TOWN OF MANCHESTER, CONNECTICUT GENERAL SERVICES DEPARTMENT

Similar documents
TOWN OF MANCHESTER GENERAL SERVICES DEPARTMENT 494 MAIN STREET PO BOX 191 MANCHESTER, CONNECTICUT (860) FAX (860)

Town of Manchester, Connecticut General Services Department. Request for Proposal

TOWN OF MANCHESTER, CONNECTICUT GENERAL SERVICES DEPARTMENT REQUEST FOR PROPOSAL PHYSICAL FITNESS ASSESSMENTS AND TRAINING RFP 15/16-75 PROPOSALS DUE:

Town of Manchester, Connecticut General Services Department. Request for Proposals for Fingerprinting Services 17/18-85.

Town of Manchester, Connecticut General Services Department. Request for Proposal

Town of Manchester, Connecticut General Services Department

TOWN OF MANCHESTER REQUEST FOR PROPOSAL RFP NO. 15/16-32 FOR RISK MANAGEMENT CONSULTANT SERVICES PROPOSALS DUE: NOVEMBER 13, 4:00 P.M.

TOWN OF MANCHESTER, CONNECTICUT PENSION BOARD REQUEST FOR PROPOSAL #15/16-73

BID RESPONSE LABEL THIS LABEL FOR USE WITH UNITED STATES POSTAL SERVICE DELIVERY

Town of Manchester, Connecticut General Services Department

BID RESPONSE LABEL THIS LABEL FOR USE WITH UNITED STATES POSTAL SERVICE DELIVERY HYDROSEEDNG AT MANCHESTER LANDFILL (DATE): APRIL 11, 2017

SANDY CITY CENTENNIAL PARKWAY SANDY, UTAH DEPARTMENT OF ADMINISTRATIVE SERVICES DIVISION OF PURCHASING MARCH 2017

BID RESPONSE LABEL THIS LABEL FOR USE WITH UNITED STATES POSTAL SERVICE DELIVERY RETAINING WALL REPAIR 367 WEST (DATE): MARCH 6, 2014

BID RESPONSE LABEL THIS LABEL FOR USE WITH UNITED STATES POSTAL SERVICE DELIVERY SUBSURFACE EXPLORATION AT VARIOUS (DATE): SEPT.

ADVERTISEMENT FOR BIDS. Notice is hereby given that the City of Beacon shall receive sealed proposals for: Towing Services

BID RESPONSE LABEL THIS LABEL FOR USE WITH UNITED STATES POSTAL SERVICE DELIVERY RELOCATE PLAYGROUND EQUIPMENT (DATE): JULY 8, 2016

2018 PAVEMENT CRACK SEAL PROGRAM BID NO. 17/18-71

TOWN OF FARMINGTON REQUEST FOR PROPOSALS INSURANCE / RISK MANAGEMENT SERVICES

BID RESPONSE LABEL THIS LABEL FOR USE WITH UNITED STATES POSTAL SERVICE DELIVERY FURNISH AND INSTALL LED LUMINAIRES IN (DATE): MARCH 15, 2016

SAMPLE DOCUMENT SUBCONTRACT AGREEMENT

Contractor for any and all liability, costs, expenses, fines, penalties, and attorney s fees resulting from its failure to perform such duties.

BID RESPONSE LABEL THIS LABEL FOR USE WITH UNITED STATES POSTAL SERVICE DELIVERY LED STREETLIGHT RETROFITS-WEST SIDE (DATE): OCT.

TOWN OF HOPKINTON WINTER SAND. Town of Hopkinton Department of Public Works 395 Woodville Road Hopkinton, Rhode Island 02833

INVITATION TO BID. Purchase of 2019 Requirements of Road Materials, as needed

PROPOSAL LIQUID CALCIUM CHLORIDE

GALESBURG PUBLIC LIBRARY 40 E. SIMMONS STREET GALESBURG, ILLINOIS f

The Town of Wilton. 238 Danbury Rd. Wilton, CT 06897

CITY OF COVINGTON REQUEST FOR PROPOSAL HURRICANE ISAAC VEGETATIVE DEBRIS REDUCTION & TRANSPORTATION

Payment to City per gross ton (2,240 lbs.) of scrap metal delivered by City forces to vendor s local area facility.

