Newington Municipal Center Canopy

Agency: Town of Newington
State: Connecticut
Type of Government: State & Local
Posted Date: Mar 18, 2024
Due Date: Apr 23, 2024
Solicitation No: 2023-2024-4
Bid Source: Please Login to View Page
Contact information: Please Login to View Page
Bid Documents: Please Login to View Page
Bid Number: 2023-2024-4
Bid Title: Newington Municipal Center Canopy
Category: Non-Building Construction
Status: Open

Publication Date/Time:
3/18/2024 3:30 PM
Closing Date/Time:
4/23/2024 10:00 AM
Related Documents:

Attachment Preview

INVITATION TO BID
The Town of Newington will accept bids from experienced Contractors for the
Newington Municipal Center Canopies project All bids must be submitted in
accordance with Town specifications and on forms supplied by the Town. Bid forms and
specifications are available in the Town Manager’s Office, 200 Garfield Street,,
Newington, Connecticut 06111 and on line at the Town’s website, www.newingtonct.gov
under Doing Business, Bid Opportunities. Bids will be received in the Town Manager’s
Office and read publicly at 1:00 PM on April 23, 2024. A non-mandatory pre-bid
conference will be held on March 28, 2024, 10:00am at the Town Hall East entrance,
200 Garfield Street, Newington. Contract Documents including plans & specifications
can be viewed on-line and purchased from Advanced Reprographics planroom website.
Visit http://www.advancedplanroom.com/, select “Public Jobs” and select “Newington
Municipal Canopies.All bid documents must be obtained at this location. Addenda
will be posted on the Town’s website. A bid bond for 5% of the amount bid is required.
Any contract or award will be subject to State of Connecticut set-aside and contract
compliance requirements. The selected bidder must comply with all provisions of the
Connecticut General Statute 31-53 (State of Connecticut, Department of Labor Prevailing
Wage Rates and Executive Order #3).
An Affirmative Action/Equal Opportunity Employer. Minority/Women's Business
Enterprises are encouraged to apply. The Town of Newington reserves the right to reject
any or all bids.
Jaime Trevethan
Acting Town Manager
Bid No. 2023-2024-4
Municipal Center Canopies
TOWN OF NEWINGTON
NEWINGTON MUNICIPAL CENTER CANOPIES
BID SPECIFICATIONS
INTENT
It is the intent of these specifications to select an experienced Contractor to supply all
labor and materials to construct 2 new canopies at Town Hall in accordance with the
plans and specifications provided by QA+M Architecture dated February 16, 2024
BID PROCEDURES
All bids shall be submitted on forms provided by the Town of Newington (hereafter the
“Town”) and addressed to the Town Manager’s Office, Town Hall, 200 Garfield Street,
Newington, CT 06111. Bids will be received until 1:00 PM on April 23, 2024 in the
Town Manager’s Office, when they will be read publicly. Bids shall be in sealed
envelopes clearly labeled “Bid No. 2023-2024-4, Newington Municipal Center
Canopies”. The Town reserves the right to waive informalities or to reject any or all bids
when such action is deemed in the best interests of the Town. The Town reserves the
right to delete such items as it deems necessary from these proposals. Bidders are
directed to be certain that they understand the terms and conditions as specified in this
bid. All exceptions of the bidder to the terms and specifications of this bid shall be made
in writing and submitted in full with the Bid Form. It will be expected that all remaining
terms and conditions expressed herein are acceptable and shall govern any resulting
contract. The Town reserves the sole right to reject bids that contain exceptions which
are unacceptable to the Town. All addenda will be posted on the Town’s website,
www.newingtonct.gov, under Doing Business, Bid Opportunities. Bidders are
responsible for checking the website for the presence and content of any addenda.
Addenda shall be made a part of the bid specifications and any resulting contract. No
bids may be withdrawn, in whole or in part, without the written consent of the Town.
AWARD
Unless all bids are rejected, the Town shall award the bid to the entity it determines to be
the lowest responsible, qualified, bidder. The lowest responsible, qualified, bidder shall
be defined as that person or firm whose bid to perform the work or provide the product(s)
specified is lowest, who is qualified and competent to do the work or provide the
product(s) specified, possessing the skill, ability, and integrity necessary to faithfully
perform the work, whose past performance of work is satisfactory to the Town, and
