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

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

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

Town of Manchester, Connecticut General Services Department

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

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

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

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

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

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

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

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

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

BUILDING SERVICES AGREEMENT

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

5.0 TERREBONNE PARISH CONSOLIDATED GOVERNMENT, DEFINED.

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

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

TOWN OF FARMINGTON REQUEST FOR PROPOSALS INSURANCE / RISK MANAGEMENT SERVICES

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

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

PROPOSAL LIQUID CALCIUM CHLORIDE

RFP # SPECIAL MAGISTRATE SERVICES FOR CODE ENFORCEMENT CASES

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

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

RFP GENERAL TERMS AND CONDITIONS

REQUEST FOR QUALIFICATIONS: ACCOUNTING &/OR AUDIT SERVICES

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

KING COUNTY LIBRARY SYSTEM WHITE CENTER LIBRARY FURNITURE PROJECT

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.

ADDENDUM TO STANDARD FORM OF AGREEMENT BETWEEN OWNER AND CONTRACTOR FOR A RESIDENTIAL OR SMALL COMMERCIAL PROJECT AIA DOCUMENT A

TRENTON AGRI PRODUCTS LLC INSURANCE & INDEMNIFICATION TERMS & CONDITIONS

Request for Qualifications for Owner s Program Management Services For Wilton Police Headquarters Renovation and Expansion

Page of 5 PURCHASE AGREEMENT

STATE OF MINNESOTA MINNESOTA STATE COLLEGES AND UNIVERSITIES Minnesota State University, Mankato/System Office

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

Delaware Solid Waste Authority Southern Solid Waste Management Center Construction of Cell 3 Disposal Area Contract DSWA 332 AGREEMENT

MASTER SUBCONTRACT AGREEMENT

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

ANNEX A Standard Special Conditions For The Salvation Army

MIDDLESEX COUNTY UTILITIES AUTHORITY

TERREBONNE PARISH CONSOLIDATED GOVERNMENT INSURANCE REQUIREMENTS CONTRACTORS

REQUEST FOR PROPOSAL 3068 FOR METRO ETHERNET CONNECTIVITY

Hobart & William Smith Colleges 300 Pulteney St. Geneva, NY Request for Bids (RFB)

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

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

HEATING AND COOLING SYSTEM MAINTENANCE

REQUEST FOR PROPOSAL MOBILE AND ONLINE CITIZEN ENGAGEMENT SOLUTION

REQUEST FOR PROPOSALS PENSION and OPEB CONSULTING SERVICES

CITY OF MONTEREY REQUEST FOR PROPOSALS FINANCIAL ADVISORY SERVICES. City of Monterey Finance Department 735 Pacific Street, Suite A Monterey, CA 93940

PROPANE GAS HEATING FUEL, GENERATOR FUEL AND BURNER SERVICE

SUBCONTRACT CONSTRUCTION AGREEMENT

City of Albany, New York Traffic Engineering

CITY OF NAPERVILLE: SERVICES TERMS AND CONDITIONS

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

Request for Proposal Records Management and Storage September 1, 2017

SPECIFICATIONS FOR MANCHESTER PUBLIC SCHOOLS RFP# MANCHESTER HIGH SCHOOL SCHOOL PHOTOGRAPHER TABLE OF CONTENTS

West Ridge Park Ballfield Light Pole Structural Assessment

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

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

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

Evaluation Criteria. Proposals for Armored Car Services will be evaluated for: 1. Ability to meet specifications 2. References 3.