NEW CASTLE COUNTY Purchasing Division New Castle County Government Center 87 Read s Way New Castle, DE (302)

CITY OF GALESBURG. PURCHASING 55 West Tompkins Street Galesburg, IL Phone: 309/ INVITATION FOR BIDS

REQUEST FOR PROPOSALS PENSION and OPEB CONSULTING SERVICES

DEPARTMENT OF HOUSING & ECONOMIC SUSTAINABILITY BID PROPOSAL - HOUSING REHABILITATION PROGRAM

TOWN OF BURLINGTON PURCHASING DEPARTMENT New Four Stage Breathing Air Compressor Contract #17S

West Ridge Park Ballfield Light Pole Structural Assessment

Sacramento Regional Solid Waste Authority (SWA)

ADDENDUM No. 1. ITB No LED Video Wall. Due: May 25, 2017 at 10:00 A.M. (Local Time)

Request for Proposal # Grinding and Processing Services for Yard/Pallet Waste

Snow Removal Services Request for Proposals December 1, April 30, 2019

W I T N E S S E T H:

MASTER SUBCONTRACT AGREEMENT

Page of 5 PURCHASE AGREEMENT

AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER PRE-CONSTRUCTION AND CONSTRUCTION SERVICES

Greater Dayton Regional Transit Authority 4 S. Main Street Dayton, OH 45402

REQUEST FOR PROPOSALS CLEAN OUT AND JUNK REMOVAL SERVICES Date Issued: March 16, 2017 Due: Thursday, March 30, 2017 at 2:00pm

REQUEST FOR QUALIFICATIONS: ACCOUNTING &/OR AUDIT SERVICES

RFP # SPECIAL MAGISTRATE SERVICES FOR CODE ENFORCEMENT CASES

Champaign Park District: Request for Bids for Playground Surfacing Mulch

ANNEX A Standard Special Conditions For The Salvation Army

RFP GENERAL TERMS AND CONDITIONS

TRENTON AGRI PRODUCTS LLC INSURANCE & INDEMNIFICATION TERMS & CONDITIONS

Center Township Butler County, Pennsylvania REQUEST FOR PROPOSALS AND QUALIFICATIONS FOR PROFESSIONAL ENGINEERING SERVICES

INVITATION TO BID "Town Hall First Floor Renovation Project, Windsor CT". "Town Hall First Floor Renovation Project, Windsor CT".

REQUEST FOR PROPOSALS (RFP) No. LHFC_RT2017_0818_3 BUILDING DEMOLITION SERVICES REQUEST FOR PROPOSALS FOR DEMOLITION SERVICES

The City of Moore Moore, Oklahoma

Request for Proposal For Scrap Metal Removal

BUILDING SERVICES AGREEMENT

PROFESSIONAL SERVICES FOR CONSTRUCTION MANAGER AT RISK (CMAR) FOR THE MOBILE DOWNTOWN TERMINAL BROOKLEY AEROPLEX MOBILE, ALABAMA

Notice to Bidders. No faxed or ed bids will be accepted. Bids received after the closing time will not be accepted.

CITY OF BRENHAM, TEXAS. Invitation for Bid. Purchase and Installation of Forty (40) Ton Air Conditioning Unit

5.0 TERREBONNE PARISH CONSOLIDATED GOVERNMENT, DEFINED.

MIDDLESEX COUNTY UTILITIES AUTHORITY

EXHIBIT B. Insurance Requirements for Environmental Contractors and/or Consultants

NOTICE TO CONTRACTORS INVITATION TO BID DEMOLITION OF BUILDINGS. Date: January 7, 2018 Demolition Property Addresses: 2557 Grant Ave Ogden UT 84401

INDOOR BLEACHER SAFETY RAILS MANDATORY WALK-THRU ON MONDAY, MAY 16, 2016 AT 10:00 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD.

