existing pavement. The pavement will be pulverized to a specified particle size, mixed with a specified depth of existing base to a maximum overall depth of ten inches (10”), with calcium chloride (and water) added as required, graded and compacted to the required grade and cross-sections. Where necessary the contractor shall modify the existing sub-grade (raised, lowered or modified with additional aggregates) to meet the required design specifications.

Materials and Methods of Construction:

Materials for reclaimed asphalt pavements shall consist of existing pavements and bases. When it is necessary to improve the base or raise the grade line, additional base material may be specified by the Engineer.

Prior to the start of the pavement rehabilitation, all utilities and drainage systems shall be relocated as necessary.

Methods, equipment, tools, and any machinery to be used during construction shall be approved by the Engineer prior to the start of the project. Prior to the actual pulverization of the pavement, drop inlets or catch basins that might be affected shall be sufficiently barricaded so as to prevent silt or runoff from plugging the drainage system.

The Cold Reclamation process shall include the following steps:

1. Scarify and/or pulverize the roadway surface to a depth of eight inches (8”), or as specified on the plans.

2. If it is necessary to add new aggregate, the contractor is to blend the materials together to a maximum depth of eight inches without contamination of topsoil or unsuitable material

3. Apply uniformly 0.8 gallons per square yard 38% calcium chloride.

4. Thoroughly blend aggregate and calcium chloride together. The mixing depth is the same as the scarified/pulverized depth. If the aggregates are dry, water may be added during this process.

5. Blade and shape road to the lines and grades as shown on the plans, or as directed by the Engineer. Grading shall be achieved by the use of a motorized grader (John Deere 570 or equivalent.). Remove all berms that were created during blading prior to performing any compaction.

7. Compact road surface. Compaction shall be achieved by the use of a vibratory roller having the capability of producing high amplitude and low frequency vibrations. The compaction shall be a minimum of 95% of the proctor wet density (AASHTO T-180D), and/or as specified by the Engineer.

8. Apply uniformly 0.2 gallons per square yard 38% calcium chloride as a top dressing.

Page 82: Town of New Milford · Business Enterprises are encouraged to apply Funded by: The taxpayers of the Town of New Milford Prepared By: Town of New Milford Public Works Department Michael

Specification No. 355 - Fine Grading Scope of Work:

Work under this item includes fine grading the excavated roadway (pavement and soil) to the proposed sub-grade and preparing the existing sub-grade to the limits shown on the Typical Roadway Sections. The scope shall also include grading, shaping, rolling of sub-grade, walk or slope elevations, the removal and relocation of existing mail-boxes if required, and any other related work not covered under other bid items.

Materials and Method of Construction:

These shall be in conformity with the applicable provisions of Section 2.02.03, for "Construction Method", and 2.09 for "Sub-grade", as stated in State of Connecticut Department of Transportation, Form 817 or current, 2003.

Method of Payment:

Payment will be made at the contract unit price for each square yard of "Fine Grading" as measured, which price shall all materials, equipment, tools and labor incidental thereto.

Page 83: Town of New Milford · Business Enterprises are encouraged to apply Funded by: The taxpayers of the Town of New Milford Prepared By: Town of New Milford Public Works Department Michael

Specification No. 359 – Hot In Place Recycling DESCRIPTION This work shall consist of hot in-place recycling (HIPR) the existing hot mix asphalt (HMA) surface in a continuous multi-step process of heating, milling, adding virgin HMA and emulsified recycling agent, then remix, reshape, and compact the recycled mixture. All work under this item shall be in accordance with this specification, the Standard Specifications Plant Production and Hot Mix Asphalt (HMA) Pavements, and in substantial conformance with the limits shown on the Contract plans and documents, and as directed by the Engineer. This process requires the use of Recycling Agent for Heater Scarification and Hot In-Place Recycling as a rejuvenator. MATERIALS 1. Virgin HMA. Use virgin HMA mix as specified in the Contract proposal’s special note titled, “Virgin Hot Mix Asphalt (HMA)” meeting the requirements outlined in Hot Mix Asphalt (HMA) Pavements, of the Standard Specifications. This special note will include the performance-graded (PG) binder, mix type, mix design level, and rate of virgin HMA. Recycled asphalt pavement (RAP) is not allowed in the virgin HMA mix. 2. Recycling Agent. Use Recycling Agent for Heater Scarification and Hot In-Place Recycling, under separate specification. 3. Mixture Design. The Regional Materials office will take a minimum of three cores per lane mile or a maximum of 20 cores per project from the existing HMA pavement to be analyzed by the Contractor(or approved sub-contractor). These cores will be taken from locations that will represent the entire project condition. Provided in the Contract documents is the following information: • Descriptive notes of the core locations along with their test results showing percent of recovered asphalt content, aggregate gradation, and original penetration value for each sample. • The depth of existing HMA pavement to be recycled in inches. The Contractor may request to take additional cores from the existing HMA pavement to determine the mixture design. A 1-week notice shall be given to the Engineer requesting permission for coring. Based on the information provided above, determine the application rate of the recycling agent such that the minimum average penetration value of the PG binder in the recycled mixture is 30% higher than the average of the original penetration values as tested in accordance with AASHTO T 49, Penetration of Bituminous Materials. The final penetration value shall not exceed 100. EQUIPMENT The HIPR train consists of a preheater unit, main recycling unit, and a conventional paver. Use equipment having the capability to process the existing pavement to a minimum depth of 2 inches. Hot in-place asphalt concrete recycling equipment shall be approved for use by the Engineer. Detailed requirements and procedures for approval of the Preheater Unit - Shall generate sufficient heat to soften the asphalt pavement to the depth required. Precautions must be taken not to overheat the existing pavement thereby softening the underlying asphalt pavement not to be milled. The burner assembly shall be adjustable to heat between 8 and 14 feet in width. The entire heating unit shall be enclosed and vented to contain the heat and prevent damage to adjacent properties and landscape. In cooler temperatures, an additional heating unit may be required. Main Recycling Unit 1. Heating System – This part of the main recycling unit shall meet the same requirements for the preheater unit. 2. Hot Milling Units – Shall be capable of uniformly loosening the preheated asphalt pavement to the depth specified in the Contract documents. Each milling unit shall be equipped with separate automatic grade controls operated from skis. Milling heads must be extendable between 10 and 14 feet to accommodate various road widths and utility structures. 3. Recycling Injection System – Equip this system with electronic controls so that the required application rate for the recycling agent is maintained at a tolerance of ± 5% from the mix design target. The recycling injection system shall continuously verify and