whose bid documents comply with the procedural requirements stated herein or in any
addenda. The award process may also include additional considerations such as the
information provided on the Bid Form, the bidder’s qualifications, approval of the
bidder’s Affirmative Action Plan by the Commission on Human Rights and
Opportunities, and the bidder’s perceived ability to fulfill its obligations as prescribed by
these specifications. The Town may make such investigations as it deems necessary to
determine the ability of the bidder to perform the work, and the bidder shall furnish to the
Town all such information and data for this purpose as the Town may request. The Town
reserves the right to reject any or all bids if evidence submitted by or investigation of the
bidder fails to satisfy the Town that such bidder is properly qualified to carry out the
obligations of the contract resulting from the bid and to complete the work or deliver the
item(s) contemplated therein. The Town intends to contract with and award to, one
entity. The Town reserves the right to reject any bid by a joint venture. Should the Town,
at its sole discretion, choose to award to a joint venture each entity to such joint venture
shall satisfy the Town’s requirements as stated herein and the responsibilities of each
entity in the joint venture shall be clearly identified. The Town will not accept the bid of
a bidder whose firm, or any principal of the firm, is in default on the payment of taxes,
licenses or other monies due the Town. As used in this section, a principal” shall mean
an individual who is a director, an officer, an owner, a limited partner or a general
partner. As used in this section, “in default on the payment of taxes” shall mean the
failure to pay taxes by the date such taxes are due and payable or the failure to be current
with respect to a delinquent taxes payment schedule as set forth in a written agreement
with the Revenue Collector.
BID PRICES
Bids from all bidders shall remain in effect for a period of one hundred and eighty (180)
calendar days from the date of the bid opening, unless written consent is provided by the
Town to withdraw. Once a contract award has been made all of the Contractor’s bid
prices shall be held firm throughout the term of the contract and will be construed as all-
inclusive. There shall not be any unilateral imposition of additional surcharges for fuel or
deliveries.
PRE-BID CONFERENCE AND SITE INSPECTION
For the benefit of all bidders wishing to submit bids, a non-mandatory pre-bid conference
will be held at the site, located at 200 Garfield Street, Newington, CT at March 28, 2024,
10:00am at the Town Hall East entrance. Each bidder is responsible for any
information discussed or presented at the pre-bid conference. Each bidder shall examine
the work site and become fully acquainted with existing conditions so that the bidder
fully understands the facilities, difficulties, and restrictions involved with this project.
Each bidder shall perform its own due diligence and shall take all necessary
measurements for this work. The Town does not accept any liability or financial
responsibility for any and all conditions or information that bidders could have learned
through reasonable investigation. Failure of the bidder to become acquainted with the
conditions at the job location shall in no way relieve the bidder from any obligation with
respect to this bid or the resulting contract.
CONTRACTOR PERFORMANCE
Failure of the Contractor to adhere to the specifications, prices, terms or conditions of its
Agreement with the Town may preclude the Contractor, at the Town’s sole discretion,
from bidding on future Town bids, in addition to any action that the Town may take as a
result of the Contractor’s failure to perform.
TERMINATION
All work done as a result of this bid shall be completed to the satisfaction of the Town
Manager. The Town reserves the right to terminate this agreement upon ten (10)
calendar days written notice of failure by the Contractor to provide service to the
satisfaction of the Town Manager.
NONDISCRIMINATION
The Contractor shall agree and warrant that it will not discriminate or permit
discrimination against any person or group of persons on the grounds of sex, race, color
religion, age, marital status, ancestry, national origin, past history of mental disorder,
mental disability or physical disability or other basis in any manner prohibited by the
laws of the United States, the State of Connecticut, or the Town of Newington.
AFFIRMATIVE ACTION
The Contractor shall comply with Connecticut General Statutes §§ 4a-60, 4a-60a, 4a-60g,