TOWN OF CENTREVILLE Queen Anne s County, Maryland. Centreville Wastewater Treatment Plant Expansion Preliminary Engineering Report. Invitation for Bid

REQUEST FOR PROPOSAL FOR AUDIT SERVICES City of Yreka, California Dated February 08, 2018

CHARTER TOWNSHIP OF WEST BLOOMFIELD INVITATION TO BID WEST BLOOMFIELD, FACILITY OPERATIONS

INDEPENDENT SCHOOL DISTRICT NO. 273 District Media and Technology Services 5701 Normandale Road, Suite 339 Edina, MN 55424

MODIFIED REQUEST FOR PROPOSALS. PROFESSIONAL SERVICES FOR FIRE STATION NO. 1 GEOTHERMAL TEST WELL Activity ID

RFP NO: REQUEST FOR PROPOSAL BUILDING DEMOLITION SERVICES CITY OF SOUTH BAY 335 SW 2ND AVENUE, SOUTH BAY, FLORIDA 33493

PROPOSALS MUST BE RECEIVED BY: 10:00 AM (CST) ON FRIDAY, FEBRUARY 1, 2019

Request for Proposal (RFP) For Installing Concrete Curb and Gutter 2014 Construction Season

SUBCONTRACT (SHORT FORM)

REQUEST FOR QUOTATION

City of Henderson PO Box 716 Henderson, Kentucky REQUEST FOR PROPOSALS # 14-25

CCIP ADDENDUM. Blasting or any blasting operations;

COUNTY OF OSWEGO PURCHASING DEPARTMENT

Request for Proposal Data Network Cabling

PATRIOT PARK CONCESSION OPERATION BID DOCUMENTS. 4. Patriot Park Concession Operation Agreement between Park Board and Contractor

ARTICLE 1 ARTICLE 3 CONTRACTOR THE SUBCONTRACT DOCUMENTS ARTICLE 2 MUTUAL RIGHTS AND RESPONSIBILITIES

(I) (We) understand that any alteration/strike out of the Contract/Bidding Requirements or Special Provisions pages will void my bid.

Scofield Ridge Homeowners Association

CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID

Tire Disposal. Lincoln County Solid Waste. RFP # Tire Disposal

WINDSOR NORTH WEST PARK NATURE CENTER ADDITION AND STRUCTURE PROJECT 145 LANG ROAD. WINDSOR, CT

Sample. Sub-Contractor Insurance & Indemnification Agreement

Sacramento Regional Solid Waste Authority (SWA)

CONTRACT SPECIFICATIONS/AGREEMENT FOR TRANSPORTATION AND DISPOSAL OF TIRES FOR TOWN OF PHIPPSBURG, MAINE SOLID WASTE TRANSFER STATION

REQUEST FOR QUOTATION

City of Jeffersontown. Request for Qualifications ON-CALL. Electrical Services

Request for Proposals. The Town of Ogden is accepting Proposals for the following:

Iredell County. BID AND PROJECT REQUIREMENTS AND CONTRACT For

BID PROPOSAL FORM FOR SALE AND REMOVAL OF A HOUSE DATE OF BID PROPOSAL:

County of Gillespie. Bid Package for CONCRETE. Bid No November 2018

EXHIBIT B. Insurance Requirements for Construction Contracts

PUBLIC NOTICE NOTICE OF REQUEST FOR BIDS CITY OF HIGHWOOD, ILLINOIS ROADWAY SNOW REMOVAL AND SALT APPLICATION

Proposal No:

WESTON HIGH SCHOOL BLEACHER REPAIRS MANDATORY WALK-THRU, MONDAY, JUNE 15, AT 10:30 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD., WESTON, CT

KING COUNTY LIBRARY SYSTEM WHITE CENTER LIBRARY FURNITURE PROJECT

Transcription:

TOWN OF MANCHESTER, CONNECTICUT GENERAL SERVICES DEPARTMENT REQUEST FOR PROPOSALS FOR CRUSHING CONCRETE, ROCK, BITUMINOUS CONCRETE, BRICK AND STEEL REINFORCED PIPE AND REMOVAL OF MATERIALS RFP 15/16-41 Proposals Due: December 18, 2015 @ 4:00 p.m. General Services Department 494 Main St. Manchester, CT 06040 (860) 647-3031 Fax (860) 647-5206