Page 84: Town of New Milford · Business Enterprises are encouraged to apply Funded by: The taxpayers of the Town of New Milford Prepared By: Town of New Milford Public Works Department Michael

display the application rate of recycling agent and cumulative total with respect to the volume of milled material from the road surface. Calibration. Calibrate the electronic digital measuring system in the presence of the Engineer or provide alternate documentation of calibration. Approved calibrations are required for each project. Work will not progress until the calibration has been completed and verified. 4. Blending Unit/Mixing Chamber – Shall be capable of blending the recycled pavement, virgin HMA and recycling agent into a homogenous, uniformly blended mixture. This equipment shall be capable of placing the recycled mixture in a windrow and conveyed into the HMA placement equipment. The Engineer may approve other methods. Asphalt Placement Equipment 1. Pickup Conveyor – Picks up the HMA recycled mixture off the roadway and conveys it up into the paving hopper where a surge of HMA material is kept to ensure that a constant supply of asphalt material is available for the paving screed. 2. HMA Paver – Shall meet the requirements, HMA Pavers, of the Standard Specifications or as approved by the Engineer. Rollers – Shall meet the requirement, Rollers, of the Standard Specifications except the operation of the rollers during the placement of this item including the speed, amplitude settings, vibration frequency, and weight of the rollers will be controlled by the Contractor. CONSTRUCTION DETAILS Construction Details, applies except as modified below: 1. Weather and Seasonal Limitations: HIPR shall continue only when the surface temperature is 50ºF or above. 2. Cleaning: Clean the existing pavement and shoulder to be hot in-placed recycled by using mechanical sweepers, hand brooms, or other effective means until the surface is free of all material which might interfere with the milling process. 3. Hot In-Place Recycling: Operate the preheater and heater units in a manner to prevent damage to adjacent property and vegetation. The heating system shall be regulated so that excessive heating and burning of the existing asphalt cement does not occur. The existing surface shall be radiantly heated and no open flame will be permitted. Repair any heat damaged areas immediately at no additional cost to the Department. Control the speed of the HIPR train to ensure that the recycled pavement is properly milled, mixed, and uniformly distributed to the proper thickness, slope, and crown shown on the Contract plans. Control the width of each pass to provide proper placement of longitudinal joints including a 3 inch overlap onto adjacent lane passes. Blend the milled asphalt pavement, rejuvenating agent, and virgin HMA, if required, to produce a homogenous HMA recycled mix. Use the application rates of the rejuvenator and virgin HMA as determined by the mix design. If virgin HMA is required, the addition into the recycling process must be within ± 2.2 lbs/yd2 , of the mix design target. Maintain the temperature of the recycled mixture between 239ºF and 329ºF prior to initial compaction. 4. Compaction: Compact the recycled mixture per specifications. 5. Daily Quality Control (QC) Testing. All tests must be performed by a certified Quality Control Technician, Production Facility Laboratory of the Standard Specifications. Take a minimum of four loose mix samples per lane mile of the recycled pavement per day. Randomly select two samples and make 6 inch specimens using a Superpave gyratory compactor in accordance with Material Method (MM) 5.16, Superpave Hot Mix Asphalt Mixture Design and Mixture Verification Procedures. Unless the Contract documents specify a different gyration level, compact these specimens by applying 75 gyrations and determine the bulk specific gravity in accordance with AASHTO T 166, Bulk Specific Gravity of Compacted Bituminous Mixtures Using Saturated Surface-Dry Specimens. Take the remaining two samples and determine the maximum theoretical specific gravity using AASHTO T 209, Theoretical Maximum Specific Gravity and Density of Bituminous Paving Mixtures. Calculate the air voids of the recycled mixture using AASHTO T 269, Percent Air

Page 85: Town of New Milford · Business Enterprises are encouraged to apply Funded by: The taxpayers of the Town of New Milford Prepared By: Town of New Milford Public Works Department Michael

Voids in Compacted Dense and Open Bituminous Paving Mixtures. The air voids must be within 3 to 5 percent range. Determine the gradation and the asphalt content of the final recycled mixture in accordance with Materials Method 5, Plant Inspector’s Manual for Bituminous Concrete Production and Test Method, Determination of Asphalt Content by Ignition. Determine the penetration of the PG binder recovered from the recycled mixture in accordance with AASHTO T 49 to assure the test value is at least 30% or more than the average original penetration values specified in the Contract documents. Submit results of all the daily QC tests to the Engineer by end of the next day’s production. If test results are not provided in a timely manner, the Engineer may shutdown the paving operations until all the previous day’s results are submitted. If the existing pavement condition changes or the recycled pavement is not satisfactory, the Engineer may require additional tests performed at no cost to the Town. METHOD OF MEASUREMENT Hot In-Place Recycling of HMA Pavements – The quantity to be paid shall be measured by the number of square yards of pavement hot in-place recycled as described in this specification. Virgin Hot Mix Asphalt (HMA) shall be paid by the ton. BASIS OF PAYMENT Hot In-Place Recycling of HMA Pavements – The unit price bid per square yard for this item shall include the cost of furnishing all labor, tools, equipment, and other incidentals necessary to complete the work including the cleaning of existing pavement of debris, heating and milling, mixing, paving, compaction, and coring and testing of the recycled materials. Virgin HMA, Basis of Payment of the Standard Specifications shall apply. Item No. Item Description Pay Unit TBD Hot In-Place Recycling of Hot Mix Asphalt Pavements Square Yard TBD Virgin Hot Mix Asphalt (HMA) Ton 359 Hot In-Place Recycling of Hot Mix Asphalt Pavement Square Yard

Page 86: Town of New Milford · Business Enterprises are encouraged to apply Funded by: The taxpayers of the Town of New Milford Prepared By: Town of New Milford Public Works Department Michael

Specification No. 382 - Painted Pavement Markings Scope of Work

Under this item the contractor shall be responsible for re-establishing painted pavement markings, fast drying painted pavement markings and painted legend, arrows, and markings, in the locations and of the sizes, types and colors which presently exist, or as directed by the Engineer.

Painted legend, arrows and markings include paint installed with hand striping machine such as: stop bars, crosswalks, parking stalls, lane arrows, legends, marking within gore areas, and painting of paved islands and/or medians.

Painted pavement markings and fast-drying painted pavement markings includes paint installed with a truck-mounted painting machine such as center lines, lane lines and shoulder lines.

Materials and Method of Construction

Materials and method of construction for this work shall conform to the provisions of Connecticut Department of Transportation Form 817 or current, 2004, Section 12.10.02 and Section 12.10.03 respectively.

Method of Measurement and Basis of Payment

Painted pavement markings and fast-drying painted pavement markings will be measured for payment by the number of linear feet of paint applied to the pavement and accepted, using a truck mounted painting machine. Painted legend, arrows, stop bars, and markings will be measured for payment by the number of square feet of paint installed on pavement with hand striping machine and accepted.

Payment will be made based upon the contract unit price bid for each Square Foot of ‘Epoxy Resin Painted Legend, Arrows, and Symbols’, for each linear foot of ‘Epoxy Resin Painted Pavement Markings” and for Each “Epoxy Resin Painted Parking Stall’ of the width and color specified, installed on pavement and accepted. The price shall include all pre-marking, layout, cleaning of pavement, paint, application of paint and glass beads (if specified), protection during drying and all materials, tools and labor incidental thereto.

Or

Payment will be made based upon the contract unit price bid for each Square Foot of ‘Standard Painted Legend, Arrows, and Symbols’, for each linear foot of ‘Standard Painted Pavement Markings” and for Each “Standard Painted Parking Stall’ of the width and color specified, installed on pavement and accepted. The price shall include all pre-marking, layout, cleaning of pavement, paint, application of paint and glass beads (if specified), protection during drying and all materials, tools and labor incidental thereto.

Or

Payment will be made based upon the contract unit price bid for each square foot of abrading existing or temporary markings.