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

West Hartford Housing Authority Request for Proposals (RFP) HQS Services

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

Request for Bid/Proposal

City of Merriam, Kansas

Standard Form of Agreement Between Owner and Contractor for a Residential or Small Commercial Project

County of Greene, New York REQUEST FOR PROPOSALS (RFP) TO PROVIDE INSURANCE BROKERAGE SERVICES FOR THE COUNTY OF GREENE

Cline Tours, Inc. SERVICE CONTRACT (SHUTTLE SERVICES)

OGC-S Owner-Contractor Construction Agreement

W I T N E S S E T H:

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

REQUEST FOR PROPOSALS Public Relations Services ALBANY CAPITAL CENTER TABLE OF ARTICLES 1. DEFINITIONS 5. CONSIDERATION OF RESPONSES

SUBCONTRACTOR AGREEMENT

Request for Proposal. Internet Access. Peach Public Libraries. E-Rate Funding Year 2018 July 1, June 30, 2019

REQUEST FOR SEALED PROPOSAL. ADVERTISEMENT for SOLID WASTE & DISPOSAL SERVICE RFP - SOLID WASTE & DISPOSAL SERVICE

FIRM FIXED PRICE TERMS AND CONDITIONS AES-1 Applicable to Architect-Engineering Services Contracts INDEX CLAUSE NUMBER TITLE PAGE

Subcontract Agreement

RFP Date: October 11, 2012 Response Deadline: November 1, 2012 at 4:00 PM PDT

ROCHESTER SCHOOLS MODERNIZATION PROJECT PHASE 2b School Without Walls Commencement Academy INSURANCE REQUIREMENTS

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

Sample. Sub-Contractor Insurance & Indemnification Agreement

TERMS AND CONDITIONS OF SALE

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

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

REQUEST FOR PROPOSAL FOR EXCESS WORKERS COMPENSATION PREPARED BY: TOWNSHIP OF GLOUCESTER. P. O. Box 8. Blackwood, N. J

Dedicated to Excellence... People Serving People

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

CITY OF MANCHESTER REQUEST FOR PROPOSALS BUILDING DEMOLITION SERVICES

Union County. Request for Proposals # Employee Survey Services

SAMPLE SUBCONTRACTOR AGREEMENT

Performance CONTRACTORS, INC. HAULING TERMS AND CONDITIONS

APPENDIX B WASHINGTON SUBURBAN SANITARY COMMISSION PROCUREMENT OFFICE INSURANCE AND BONDING CONTRACT NO.

DAVENPORT COMMUNITY SCHOOL DISTRICT 1606 BRADY STREET DAVENPORT, IOWA REQUEST FOR BID

REQUEST FOR PROPOSALS (RFP) FOR GATEWAY ENTRANCE SIGNAGE DESIGN, FABRICATION AND INSTALLATION FOR THE VILLAGE OF SPARTA

PROPOSAL CAR, TRUCK, AND HEAVY EQUIPMENT TIRES

REQUEST FOR PROPOSALS TELEPHONE SYSTEM

Proposal No:

Transcription:

Town of Manchester, Connecticut General Services Department Request for Proposals for Fingerprinting Services 17/18-85 Proposals Due: May 29, 2018 @ 4:00 P.M. General Services Department 494 Main St. Manchester, CT 06040 (860) 647-3031 telephone (860) 647-5206 fax

TOWN OF MANCHESTER FINGERPRINTING SERVICES 1. INTRODUCTION Background Information The Manchester Police Department is seeking a qualified vendor to provide fingerprinting services to members of the public for a variety of reasons including but not limited to criminal record checks, employment, adoption, pistol permits, and other licensing requirements. During the 2016 calendar year, fingerprints were provided for 1,516 customers. In 2017, fingerprints were provided for 1,366 customers. This is provided as background information only. The Town does not guarantee the awarded vendor any minimum volume of work as a result of this Request for Proposal. The intent of this RFP is to select a qualified vendor to provide fingerprinting services to the public at reasonable costs established and collected by the vendor. The goal is to: Reduce the police department costs associated with fingerprinting services Reduce the police department manpower associated with fingerprinting services Simplify and speed the process for citizens needing to be fingerprinted Improve the quality of fingerprints submitted to local, state, and federal agencies. The vendor selected to provide these services will be an independent contractor. The vendor will not be employed by, nor compensated in any way by the Town of Manchester, or the Manchester Police Department for their services, equipment or expenses. 2. SCOPE OF SERVICES Specific Tasks The successful vendor will: Conduct fingerprinting sessions at least eight (8) hours weekly at the Manchester Police Department (facility to be provided). Currently work is performed during two four-hour shifts. One shift is on a weekday and the other on Saturday. The specific days and hours to be worked will be decided by mutual agreement of the Police Department and the successful vendor. Provide their own portable fingerprinting equipment including state and federal fingerprint cards and FBI certified live scan equipment and printer. 2