TOWN OF MANCHESTER GENERAL SERVICES DEPARTMENT 494 MAIN STREET P.O. BOX 191 MANCHESTER, CONNECTICUT 06045-0191 REQUEST FOR PROPOSALS FOR CRUSHING CONCRETE, ROCK, BITUMINOUS CONCRETE, BRICK AND STEEL REINFORCED PIPE AND REMOVAL OF MATERIALS I. SCOPE OF WORK The Town of Manchester is seeking proposals for crushing equipment (crusher, loader, excavators, etc.) with operators to crush concrete, rock, bituminous concrete, brick, and steel reinforced concrete and/or pipe with rebar at the Manchester Landfill, located at 311 Olcott Street in Manchester, Connecticut and removal of crushed material from the site. The Town is looking to award a contract for the crushing of the existing pile and removal of material on a one-time basis. Upon direction by the Town, the Contractor shall mobilize on the landfill site at a mutually agreeable time. Historically, the Town has specified a certain type of material to be produced by the Contractor (e.g., two inch minus, four inch minus, etc.). For this procurement, the Town of Manchester is seeking proposals from contractors for the management, crushing, reclamation and removal of the aforementioned materials that are collected and processed by the Contractor. At a minimum, all proposals must include a level of service that reclaims the entire pile of aggregate material present on site, manages the stockpiling of raw materials and removal of finished products from the site. Contractors are encouraged to submit proposals for services to crush and remove the material which may provide additional revenues or benefits to the Town, and which provide the most cost effective method to reclaim these aggregate materials and maximize our return. The Town will not allow a contractor to deliver his own material and process it in our Landfill. Only materials delivered specifically to the Manchester Landfill will be processed. There is currently a large stockpile of material to be crushed. Based upon the engineer s field estimate of 4,000 cubic yards (*see attached) and the delivered tonnage of materials to the landfill between January 1, 2015 and November 15, 2015, the pile is estimated to be 6,500 8,000 tons. With advance notification, the pile is available for inspection prior to the proposal due date. All Contractors are strongly encouraged to inspect the existing pile. Contact Brooks Parker, Environmental Services Manager, at 860-647-5279 or by email at bparker@manchesterct.gov. All work shall be performed during hours that the landfill is in operation: Monday through Saturday, 7:00 a.m. to 3:30 p.m. Contractor s personnel will not be permitted on the landfill grounds until after 7:00 a.m. and must be off the grounds by 3:30 p.m. 1

II. CONTRACTOR RESPONSIBILITY Contractor shall be required to size material to be processed in the crusher. The Contractor should be prepared to use a jaw densifier, pulverizing hammer attachment and/or other equipment/methods to pre-process large rocks, concrete with rebar, steel reinforced pipe, etc. Contractor shall be required to pull all visible debris (wood/trash/steel) from stockpile before it is crushed. Steel pulled from the piles and/or from any magnet shall be placed in Town provided roll-off dumpsters. Wood and construction debris waste should also be separated and placed in a Town provided roll-off dumpster. Contractor shall be responsible for relocation the finished product(s) from the conveyor landing area(s) to a Town identified storage area adjacent to the stockpile of uncrushed material. The contractor shall comply will all Federal, State and Local laws and ordinances. The contractor shall comply will all applicable environmental and safety standards at all times. III. TOWN RESPONSIBILITY The Town will provide access to the crushing area and site, and maintain access throughout the winter months as necessary. The Town will provide two roll off dumpsters; one for scrap steel and one for wood/construction debris waste. The Town will empty these dumpsters as requested by the Contractor with Town labor and equipment. The Town will maintain ownership of the steel. The Town will empty roll-offs as requested by Contractor. The Town will empty the wood/construction debris dumpster that is pulled by the contractor during crushing activities as it becomes full. The Town assumes the cost of disposal for the wood/construction debris material. IV. COMPLETION DATE It is the desire of the Town to have the existing concrete pile crushed by end of March 2016 to mid April 2016 and the removal date is subject to negotiation with selected contractor. V. CONTENT OF PROPOSAL All proposal submissions shall include the following information: A. Submittal Letter Respondents shall submit a cover letter, addressed to the Director of General Services, signed by contractor which provides an overview of the respondent s proposal, as well as the name, title and phone number of the person to whom the Town may direct questions concerning the proposal. B. Proposal Details All respondents are required to submit complete proposal description, and work plan outlining how they propose to provide the services specified in their proposal. At a minimum, the proposal details should include the following information. 1. Type of equipment used to perform crushing reclamation 2. Proposed process for crushing material and screening 2