Page 87: Town of New Milford · Business Enterprises are encouraged to apply Funded by: The taxpayers of the Town of New Milford Prepared By: Town of New Milford Public Works Department Michael

Specification No. 402 - Clearing and Grubbing Scope of Work Work under this item includes clearing all trees (under 6" in diameter), shrubs, brush, and other vegetation, as indicated on plans and as directed by the Engineer. This may also include removal of wood posts, boulders, and edging as necessary to prepare the site for construction. Construction Methods Construction methods shall conform to the applicable provisions of Section 2.01 "Clearing and Grubbing" of Connecticut Department of Transportation, Form 816, 2004. Method of Payment Payment shall be made at the lump sum price for "Clearing and Grubbing," which price shall include removal and disposal of material from the site, and all material, equipment, tools, and labor incidental thereto. Special Provisions: Removal of trees and brush on embankment to the edge of floodway shall be done mechanically to grade. Contractor shall identify and remove invasive species per permits. Prior to removal or immediately following, establishment of silt fence or other erosion and sedimentation controls shall be implemented. Establishment of topsoil/hay and seed per other specifications shall occur as soon as practical. Maintenance mowing of these areas shall be the responsibility of the contractor until substantial completion.

Page 88: Town of New Milford · Business Enterprises are encouraged to apply Funded by: The taxpayers of the Town of New Milford Prepared By: Town of New Milford Public Works Department Michael

Specification No. 405 - Concrete Pavement Removal

Scope of Work

Under this item the Contractor shall remove and dispose of concrete pavements, including bituminous concrete , bituminous covered plain or reinforced concrete pavements and concrete sidewalks of whatever thickness encountered, where shown on the plans or as directed by the Engineer.

Materials and Method of Construction

At locations where the limit of the concrete pavement to be removed is not along the line of an existing joint, the pavement shall be removed by sawcutting prior to the removal, so as to establish a neat, true joint line between the existing concrete and the abutting new pavement.

The equipment for sawing shall be a rotary-blade, power-driven concrete saw of an approved type and of sufficient capacity to effectively accomplish the required work. The depth of cut shall be at least twenty (20) percent of the existing pavement thickness but in no case less than one inch. All cuts shall be plumb and cut in such a manner as will permit breaking and removal without damage to the sawn face of the concrete. The Contractor shall protect the portions of existing pavements to remain against loss of foundation material at cutting planes.

In locations where bituminous pavement is covering the concrete slab(s), the contractor shall remove the concrete and bituminous pavement in such a manner so as not to disturb adjacent pavement within the limits as shown. Repairs to any damage outside the shown limits will be the responsibility of the Contractor.

Method of Measurement and Basis of Payment

Payment for this work will be made at the unit price bid for each square yard of "Concrete Pavement Removal" as actually removed and shall include the cost of saw cutting, breaking up, removal and disposal of concrete and all labor, tools and equipment necessary to complete the item as specified.

Page 89: Town of New Milford · Business Enterprises are encouraged to apply Funded by: The taxpayers of the Town of New Milford Prepared By: Town of New Milford Public Works Department Michael

Specification No. 408 - Rock Excavation Scope of Work

Rock, when encountered in performing the trench excavation necessary to install the various types and sizes of pipes and structures on this project, shall be taken out fully thirty feet (30') in advance of laying of the pipe and to a depth of nine inches (9") below the invert of the pipe and refilled to a proper grade with suitable material and well-tamped. This item shall also include roadway rock excavation as stated below.

If trench rock is encountered when installing the house lateral service, the rock shall be excavated to grade, a full three feet beyond the property line at the end of the lateral.

Materials and Methods of Construction

Form of Prism for Trench Rock to be allowed. Bottom of the prism allowed will be nine inches (9") below invert of pipe, width of prism shall be sufficient to carry out the work. Sides of prism will be considered vertical; top of prism shall be the rock surface as encountered. Roadway rock shall be excavated to a depth six inches (6") below subgrade and horizontally as shown on the typical roadway section.

No soft or disintegrated rock exterior of the lines specified, which it is practical to excavate with a pick, will be allowed as rock. Boulders one-quarter (1/4) cubic yard and over, where a power shovel is not used, will be classified as rock, but where a power shovel is used, only boulders of one-half (1/2) cubic yard or over will be classified as rock. One-quarter (1/4) cubic yard will be allowed for each blockhole that is necessary to drill and blast in order to remove ends of boulders projecting into the trench and roadway.

The Contractor shall obtain the necessary permit and licenses and shall comply with all laws, ordinances and regulations of the Town of New Milford and State of Connecticut as regards the storage and use of dynamite, other explosives, caps and fuses.

The Engineer or his representative shall be notified when trench rock and roadway rock is ready for measurement and the same shall be measured before blasting, otherwise payment will not be allowed.

All blasts shall be properly covered with logs, rope mats or other suitable material. Before a blast is fired, the public shall be suitably warned, traffic stopped at a safe distance and any other means taken that may be necessary to save persons or property from injury.

[con't.]

Page 90: Town of New Milford · Business Enterprises are encouraged to apply Funded by: The taxpayers of the Town of New Milford Prepared By: Town of New Milford Public Works Department Michael

Specification No. 407

Method of Measurement and Basis of Payment

Payment for "Rock Excavation," as specified above will be made at the price bid per cubic yard of rock actually removed in trench and roadway excavation and measured as described. Payment lines shall be measured as shown on Town of New Milford Miscellaneous Detail for typical Rock Excavation, and Typical Roadway Section for roadway rock.

Page 91: Town of New Milford · Business Enterprises are encouraged to apply Funded by: The taxpayers of the Town of New Milford Prepared By: Town of New Milford Public Works Department Michael

Specification No. 501 - Topsoil and Seed Scope of Work

The work under this item shall consist of establishing of subgrade for placing topsoil, seed, mulch and fertilizer, preparing of subgrade, furnishing and placing topsoil and seed, as shown on the drawings and/or typical detail, and where directed by the Engineer. Work should be substantially complete by June 1st or October 1st depending on the Construction Notice to Proceed and Duration and therefore seeding should occur with sufficient time to establish.

Materials and Method of Construction

Topsoil shall be placed to a depth of four inches (4"). Topsoil shall conform to Connecticut Department of Transportation Specifications, Form 817 or current. Topsoil which has been stripped under other items of this contract and which meets the latter specifications, may be used.

Fertilizer, seed, and mulch shall conform to Connecticut Department of Transportation Specifications, Form 817 or current, respectively.

The Engineer may specify seed/application based on location/use examples include sports fields, parks, meadow, no-mow, wild flowers, road side, etc. The contractor shall provide material certification prior to application

The raising and/or lowering of existing curb boxes to the proposed grade shall be included. Any buried or broken curb boxes encountered shall be brought to the attention of the Engineer.

It is the responsibility of the Contractor to notify utility companies with regard to curb box locations 48 hours prior to entering any street.

Construction methods shall conform to Connecticut Department of Transportation Specifications, Form 817 or current for Turf Establishment.

Method of Measurement and Basis of Payment

This work will be measured for payment by the number of square yards of topsoil and seed actually completed and accepted as specified in the scope of work. Payment for this work will be paid for at the contract unit price for each square yard of "Topsoil and Seed" which price shall include all materials, equipment, tools, labor and work incidental thereto. Quantity Items may be Topsoil and Type of Seed for different areas of the project or as alternates. Special Provisions:

1. No disturbed area shall left exposed for more than 30 days. Areas left exposed for 30 days shall be immediately protected with a temporary vegetative cover.

2. Additional or modified erosion and sedimentation control measures may be

required by the Engineer. This shall be considered included in all bid items and appropriate project phasing occur to control erosion and standard

Page 92: Town of New Milford · Business Enterprises are encouraged to apply Funded by: The taxpayers of the Town of New Milford Prepared By: Town of New Milford Public Works Department Michael

measures taken to control erosion.