and 46a-68b through 46a-68f, inclusive, as amended. An Affirmative Action Plan shall
be filed with and approved by the Commission on Human Rights and Opportunities prior
to the commencement of construction. A minimum of twenty five percent (25%) of the
contract award shall be to subcontractors holding current certification from the
Connecticut Department of Administrative Services (hereafter “DAS”) under the
provisions of Connecticut General Statutes §4a-60g, as amended. A minimum of twenty
five percent (25%) of the contract award shall be with DAS certified Small and Minority
owned businesses, and a minimum of twenty five percent (25%) of that work or portion
of the contract award shall be with DAS certified Minority, Women and/or Disabled
owned businesses. The Contractor shall demonstrate a good faith effort to meet the 25%
set aside goals. The Contractor shall file a written or electronic non-discrimination
certification with the Commission on Human Rights and Opportunities. Forms can be
found at
http://www.ct.gov/opm/cwp/view.asp?a=2982&q=390928&opmNav_GID=1806. The set
aside requirements are for the total contract award, not simply the portion funded by the
State of Connecticut.
HOLD HARMLESS
The Contractor agrees to indemnify, defend and hold harmless the State of Connecticut,
Town of Newington and its respective officers, employees, agents and/or servants against
all demands, claims, actions or causes of actions, losses, damages, liabilities, costs and
expenses, including without limitation, interest, penalties, court costs and reasonable
attorney’s fees, asserted against, resultant to, imposed upon or incurred by the State of
Connecticut and/or the Town of Newington resulting from or arising out of:
1. Any breach by the Contractor of the terms of the specifications, or
2. Any injuries (including death) sustained by or alleged to have been sustained by
the officers, employees, agents and/or servants of the Town of Newington or the
Contractor or subcontractors or material men, or
3. Any injuries (including death) sustained by or alleged to have been sustained by
any member of the public or otherwise any or all persons, or
4. Any damage to property, real or personal, (including property of the Town of
Newington or its respective officers, agents and servants)
caused in whole or in part by the acts or omissions of the Contractor, any subcontractor,
or any material men or anyone directly or indirectly employed by them while engaged in
the performance of any work for the Town of Newington.
HAZARDOUS MATERIALS
The Contractor, when providing, using, storing, delivering or disposing of any toxic,
hazardous or potentially dangerous materials, shall advise the Town, in writing, of the
condition of such hazardous materials in advance of conducting any work and is
responsible for protecting the Contractor’s own employees, those of the Town, and all its’
agents from the hazards associated with such materials. The Contractor shall furnish
direction, precautions, or training, provided or made available from the supplier of the
materials, or other acceptable source, for use by all persons who may be subject to the
hazard. The Contractor shall comply with all applicable regulations and laws. The
Contractor shall dispose of any hazardous or toxic substances in accordance with all
applicable regulations or laws, including E.P.A. and D.O.T., and shall provide the Town
with the appropriate generator E.P.A. number. The Contractor shall do all things
necessary to insure that there will be no discharge, spillage, uncontrolled loss, seepage or
filtration of any hazardous or toxic waste on the site caused by the Contractor’s
operations. The Contractor is responsible for any and all costs and liabilities associated
with the clean up of any such spillage, etc., or as required by any regulating authority,
and holds the Town harmless against any current or future liabilities resulting from such
an incident.
INSURANCE
The Contractor shall furnish a certificate of liability insurance on a standard ACORD
form to the Town Manager for the following insurance coverage within ten (10) days
from contract execution. All insurance coverage shall be written with an insurance
company licensed to conduct business in the State of Connecticut and with an A.M.

Sign-up for a Free Trial, Government Bid Alerts

With Free Trial, you can:

You will have a full access to bids, website, and receive daily bid report via email and web.

Try One Week FREE Now

See Also

Public Works RFQ Bid 4159 Right of Way and Sidewalk Improvement Program 2024-2025

City of New Britain

Bid Due: 5/22/2024