3. Method for separation of Ferrous Metals 4. Method for stockpiling crushed product and maintaining work area 5. Number of Employees dedicated to crushing operation 6. Estimated time frame for reclamation of entire material pile 7. Type of Material(s) to be created, e.g., one product or multiple products C. Cost Proposal The proposal shall indicate the price to be paid to the Town or charged to the Town as generally outlined on the attached fee proposal sheet. The proposal shall indicate the method for quantifying or determining the weight of crushed material if per ton pricing is proposed D. References and Experience Respondents must provide information which demonstrates significant past experience performing the type of work proposed in Manchester. The customer references must include the name of the organization, address and telephone number, individual contact person, where similar services were performed and a description of the services provided. VI. SUBMISSION DEADLINE All proposals must be received by 4:00 p.m., December 18, 2015. One copy shall be placed in a sealed envelope and clearly marked RFP 15/16-41: CRUSHING CONCRETE, ROCK, BITUMINOUS CONCRETE, BRICK AND STEEL REINFORCED PIPE AND REMOVAL OF MATERIALS. Proposals shall be addressed and delivered to the Director of General Services as indicated: HAND DELIVERY U.S. POSTAL SERVICE MAIL DELIVERY Town of Manchester, Connecticut Town of Manchester, Connecticut Mr. Gerald R. Dupont Mr. Gerald R. Dupont Director of General Services Director of General Services Lincoln Center Lincoln Center 494 Main Street 494 Main Street Manchester, CT 06040 P.O. Box 191 Manchester, CT 06045-0191 All proposals shall be opened publicly and recorded as received. There will be no public reading of proposals. Proposals received later than time and date specified will not be considered. No proposal may be withdrawn within 30 days after the submission due date. 3

VII. QUESTIONS AND ADDENDA Questions about this RFP may be directed to Gerald R. Dupont, Director of General Services, by email gensvcs@manchesterct.gov or fax (860) 647-5206 or no later than 7 days prior to the date proposals are due. All information given by the Town except by written addenda shall be informal and shall not be binding upon the Town nor shall it furnish a basis for legal action by any Proposer or prospective Proposer against the Town. Answers to these questions will be addressed in an addendum which will be issued on the Town of Manchester Web site at http://generalservices1.townofmanchester.org/index.cfm/bids/. It shall be the responsibility of the bidder to download this information. THE TOWN OF MANCHESTER WILL NOT MAIL A SEPARATE HARD COPY OF ADDENDUM TO BIDDERS. No addendum will be issued less than 2 (two) calendar days before the scheduled bid opening unless it is to postpone the bid. VIII. SELECTION PROCESS The Town of Manchester shall select the proposal(s) that is responsible, responsive and determined to be the best suited, most advantageous, and provides the greatest overall benefit to the Town on the basis of contractor experience, references, proposed details and cost. The Town expressly reserves the right to negotiate with the selected Proposer(s) prior to an award of any contract pursuant to this Request for Proposal. The Town reserves the right to reject any and all proposals and to waive any informalities or technical defects in any proposal. IX. INSURANCE REQUIREMENTS General Conditions: Within ten (10) business days of the award or notice, or prior to the start of work, whichever comes first, the contractor/insured will provide, pay for, and maintain in full force and effect the insurance outlined here for coverage s at not less than the prescribed minimum limits of liability. Such coverage is to remain in force during the life of the contract and for such additional time as may be required, and will cover the contractor/ insured s activities, those of any and all subcontractors, or anyone directly or indirectly employed by any of them, or by anyone for whose acts any of them may be liable. A. Certificates of Insurance: The contractor/insured will give the owner a certificate of insurance completed by a duly authorized representative of their insurer certifying that at least the minimum coverage s required here are in effect and specifying that the liability coverage s are written on an occurrence form and that the coverage s will not be canceled, non-renewed, or materially changed by endorsement or through issuance of other policy(ies) of insurance without sixty (60) days advance written notice to the General Services Department. Failure of the owner to demand such certificate or other evidence of full compliance with these insurance requirements or failure of the owner to identify a deficiency from evidence provided will not be construed as a waiver of the contractor/insured s obligation to maintain such insurance. B. Insurer Qualification: All insurance will be provided through companies authorized to do business in the State of Connecticut and considered acceptable by the owner. 4