3. One additional 50 lb bag of seed shall be provided to the Town for bare locations.

4. A landscaping bond in the amount of $_______ to ensure the survival/replacement

of all plantings. Such bond shall be kept in force for a minimum of three growing seasons. Prior to the release of the landscaping bond the contractor shall hire a licensed arborist or landscape architect to inspect all plant material and submit a written statement certifying that the species, location, numbers, and sizes or trees and shrubs were installed in compliance with the approved landscape plan and that in their professional opinion all of the plants are in a healthy condition.

Page 93: Town of New Milford · Business Enterprises are encouraged to apply Funded by: The taxpayers of the Town of New Milford Prepared By: Town of New Milford Public Works Department Michael

Specification No. 507 - Trees Removed Scope of Work:

This item shall include the removal of trees over six inches in caliper to and including trees of a diameter indicate on the bid form or quantity estimate sheet.

Payment for all trees and shrubbery removed under six inches in caliper shall be deemed included in the base bid price for all the items of the contract and no separate payment shall be made for same unless otherwise noted on the plans, bid form or quantity estimate sheet.

Materials and Method of Construction

The removal of trees shall be carried out in a safe, workmanlike manner and shall include the removal and disposal of all branches and stumps, and proper backfilling and tamping of all affected areas.

Work under this item shall be performed by a properly licensed, insured tree firm, approved by the Town and authorized to work within the Town of New Milford.

The contractor should be aware that they are responsible for the maintenance of any and all utilities, ie: electric, cable etc., and must exercise caution when removing any trees in areas containing any utilities. This shall include contacting all utilities impacted by damage from the execution of work.

Method of Measurement and Basis of Payment

Tree caliper shall be determined by taking a circumferential measurement diameter at breast height of the tree trunk in inches, at a point located four and half (4-1/2) feet above the existing ground elevation, with the measurement then being divided by a constant of 3.14, (pi).

Payment for this item shall be made at the contract unit price bid:

Pay Item Pay Unit

Trees Removed (6 to 12”) Each

Trees Removed (12 to 18”) Each

Trees Removed (18 to 24”) Each

Trees Removed (24 to 36”) Each

Trees Removed (>36”) Each

Page 94: Town of New Milford · Business Enterprises are encouraged to apply Funded by: The taxpayers of the Town of New Milford Prepared By: Town of New Milford Public Works Department Michael

Specification No. 518 – Stump Removal Scope of Work Work under this item shall consist of removing existing stumps, disposing of all wood and debris, as shown in the contract documents and as directed by the Engineer. Construction Methods Typically excavation equipment is acceptable to effect removal.

1. The intent of this item is to minimize roots and other organics under the reconstructed road.

2. All stump holes shall be back filled with topsoil or other acceptable fill and compacted. Excavation related to the removal of the stump shall be filled with process under curb and road; this shall be completed and paid per item #319.

Method of Payment Payment shall be made at the unit of each indicated in the bid for "Stump Removal," which price shall include removal and disposal of material from the site, and all material, equipment, tools, and labor incidental thereto.

Page 95: Town of New Milford · Business Enterprises are encouraged to apply Funded by: The taxpayers of the Town of New Milford Prepared By: Town of New Milford Public Works Department Michael

Specification No. 521 – Erosion Control Mat Installation SECTION 9.50 TURF ESTABLISHMENT EROSION CONTROL MATTING 9.50.01—Description: The work included in this item shall consist of providing an accepted uniform stand of established perennial turf grasses by furnishing and placing fertilizer, seed, and mulch on all areas to be treated as shown on the plans or where designated by the Engineer. The work will also include the installation of erosion control matting, as shown on the plans or where designated by the Engineer, consisting of mulch and netting woven together as a unit. 9.50.02—Materials: Seed shall meet the requirements of Article M.13.04. Fertilizer shall meet the requirements of Article M.13.03. Mulch shall meet the requirements of Article M.13.05. 472 9.50.03 Erosion control matting, if required, shall be from the Department’s Qualified Products List and shall meet the requirements of Article M.13.09. 9.50.03—Construction Methods: Construction Methods shall be those established as agronomically acceptable and feasible and which are approved by the Engineer. 1. Preparation of the Seedbed: a) Level areas, medians, interchanges and lawns: These areas shall be made friable and receptive for seeding by disking or by other approved methods to the satisfaction of the Engineer. All disturbed soil areas at final grade shall be seeded within 7 days, or as directed by the Engineer, in accordance with these specifications. In all cases, the final prepared and seeded soil surface shall meet the lines and grades for such surface as shown in the plans, or as directed by the Engineer. b) Slope and Embankment Areas: These areas shall be made friable and receptive to seeding by disking or by other approved methods which will not disrupt the line and grade of the slope surface. In no event will seeding be permitted on hard or crusted soil surface. c) All areas to be seeded shall be reasonably free from weeds taller than 3 in. Removal of weed growth from the slope areas shall be by approved methods, including hand-mowing, which do not rut or scar the slope surface, or cause excessive disruption of the slope line or grade. Seeding on level areas shall not be permitted until substantially all weed growth is removed. Seeding on slope areas shall not be permitted without removal or cutting of weed growth except by written permission of the Engineer. 2. Seeding Season: The optimal calendar dates for seeding are: Spring—March 15 to June 30 Fall—August 15 to October 30 All disturbed soil areas at final grade shall be seeded within 7 days, in accordance with these specifications. Any seeding outside the optimal dates shall be performed in the same manner. Since acceptable turf establishment is less likely, the Contractor shall be responsible for reseeding until the turf stand conforms to Subarticle 9.50.03-5. 3. Seeding Methods: The grass seed mixture shall be applied by any agronomically acceptable procedure. The rate of application shall be no less than 175 lb./ac. Fertilizer shall be initially applied at a rate of 320 lb./ac during or preceding seeding. When wood fiber mulch is used, it shall be applied in a water slurry at a rate of 2,000 lb./ac with or immediately after the application of seed, fertilizer and limestone (if limestone is required). When the grass seeding growth has attained a height of 6 in, the specified areas designated herein shall be mowed to a height of 3 in. Following mowing, all seeding grass areas (mowed and un-mowed) shall receive a uniform application of fertilizer hydraulically placed at the rate of 320 lb./ac. 4. Disturbance: The Contractor shall keep all equipment and vehicular and pedestrian traffic off areas that have been seeded to prevent excessive compaction and damage to young plants. Where any disturbance has occurred, the Contractor shall rework the soil to make a suitable seedbed, then re-seed and mulch such areas with the full amounts of the specified materials, at no additional cost to the State. 5. Stand of Perennial Turf Grasses: The Contractor shall provide and maintain a uniform stand of established turf grass