C. Additional Insured: To the extent commercially available at no additional cost, the policy or policies providing insurance as required, with the exception of professional liability and workers compensation, will defend and include the owner and owner s architects, directors, officers, representatives, agents, and employees as additional insureds on a primary basis for work performed under or incidental to this contract. D. Retroactive Date and Extended Reporting Period: If any insurance required here is to be issued or renewed on a claims-made form as opposed to the occurrence form, the retroactive date for coverage will be no later than the commencement date of the project and will state that in the event of cancellation or nonrenewal, the discovery period for insurance claims (tail coverage) will be at least 36 months. E. Subcontractors Insurance: The contractor/insured will cause each subcontractor employed by contractor/ insured to purchase and maintain insurance of the types specified below. When requested by the owner, the contractor/insured will furnish copies of certificates of insurance evidencing coverage for each subcontractor. F. Waiver of Subrogation: The contractor/insured will require all insurance policies in any way related to the work and secured and maintained by the contractor/insured to include clauses stating each underwriter will waive all rights of recovery, under subrogation and otherwise, against owner, architect, and all tiers of contractors or consultants engaged by them. The contractor/insured will require of subcontractors, by appropriate written agreements, similar waivers each in favor of all parties enumerated in this section. G. Hold Harmless: The contractor/insured shall indemnify and hold harmless the owner and, if applicable, the engineer and their agents and employees from and against all claims, damages, losses and expenses, including attorney s fees of counsel selected by the owner, arising out of or resulting from the performance of the work and /or the supplying of materials, provided that any such claim, damage, loss or expense (a) is attributable to bodily injury, sickness, disease or death, or to injury to or destruction of tangible property including the loss of use resulting therefrom, and (b) is caused in whole or in part by any negligent act or omission of the contractor/insured, any subcontractor, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable, regardless of whether or not they are caused in part by a party indemnified hereunder. 5

II. Insurance Limits and Coverage: A To the extent applicable, the amounts and types of insurance will conform to the minimum terms, conditions and coverage s of Insurance Services Office (ISO) policies, forms, and endorsements. B. If the contractor/insured has self-insured retention s or deductibles under any of the following minimum required coverage s, the contractor/insured must identify on the certificate of insurance the nature and amount of such self-insured retention s or deductibles and provide satisfactory evidence of financial responsibility for such obligations. All self-insured retention s or deductibles will be the contractor/insured s sole responsibility. C. Commercial General Liability: The contractor/insured will maintain commercial general liability insurance covering all operations by or on behalf of the contractor/insured on an occurrence basis against claims for personal injury (including bodily injury and death) and property damage (including loss of use). Such insurance will have these minimum limits: Minimum Limits: $1,000,000 each occurrence $2,000,000 each occurrence if blasting is required $2,000,000 general aggregate with dedicated limits per project site $2,000,000 products and completed operations aggregate $1,000,000 personal and advertising injury Should blasting be required, all necessary permits for the use of explosives shall be obtained by the contractor/insured or insured from the Fire Marshall. D. Automobile Liability: The contractor/insured will maintain business auto liability coverage for liability arising out of any auto, including owned, hired, and non-owned autos. Minimum Limits: $1,000,000 combined single limit each accident E. Workers Compensation: The contractor/insured will maintain workers compensation and employer s liability insurance. Minimum Limits: Workers Compensation: statutory limit Employer s Liability: $1,000,000 bodily injury for each accident $1,000,000 bodily injury by disease for each employee $1,000,000 bodily injury disease aggregate 6