Page 96: Town of New Milford · Business Enterprises are encouraged to apply Funded by: The taxpayers of the Town of New Milford Prepared By: Town of New Milford Public Works Department Michael

species having attained a height of 6 in consisting 473 9.51.01 of no less than 100 plants per square foot throughout the seeded areas until the entire Project has been accepted. Reseeding required to achieve and maintain a uniform stand of established turf grass species shall be at no additional cost to the State. 6. Establishment: The Contractor shall keep all seeded areas free from weeds and debris, such as stones, cables, baling wire, and shall mow at its own expense, on a 1-time-only basis, all slopes 4:1 or less (flatter) and level turf established (seeded) areas to a height of 3 in when the grass growth attains a height of 6 in. Clean-up shall include, but not be limited to, the removal of all debris from the turf establishment operations on the shoulders, pavement or elsewhere on adjacent properties publicly and privately owned. 7. Erosion Control Matting: Erosion control matting shall be installed following seeding where called for on the plans or as directed by the Engineer. Staples shall be installed as per manufacturer’s recommendations. Where 2 lengths of matting are joined, the end of the up-grade strip shall overlap the down-grade strip per the manufacturer’s recommendations. The Contractor shall maintain and protect the areas with erosion control matting until such time as the turf grass is established. The Contractor shall replace or repair at its own expense any and all erosion control matting areas damaged by fire, water or other causes including the operation of construction equipment. No mowing will be required in the locations where erosion control matting is installed. 9.50.04—Method of Measurement: This work will be measured for payment by the number of square yards of surface area of accepted established perennial turf grass as specified or by the number of square yards surface area of seeding actually covered and as specified. Erosion control matting will be measured by the number of square yards of surface area of erosion control matting installed and accepted. 9.50.05—Basis of Payment: This work will be paid for at the Contract unit price per square yard for “Turf Establishment” which price shall include all materials, mowing, maintenance, equipment, tools, labor, and work incidental thereto. Partial payment of up to 60% may be made for work completed, but not accepted. Erosion control matting will be paid for at the Contract unit price per square yard for “Erosion Control Matting” complete in place and accepted, which price shall include the hay mulch, netting, staples, maintenance, equipment, tools, labor, and work incidental thereto. Pay Item Pay Unit Turf Establishment s.y. Erosion Control Matting s.y.

Page 97: Town of New Milford · Business Enterprises are encouraged to apply Funded by: The taxpayers of the Town of New Milford Prepared By: Town of New Milford Public Works Department Michael

Specification No. 701 - Survey, Line and Grade

Scope of Work

The Contractor shall employ a Land Surveyor, licensed in the State of Connecticut, to make all necessary computations and establish the exact location of all work in the area. All marking and staking shall be performed under the supervision of the Land Surveyor, utilizing personnel who are trained, experienced and skilled in construction layout and staking of the type required under the contract and who are acceptable to the Engineer.

All construction surveys, lines and grades shall be the responsibility of the Contractor and shall consist of, but not necessarily be limited to layout and reference staking of all structures, easements, grading, paving, rights of way, property lines, drainage and sanitary sewers, establishment of all vertical grades, and all other appurtenances required for the completion of the work and acceptance of the contract.

Control points have been established by the Surveyor and are shown on the plans or will be provided at the pre-construction conference. The horizontal and vertical control provided is the extent of the information which will be provided by the Engineer. The Contractor shall be responsible for re-establishing acceptable finished roadway grades based upon the information provided. Any apparent problem with vertical grading shall be brought to the attention of the Town of New Milford prior to construction of the roadway. During the course of construction it shall be the responsibility of the Contractor, through his Surveyor, to maintain and/or reproduce all control points. The original control points shall be re-established upon completion of the project.

Within ten (10) days after the contract signing the Contractor shall submit verification that he has retained the services of a Land Surveyor licensed in the State of Connecticut. This verification shall include the name of the firm and/or surveyor to be used on the project along with a photocopy of a valid State of Connecticut registration.

All stake-out survey work shall be referenced to the center line or base line as provided.

A construction survey fieldbook(s) shall be kept by the Contractor/Surveyor and shall include but not be limited to the following:

a. Final storm drain inverts at all manholes, junction boxes, headwalls, etc.

b. Final sanitary sewer inverts at all manholes, chambers, junction boxes, etc.

c. Final storm drain and sanitary manhole rim elevations and stationing.

d. Final profile along the centerline of the roadway and top of granite curbing. Accuracy shall be to the nearest one-tenth (.10) of a foot and taken at every 50 foot station.

e. Subsurface rock elevations where encountered.

Note:

All final information as described above shall be shown on the "as built" drawings. This information shall become the property of the Town. Fieldbook(s) shall be neatly kept and updated as necessary in order to keep pace with the construction. This fieldbook(s) shall be made available to the Engineer upon request. At the conclusion of the project the fieldbook(s) shall be sealed by a

Page 98: Town of New Milford · Business Enterprises are encouraged to apply Funded by: The taxpayers of the Town of New Milford Prepared By: Town of New Milford Public Works Department Michael

registered Connecticut Land Surveyor as verification of accuracy and shall become the property of the Town of New Milford.

At the pre-construction conference, a reproducible set of construction drawings will be provided for the contractors/surveyors use. The final drawings shall show the as-built information, to scale, on plan and profile, and shall be sealed by the registered Connecticut Land Surveyor as verification of accuracy.

During the pre-construction conference a mutually agreeable date will be established for a meeting between the Engineer, the Contractor, and the licensed Land Surveyor to discuss the requirements of this specification.

After the duplicates have been provided, reproduction of the contract drawings, or any part thereof, and any costs involved with the reproductions will become the responsibility of the Contractor.

The proposed locations, grades and edges of pavement shown on the plans may be modified or adjusted to suit unforeseen field conditions. All modifications or adjustments will require prior approval from the Engineer or his field inspector. These changes shall be documented by the Land Surveyor and recorded on the as-built drawings.

The Contractor and his Land Surveyor shall be solely responsible for the accuracy of the work. Any errors or apparent discrepancies found in previous surveys, plans, specifications, or special provisions shall be called to the Engineer's attention for correction or interpretations prior to proceeding with the work, by the Contractor.

Failure to meet any of the requirements stated in these specifications may result in work stoppage and delays in the processing of the Contractors monthly progress payments.

Basis of Payment

Payments will be made at the contract lump sum price bid for "Survey, Line and Grade" according to the following schedule;

a. twenty-five percent (25%) payment at the time of the first full monthly progress payment;

b. physical percentage of project completed as indicated on summary page of subsequent monthly progress payments to a maximum of seventy-five percent (75%);

c. one-hundred percent (100%) upon receipt and acceptance of as-built drawings and other information described in this specification.

Special Provisions:

Additional layout may be required for subbase elevation approval to pave. Sufficient time shall be allowed for the Engineer to inspect and approve prior to paving. Staking and string lines shall be provided by the contractor.

Roadway cross slopes should be held to no less than ¼”/ft (or as specified for superelevation). Excavation should be made to final roadway(or structure) elevation.

Sega Drive and Blue Bonnet Knoll only to ensure road is in ROW.

Page 99: Town of New Milford · Business Enterprises are encouraged to apply Funded by: The taxpayers of the Town of New Milford Prepared By: Town of New Milford Public Works Department Michael

Specification No. 702 - Construction Staking Scope of Work

The Contractor shall make all necessary computations and establish the exact location of all work in the area. All marking and staking shall be performed under the supervision of the competent person, utilizing personnel who are trained, experienced and skilled in construction layout and staking of the type required under the contract and who are acceptable to the Engineer.

All construction surveys, lines and grades shall be the responsibility of the Contractor and shall consist of, but not necessarily be limited to layout and reference staking of all structures, easements, grading, paving, rights of way, property lines, drainage and sanitary sewers, establishment of all vertical grades, and all other appurtenances required for the completion of the work and acceptance of the contract.

All stake-out survey work shall be referenced to the center line or base line as provided.

A construction survey fieldbook(s) shall be kept by the Contractor/Surveyor and shall include but not be limited to the following:

Note:

Fieldbook(s) shall be neatly kept and updated as necessary in order to keep pace with the construction. This fieldbook(s) shall be made available to the Engineer upon request. At the conclusion of the project the fieldbook(s) shall become the property of the Town of New Milford.

The proposed locations, grades and edges of pavement shown on the plans may be modified or adjusted to suit unforeseen field conditions. All modifications or adjustments will require prior approval from the Engineer or his field inspector.

The Contractor shall be solely responsible for the accuracy of the work. Any errors or apparent discrepancies found in previous surveys, plans, specifications, or special provisions shall be called to the Engineer's attention for correction or interpretations prior to proceeding with the work, by the Contractor.

Failure to meet any of the requirements stated in these specifications may result in work stoppage and delays in the processing of the Contractors monthly progress payments.

Basis of Payment

Payments will be made at the contract lump sum price bid for "Construction Staking" according to the following schedule;

a. twenty-five percent (25%) payment at the time of the first full monthly progress payment;

b. physical percentage of project completed as indicated on summary page of subsequent monthly progress payments to a maximum of seventy-five percent (75%);

c. one-hundred percent (100%) upon completion of required tasks described in this specification.

Special Provision: see 701 Survey

Specification No. 703 - Mobilization and Demobilization

Page 100: Town of New Milford · Business Enterprises are encouraged to apply Funded by: The taxpayers of the Town of New Milford Prepared By: Town of New Milford Public Works Department Michael

Scope of Work

This item shall consist of all work necessary for the movement of personnel, materials and equipment to and from the project site, and for the establishment and removal of all Contractor's field offices, buildings and other facilities necessary to the performance of the work.

Materials and Method of Construction

The contractor will deliver to the project site all manpower and equipment required for the performance of the work, set up staging areas if required, secure all machinery and equipment, and remove all of the above at the completion of the project.

Method of Measurement and Basis of Payment

This work shall be measured for payment in the manner as described in Conn-Dot, Form 817 or current. The work will be paid for at the contract price bid for Mobilization and Demobilization which price shall include all materials, equipment, tools, labor, transportation, operations and all other work incidental thereto.

Separate mobilization and demobilization pricing may be requested in the bid form or quantity estimate sheet.

Page 101: Town of New Milford · Business Enterprises are encouraged to apply Funded by: The taxpayers of the Town of New Milford Prepared By: Town of New Milford Public Works Department Michael

Specification No. 711 - SIGN FACE - SHEET ALUMINUM Scope of Work Under this item the contractor shall furnish and install road signs. These signs include regulatory, warning and street signs. The colors, sizes and dimensions shall be as per the Town of New Milford specifications for the signs as shown on the attached plans. The item is to include all required supports(posts) necessary for posting at locations as determined by the Engineer. Sign locations shall be determined prior to construction. Materials and Method of Construction Sign material shall be High Intensity Prismatic Reflective Sheeting on an aluminum blank. Post material shall be green steel and shall comply with Manual of Uniform Traffic Control Devices(MUTCD) guidelines. Downtown(from Bridge Street north to Bennitt Street and from East Street west to Railroad Street) posts shall be square aluminum or galvanized steel to allow for multiple sign consolidation and for pedestrian safety due to height requirements. General fabrication and erection shall follow Manual of Uniform Traffic Control Devices(MUTCD) guidelines. Method of Measurement and Basis of Payment Signs will be measure for payment by the number of square feet of sign delivered and installed on the project This item will be paid for at the contract unit price per square foot for “Signs – install new sign posts and signs”. This price shall include all costs for labor, equipment, and service involved in the fabrication, erection, maintenance, adjusting, and furnishing of signs and posts by the Contractor. *please indicate credit if the Town of New Milford provides materials and the Contractor furnishes labor and equipment to install.

Page 102: Town of New Milford · Business Enterprises are encouraged to apply Funded by: The taxpayers of the Town of New Milford Prepared By: Town of New Milford Public Works Department Michael

Specification No. 714 - Certified Flagperson Scope of Work:

Under this item the Contractor shall provide the services of Certified Flagperson at such locations and for such periods of time as the Engineer may order in conjunction with the Department of Public Works, for the control and direction of vehicular traffic and pedestrians.

Certified flagperson will be utilized on all streets unless specifically designated otherwise by the Department of Public Works and/or the Engineer.

Uniformed traffic control (Police) will be utilized only in locations specifically designated by the Department of Public Works and will be paid for under the applicable contract item. (See Specification No. 713).

Materials and Methods of Construction

Certified Flagperson shall consist of personnel clothed with reflective vests and equipped (including headgear, traffic control stop/slow paddle etc.) so as to be readily distinguishable as flagperson, to the satisfaction of the Department of Public Works and shall be deployed at such locations and for such periods as the Engineer and/or Department of Public Works may order, to control traffic operations and promote increased safety to motorists and pedestrians on construction sites.

All flagperson used on the project will be required to have been certified by American Traffic Safety Services Association (ATSSA), National Safety Council (NSC) or other approved programs

Method of Measurement and Basis of Payment

Services of flagperson will be measured for payment by the number of hours for each person rendering services in accordance with the orders of the Engineer; this to include, however, only such flagmen as are employed within the limits of the construction, within the right of way for the project, upon detours stipulated in the contract, or upon detours ordered by the Department of Public Works. Flagperson furnished by the Contractor for continued use of a detour or bypass beyond the period for which the Department deems such flagperson necessary to the proper completion of the project, or at locations where traffic is unnecessarily restricted by the Contractor's method of operation, will not be measured for payment.

The minimum hours of payment for any one flagperson in any one day shall be four hours. No flagperson shall work more than twelve hours in any one day. In case such services are required for more than twelve hours, the Contractor shall furnish additional personnel.

Travel time will not be measured for payment.

For Certified Flagperson will be paid for as an allowance to the contractor of the contractual cost +10%. If contractor employees are used per hour for "Certified Flagperson," this shall match actual cost of the employee + overhead and profit of __%.

In either case, the price shall include all compensation, insurance benefits and any other cost or liability incidental to the furnishing of the Flagperson as ordered.

Page 103: Town of New Milford · Business Enterprises are encouraged to apply Funded by: The taxpayers of the Town of New Milford Prepared By: Town of New Milford Public Works Department Michael

Specification No. 715 - Maintenance and Protection of Traffic

Scope of Work

The description and construction method for this item shall be as described under Connecticut Department of Transportation Specifications, Form 817 or current, except that the Contractor, rather than the State or Town, shall furnish signs, barricades, covers, traffic cones, etc., to forewarn traffic of construction and safeguard and guide the traveling public through detours.

Covered detour signs are to be posted by the contractor one week prior to road closure, and then uncovered the day before the start of construction.

Method of Measurement and Basis of Payment

This work will be paid for at the contract price per the bid form/quantity estimate sheet for "Maintenance and Protection of Traffic." This price shall include all costs for labor, equipment and services involved in the, fabrication, erection, covers, maintenance, moving, adjusting, relocating and storing signs, barricades, traffic cones and traffic delineators furnished by the Contractor, as well as all cost of labor, including traffic-men and equipment involved in the maintenance of traffic lanes and detours ordered or included in the approved scheme for maintenance of traffic as shown.

If the Engineer requires the Contractor to provide facilities in excess of the requirements of the adopted scheme for maintenance and protection of traffic, the Contractor shall perform the required work; and payment for the cost thereof will be made at applicable contract unit prices, or in the absence of applicable contract unit prices, as Extra Work.