X. GENERAL PROVISIONS A. The Town of Manchester is an equal opportunity employer, and requires an affirmative action policy for all of its Contractors and Vendors as a condition of doing business with the Town, as per Federal Order 11246. By submitting a Proposal for this Request for Proposal, all vendors and contractors agree to this condition of doing business with the Town and should the Town choose to audit their compliance, the vendor agrees to cooperate fully. B. Any act or acts of misrepresentation or collusion shall be a basis for disqualification of any proposal or proposals submitted by such persons guilty of said misrepresentation or collusion. In the event that the Town enters into a contract with any bidder who is guilty of misrepresentation or collusion and such conduct is discovered after the execution of said contract, the Town may cancel said contract without incurring liability, penalty or damages. C. All deliveries of commodities or services hereunder shall comply in every respect with all applicable laws of the Federal Government and/or the State of Connecticut. Purchases made by the Town of Manchester are exempt from payment of Federal Excise Taxes and the Connecticut Sales Tax and such taxes must not be included in bid prices. Federal Excise Tax exemption certificates, if requested, will be furnished. D. The Town reserves the right to reject any and all proposals, to waive any informalities or technical defects in any proposal or discontinue this process at any time and to negotiate fees and final scope of service with selected firm. Non selection of any proposal will mean that another acceptable proposal was deemed to be more advantageous to the Town of Manchester or that no proposal was accepted. E. The Town will not be liable for any costs incurred in the preparation of the response for this Request for Proposal. All proposal submissions and materials become property of the Town and will not be returned. Respondents to this RFP are hereby notified that all proposals submitted and information contained therein and attached thereto shall be subject to disclosure under the Freedom of Information Act after evaluation and award decisions have been made. F. These specifications in their entirety are the property of the Town of Manchester. The Proposer shall not copy or disseminate any portion of these specifications without express written authorization from the Town of Manchester, except as necessary in the preparation of a proposal. Any authorized copies of these specifications or portions thereof shall include a similar paragraph prohibiting further copying or dissemination. G. Assignment by the successful respondent to a third party of any contract based on the Request for Proposal or any monies due is prohibited and will not be recognized by the Town of Manchester unless approved by the Town in writing. 7

XI. MANCHESTER LIVING WAGE ORDINANCE This bid is subject to the provisions of the Town of Manchester Living Wage Ordinance. A summary description of the ordinance and the certification form is attached. Contractors are asked to indicate on the attached Certification Form if your firm would be considered a covered employer. The Certification Form shall be returned to the Town with the proposal. 8

Summary Description for Vendors Regarding Manchester s Living Wage Ordinance Effective February 1, 2010, the Town of Manchester adopted a living wage ordinance. This Summary Description is designed to provide any vendor bidding on a Town of Manchester contract with the key provisions of that ordinance. It does not contain the full ordinance. LIVING WAGE REQUIREMENT: The ordinance requires that companies awarded service contracts by the Town of Manchester exceeding $25,000 in any one fiscal year pay their Eligible Employees a living wage. Companies considered Covered Employers subject to this requirement are defined below. The Town of Manchester has determined that the contract resulting from this bid or Request for Proposals will be subject to the ordinance if the total contract value is $25,000 or more in any one fiscal year. The living wage is currently calculated to be $13.41/hour for employees that are provided comprehensive health care benefits, or $17.13/hour for employees that are not provided comprehensive health care benefits. The living wage and health benefit requirements are adjusted annually each July, effective July 1, 2010. Companies will be required to pay the applicable living wage rate in effect during the term of their contracts. COVERED EMPLOYERS AND EXEMPTIONS: The ordinance requires that Covered Employers pay the living wage rate. Certain employers are excluded from paying the living wage rate. They are as follows: - Non-profit organizations as defined by the ordinance, and - Entities that employ less than 25 eligible employees. ELIGIBLE EMPLOYEES: Eligible employees are all permanent, full time employees of the company (defined as a normal work week of at least 30 hours), working in the State of Connecticut, not just those working on the Town contract. The following are not considered eligible employees for the purposes of the living wage requirement: - Employees with a normal work week of less than 30 hours. - Seasonal or temporary employees. - Employees under the age of 18. - Employees hired as part of a school-to-work program. 9