Page 104: Town of New Milford · Business Enterprises are encouraged to apply Funded by: The taxpayers of the Town of New Milford Prepared By: Town of New Milford Public Works Department Michael

Specification No. 720 - Sedimentation and Erosion Control System Scope of Work

This item shall consist of furnishing, placing, maintaining and removing sedimentation control systems for the prevention of erosion due to construction activities, prevention of sedimentation of waterways, open drainage ways, and storm and sanitary sewers due to construction activities and the restoration of areas eroded due to insufficient preventive measures as directed by the Engineer, and according to the attached details. If erosion occurs due to non-compliance with these requirements, restore eroded areas at no cost to the Town of New Milford.

Prior to the start of work, the Contractor shall submit to the Engineer his plan for control of pollution and turbidity, for review and approval.

At a minimum the contractor shall:

1. Furnish all materials, equipment, appurtenances, and facilities required for the furnishing, installing, removing and disposal of all pollution control measures and structures.

2. Prevent erosion of soil and deposition of sediment on other properties caused by water leaving the project site due to construction activities for this project.

3. Prevent mud and sediment from flowing onto sidewalks and pavements.

4. Prevent sedimentation of waterways on the project site, including rivers, streams, lakes, ponds, open drainage ways, storm sewers, and sanitary sewers.

5. If sedimentation occurs, install or correct preventive measures immediately at no cost to Town of New Milford and remove deposited sediments.

6. Comply with requirements of local authorities having jurisdiction.

7. If sediment basins are used as temporary preventive measures, pump dry and remove deposited sediment after each storm.

8. Dispose of pollutants and other waste and excess materials in accordance with the applicable local, state, and federal regulations, provisions of the General Specifications if any, and applicable sections of these Specifications.

9. Dispose of sanitary wastes in accordance with state and local regulations.

10. Perform all construction activities by methods that will prevent entrance or accidental spillage of solid matter, contaminants, debris, and other objectionable pollutants and wastes into streams, flowing or dry watercourses, and underground water sources. Such pollutants and wastes include, but are not limited to, refuse, garbage, cement, concrete, grout, sewage effluent, industrial waste, mercury, oil and other petroleum products, aggregate processing tailings, mineral salts, excess earth materials, thermal pollution and wash water.

Turbidity increases above the natural turbidities in adjacent streams, reservoirs, channels, or other watercourses that are caused by required construction work shall be limited by the contractor through the use of Best Management Practices

The Contractor shall not operate mechanized equipment in flowing water except as necessary to construct approved crossings or to perform the required construction.

Page 105: Town of New Milford · Business Enterprises are encouraged to apply Funded by: The taxpayers of the Town of New Milford Prepared By: Town of New Milford Public Works Department Michael

The Contractor shall prevent waste waters from the washing of concrete trucks and equipment, drilling, grouting, or similar construction operations from entering flowing or dry watercourses without the use of special turbidity control methods.

The Engineer may perform such water quality sampling and testing in connection with construction operations as may be necessary to ensure compliance with water quality standards.

Sampling and testing by the Engineer in no way relieves the Contractor of the responsibility for performing such monitoring as is necessary for controlling his operations to prevent violation of water quality standards.

Materials and Method of Construction

General installation of sedimentation control systems shall conform to CONN-DOT Form 817 or current, 2004, section 2.19 and Best Management Practices Standard: State of Connecticut Erosion and Sedimentation Control Manual.

When hay bales are used they shall they shall be installed as specified in CONN-DOT Form 817 or current, 2004, Article 2.18.03. When filter fabric is used it shall conform to Section 7.55 of the above document, shall be mounted on posts with or without fencing as recommended by the manufacturer and shall conform to Article 2.18.03, "Construction" as stated above.

Method of Measurement and Basis of Payment

The work will be measured for payment by the actual number of linear feet of "Sedimentation and Erosion Control System" installed and accepted. Measurement will be made along the center-line of the system. Replacement systems will not be measured for payment.

Payment for this work will be made at the contract unit price per linear foot for "Sedimentation and Erosion Control System" complete in place, which price shall include all materials, equipment, tools and labor incidental to the installation, maintenance, replacement, removal and disposal of the system and surplus material and debris.

Special Provisions:

5. No disturbed area shall left exposed for more than 30 days. Areas left exposed for 30 days shall be immediately protected with a temporary vegetative cover.

6. Additional or modified erosion and sedimentation control measures may be required

by the Engineer. This shall be considered included in all bid items and appropriate project phasing occur to control erosion and standard measures taken to control erosion.

Page 106: Town of New Milford · Business Enterprises are encouraged to apply Funded by: The taxpayers of the Town of New Milford Prepared By: Town of New Milford Public Works Department Michael

Specification No. 799 - Extra Work, Alternates, Incidentals, and Contingencies

Scope of Work

This item is inserted in the contract to provide funds to pay for any work not covered under bid items and ordered to be done as Extra Work and also to pay for any bid items in the event that quantities in those items are greater than stated in the bidding sheet. Alternates are placed to detail potential changes to the scope based on the bids, project budget or potential greater work required by the department in the vicinity of the project.

Method of Payment

This is an allowance item; it is not a lump sum item. This item may be used partially, in its entirety, or in some cases not at all, as directed by the Engineer.

Page 107: Town of New Milford · Business Enterprises are encouraged to apply Funded by: The taxpayers of the Town of New Milford Prepared By: Town of New Milford Public Works Department Michael

Item # Spec. # Work Description and Unit Price in Words Project Total Qty UOM Unit Price($)

Surveyas-built - ensure road in ROW__________________________________________dollars__________________________________________centsConstruction Staking and Layout __________________________________________dollars__________________________________________centsMobilization and Demobilization __________________________________________dollars__________________________________________centsMaintenance And Protection of TrafficSemi-permanent work zone signs per MUTCD.__________________________________________dollars__________________________________________centsCertified FlagpersonPer traffic control plan__________________________________________dollars__________________________________________centsSedimentation and Erosion Control SystemSilt Sacks__________________________________________dollars__________________________________________centsSedimentation and Erosion Control SystemSilt Fence per Engineer__________________________________________dollars__________________________________________centsSedimentation and Erosion Control SystemHaybales placed and staked per Engineer__________________________________________dollars__________________________________________centsSubtotal Page #1 __________________________________________dollars__________________________________________cents

3 703

2 702

1 701

4 715

7 720

6 720

5 714

8 720

2

5

5

200

56

800

5

1600

Total

Ea

Ea

Ea

LS

LS

Ea

Hour

Ea

Page 108: Town of New Milford · Business Enterprises are encouraged to apply Funded by: The taxpayers of the Town of New Milford Prepared By: Town of New Milford Public Works Department Michael

Item # Spec. # Work Description and Unit Price in Words Project Total Qty UOM Unit Price($)

Concrete Saw Cuttingprimarily the initial pavement cut and final cut at intersections to protect road edge__________________________________________dollars__________________________________________centsClear and Grub __________________________________________dollars__________________________________________centsTest Pits(rock in trench for new pipes and walls not CB's)__________________________________________dollars__________________________________________centsRock Excavation(rock in trench for new pipes and walls not CB's)__________________________________________dollars__________________________________________centsRemoval of concrete pavementGreat Brook only or per Engineer__________________________________________dollars__________________________________________centsExtra Earth Excavationremove embankment on Blue Bonnet Knoll to 2:1__________________________________________dollars__________________________________________centsGranular Fillreplace unsuitable material per Engineer__________________________________________dollars__________________________________________cents1-1/4" Processed Aggregatecul de sac on Great Brook Road__________________________________________dollars__________________________________________centsSubtotal Page #2 __________________________________________dollars__________________________________________cents

11 302

10 402

9 301

12 408

15 330

14 325

13 405

16 319 200

250

5

50

600

1500

5

500 LF

SY

Total

CY

CY

Ton

CY

CY

SY

Page 109: Town of New Milford · Business Enterprises are encouraged to apply Funded by: The taxpayers of the Town of New Milford Prepared By: Town of New Milford Public Works Department Michael

Item # Spec. # Work Description and Unit Price in Words Project Total Qty UOM Unit Price($)

Milling by Mechanical MeansBlue Bonnet into DOT apron for transition__________________________________________dollars__________________________________________centsMilling by Mechanical Meansreclaim__________________________________________dollars__________________________________________cents3/8" Stone __________________________________________dollars__________________________________________cents3/4" Stone __________________________________________dollars__________________________________________centsGrading

__________________________________________dollars__________________________________________centsHot in Place Recyclingnot cul de sac or intersection______________Eight____________________________dollars_________Zero_________________________________centsReplace, adjust, or Reset Catch Basin Type "C" & "CL" Top __________________________________________dollars__________________________________________centsReplace Catch Basin Top Type "C" & "CL" __________________________________________dollars__________________________________________centsSubtotal Page #3 __________________________________________dollars__________________________________________cents

SY

19 333

18 344

17 340

20 333

22 359

21 355 SY

24 232b

23 232a

43

11

SY 112,000.00$

Ea

Ea

SY

Ton

Ton

Total

14000

32

800

10000

10000

800

Page 110: Town of New Milford · Business Enterprises are encouraged to apply Funded by: The taxpayers of the Town of New Milford Prepared By: Town of New Milford Public Works Department Michael

Item # Spec. # Work Description and Unit Price in Words Project Total Qty UOM Unit Price($)

Replace Catch Basin Type "C" or "CL"includes removal__________________________________________dollars__________________________________________centsInstall Catch Basin Type "C" or "CL" __________________________________________dollars__________________________________________centsInstall Manhole __________________________________________dollars__________________________________________centsInstall HDPE Drainage Pipe15" dia__________________________________________dollars__________________________________________centsInstall HDPE Drainage Pipe18" dia__________________________________________dollars__________________________________________cents6" P.V.C. Pipe(Utility House Drains)

__________________________________________dollars__________________________________________cents1-1/4" Angular StoneFor disconnected house pipes or Stormwater infiltration feature__________________________________________dollars__________________________________________centsReset Existing Watervalve __________________________________________dollars__________________________________________centsSubtotal Page #4 __________________________________________dollars__________________________________________cents

Ea

27 221

26 227

25 227

LF

28 204

31 333

30 203

29 204

32 746 2

5

44

1100

1900

21

2

20

Ea

Ea

LF

LF

Ton

Ea

Total

Page 111: Town of New Milford · Business Enterprises are encouraged to apply Funded by: The taxpayers of the Town of New Milford Prepared By: Town of New Milford Public Works Department Michael

Item # Spec. # Work Description and Unit Price in Words Project Total Qty UOM Unit Price($)

Reset Existing manhole __________________________________________dollars__________________________________________centsBituminous Concrete Binder CourseClass 1 1.5" thick__________________________________________dollars__________________________________________centsBituminous Concrete Curb6" tall__________________________________________dollars__________________________________________centsBituminous Concrete CurbCape cod style__________________________________________dollars__________________________________________centsTack Coat __________________________________________dollars__________________________________________centsBituminous Concrete Wearing CourseClass 2 1.5" thick__________________________________________dollars__________________________________________centsBituminous Concrete Driveway/Hand Work __________________________________________dollars__________________________________________centsRip RapModified rip rap outlet protection of placed per Engineer__________________________________________dollars__________________________________________centsSubtotal Page #5 __________________________________________dollars__________________________________________cents

Ea

35 303a

34 320

33 226

Gal

36 303a

39 323

38 321

37 332

40 222 134

1900

200

100

1200

900

10000

1

Ton

Ton

Ton

Ton

LF

LF

Total

Page 112: Town of New Milford · Business Enterprises are encouraged to apply Funded by: The taxpayers of the Town of New Milford Prepared By: Town of New Milford Public Works Department Michael

Item # Spec. # Work Description and Unit Price in Words Project Total Qty UOM Unit Price($)

Topsoil, Hay and Seed __________________________________________dollars__________________________________________centsErosion Control Fabric __________________________________________dollars__________________________________________centsWall repair or replacement per Engineer __Fifteen Thousand Dollars_________Zero_____________________________centsExtra Work __Twenty Five Thousand Dollars_________Zero_____________________________centsSubtotal Page #6 __________________________________________dollars__________________________________________centsSubtotal Page #1 __________________________________________dollars__________________________________________centsSubtotal Page #2 __________________________________________dollars__________________________________________centsSubtotal Page #3 __________________________________________dollars__________________________________________centsSubtotal Page #4 __________________________________________dollars__________________________________________centsSubtotal Page #5 __________________________________________dollars__________________________________________centsTOTAL Page 1-6 Items 1-44 __________________________________________dollars__________________________________________cents

43 N/A 1 LS $15,000

42 521

41 501 SY

44 799

6000

320

1

Total

Total

Total

Total

Total

Total

SY

LS $25,000

Total

Page 113: Town of New Milford · Business Enterprises are encouraged to apply Funded by: The taxpayers of the Town of New Milford Prepared By: Town of New Milford Public Works Department Michael

Alternates

Item # Spec. # Work Description and Unit Price in Words UOM

Painted Pavement MarkingsWhite Epoxy Stop Bar__________________________________________dollars__________________________________________centsRemove and Replace Existing Street SignsSheeting Type on Aluminum Blank with galvanized u channel pole with breakaway__________________________________________dollars__________________________________________centsWood Postsmin 6' with white 4x8' reflectors__________________________________________dollars__________________________________________centsGuiderailWB-350__________________________________________dollars__________________________________________centsGuiderail EndSKT System__________________________________________dollars__________________________________________centsLawn Drain Type Catch Basin __________________________________________dollars__________________________________________centsDrainage Channel Protection __________________________________________dollars__________________________________________centsStorm Water Quality Pond __________________________________________dollars__________________________________________centsReplace Catch Basin Type I or II __________________________________________dollars__________________________________________cents

Ea

A 332

D 760

C see detail

B 711

E 760

G 244

F 228 Ea

I 227

H 249 1

1

1

2

1

1

100

6

28

Ea

Ea

EA

Ea

Ea

LF

EA

Page 114: Town of New Milford · Business Enterprises are encouraged to apply Funded by: The taxpayers of the Town of New Milford Prepared By: Town of New Milford Public Works Department Michael

Alternates

Item # Spec. # Work Description and Unit Price in Words UOM

Tree Removal 6-12" __________________________________________dollars__________________________________________centsTree Removal 12-18" __________________________________________dollars__________________________________________centsTree Removal 18-24" __________________________________________dollars__________________________________________centsTree Removal 24-36" __________________________________________dollars__________________________________________centsTree Removal 36" plus __________________________________________dollars__________________________________________centsStump Removal __________________________________________dollars__________________________________________centsInstall HDPE Drainage Pipe24" dia__________________________________________dollars__________________________________________centsConcrete Sidewalk __________________________________________dollars__________________________________________centsConcrete Sidewalk Ramp24" dia__________________________________________dollars__________________________________________cents

Q 310 1 SF

R 339 1 Ea

O 519 1 Ea

P 204

J 507 Ea

m 230

L 230

K 229

N 230 Ea

1

1

1

1

1

1

Ea

Ea

Ea

LF