- Students who serves in a work-study program or as an intern. - Trainees participating for not more than six months in a training program. - Employees enrolled in a governmentally funded vocational rehabilitation program. - Volunteers working without pay. - Employees exempted under Section 14(c) of the Fair Labor Standards Act due to disabilities. - Any person whose wage rate is subject to a federal or State of Connecticut statute or regulation mandating a prevailing wage rate. EMPLOYER OBLIGATIONS: Covered Employers are required to do the following pursuant to the ordinance. - Certify with the submission of their bid or proposal a) that they will pay the required living wage to eligible employees if awarded a contract, or b) that they are exempt from requirements of the ordinance, - Upon award, covered employers shall provide the Town a sworn affidavit affirming that all eligible employees of the covered employer working in the State of Connecticut are receiving the living wage and health benefits required by this ordinance. - This sworn affidavit shall be provided thereafter on an annual basis within 30 days of a request being made by the Town if the duration of the contract exceeds one (1) year. - Notify their employees of their rights under the Living Wage Ordinance by posting a copy of the ordinance and other materials prepared by the Town of Manchester in locations where employees will see them. - Make best efforts to attempt to hire residents of the Town of Manchester for all new positions which result from a service contract subject to the ordinance. PROHIBITED PRACTICES: - Covered Employers cannot decrease non-wage benefits (such as insurance, vacation, or pension) as a means of complying with the living wage requirements. - Covered Employers cannot retaliate or discriminate against any employee for making a complaint against the covered employer regarding compliance with living wage requirements. 10

ENFORCEMENT: The Town may enforce the provisions of this ordinance by the imposition of fines, suspension of contract or declaring the Covered Employer ineligible for future contracts. WAIVERS: The ordinance provides for the waiver of certain requirements in the ordinance. However, no waivers will be considered until the bidding process has been completed and a contract has been awarded. Requests for waivers must be made by the Covered Employer, in writing, to the General Manager. The General Manager shall submit the waiver request to the Board of Directors, which shall have the sole discretion as to whether it is granted. The above is intended to be a summary of the requirements of the living wage ordinance as they affect covered employers and is provided for informational purposes only. Employers should read the entire Living Wage Ordinance. It can be found online at www.townofmanchester.org on the left side of the page. Click on Document Center, scroll to General Services and click on Living Wage Ordinance. 11

TOWN OF MANCHESTER LIVING WAGE CERTIFICATION FORM The Town of Manchester has determined that this contract may be subject to the provisions of the Manchester Living Wage Ordinance, Chapter 212 of the Manchester Code of Ordinances, Sections 212-1 through 212-11. Bidders are required to indicate whether they are a Covered Employer as defined by the Manchester Living Wage Ordinance or are exempt from the requirements by marking the appropriate section below. FAILURE TO INDICATE MAY RESULT IN THE REJECTION OF YOUR BID. I/We are a covered employer and shall pay the required living wage to eligible employees and comply with the requirements of the ordinance during the term of the contract. Or that: I/We are not a Covered Employer and therefore not subject to Manchester s Living Wage Ordinance for the reason indicated below: Charitable foundations, charitable trusts or nonprofit agencies or nonprofit corporations, provided that the foundation, trust or nonprofit agency or corporation is exempt from federal income taxation and may accept charitable contributions under Section 501 of the Internal Revenue Code of 1986, or any subsequent corresponding internal revenue code of the United States, as from time to time amended. Bidder employs less than twenty five (25) eligible employees. Annual contract value is less than $25,000. I, of do hereby certify Officer, Owner, Authorized Rep. Company Name that the representations made above are accurate for : Bid Name or RFP Name Signed by: Dated: TO BE RETURNED WITH BID OR RFP SUBMISSION. 12

TOWN OF MANCHESTER GENERAL SERVICES DEPARTMENT 494 MAIN STREET P.O. BOX 191 MANCHESTER, CONNECTICUT 06045-0191 RFP NO. 15/16-41 PROPOSAL FOR CRUSHING CONCRETE, ROCK, BITUMINOUS CONCRETE, BRICK AND STEEL REINFORCED PIPE AND REMOVAL OF MATERIALS A. Submittal letter attached as described in Section V., A. yes no B. Proposal details attached as described in Section V., B. yes no C. Cost proposal as described in Section V., C. circle one Price per Ton $ Charge to Town Payments to Town to crush and remove or Lump Sum Price $ Charge to Town Payments to Town to crush and remove entire pile Method to determine the weight of crushed material if per ton pricing is proposed. D. References and experience attached as described in Section V., D. yes no BIDDER: ADDRESS: SIGNED BY: NAME (PLEASE PRINT): TELEPHONE: EMAIL FOR BID RESULTS: TITLE: FAX: DATE: 13

ATTACHMENT CUT/FILL REPORT