Provide electronic transmission of fingerprint data to the State Police Bureau of Identification once the state is ready to accept electronic collection. View applicant identification and verify identity using at least two forms of ID including at least one picture ID issued by a government entity. Make fingerprint impressions by the live scan method with equipment approved by the State Police Bureau of Identification. Provide rolled ink method fingerprint impressions for circumstances where live scan is not appropriate. Provide black finger impressions meeting state and federal standards. Collect fingerprinting fees from members of the public. Re-print members of the public, without fee, when fingerprints are refused by state or federal agencies due to poor clarity or quality. Provide the above services without cost to the Town of Manchester. Qualification Requirements Respondents to this RFP must meet the following minimum requirements: Verifiable State or FBI Training or certification in fingerprinting techniques Extensive knowledge of or experience with the State of Connecticut AFIS system 3. SUBMISSION DEADLINE All proposals must be received by 4:00 p.m. on May 29, 2018. Three (3) copies shall be submitted to: Adam Tulin, Director of General Services, Office of General Services, Lincoln Center, 494 Main Street, Manchester, CT 06040. Proposal may not be withdrawn for a period of ninety (90) days. Proposals received later than the deadline shall not be considered. Respondents to this RFP are hereby notified that all proposals submitted and information contained therein and attached thereto will not become public information until selection of the successful respondent. 4. QUESTIONS AND INQUIRIES Questions regarding this RFP may be directed to Adam Tulin, Director of General Services. Questions may be faxed to (860) 647-5206 or emailed to gensvcs@manchesterct.gov prior to the due date. This Request for Proposal and any addendum shall only be issued on the Town web page http://generalservices1.townofmanchester.org/index.cfm/bids/. It shall be the responsibility of all interested vendors to check the website for addenda and 3

download the information prior to submitting a response to this Request for Proposal. The Town of Manchester will not mail out a separate hard copy of addendum to bidders. No addendum shall be issued less than 2 calendar days before the due date unless it is to postpone the due date. 5. CONTENT OF PROPOSAL All submissions shall include the following information: 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 offer, as well as the name, title and phone number of the person to whom the Town may direct questions concerning the proposal. The letter should also include a statement by the respondent accepting all terms and conditions contained in this RFP, signed by the contractor or an authorized principal. Letter shall also indicate if respondent is taking any exception to this RFP. Experience Respondents are to provide a summary of their experience in providing the services to other Police departments or municipalities. This summary must include experience in the areas of services described in Scope of Services. The summary shall include detailed resumes of all persons employed or contracted by the vendor to perform the work and indicate the level of responsibility of each person. Resumes are to include educational qualifications and previous work assignments that relate to this RFP. References Respondents must demonstrate sufficient experience in the field of expertise as set forth in the Scope of Services. A minimum of three (3) client references shall be submitted, including references for any and all Police Departments or municipalities currently served by the respondent and all municipalities represented by the respondent during the past three years. The client references must include the name of the organization, address and telephone number, individual contact person, the dates services were performed and a description of the services provided. Fee Proposal and Proposed Work Plan All respondents are required to complete and submit a detailed, itemized fee schedule proposal and work plan outlining how they propose to provide the services outlined in the RFP. The Town reserves the right to negotiate with the selected respondent. 4

6. EVALUATION AND AWARD The following criteria will be used by Police Department and Town staff in the evaluation of the proposals: The vendor s technical understanding of the scope of services and proposed services as evidenced by the proposal submitted. The background and experience of the employees or contractors of the vendor providing the services, as well as specific background, education, qualifications and relevant experience of key personnel performing the work. Proposed fees will be a consideration, however, the Town is not bound to select the vendor with the lowest fees. The Town reserves the right to negotiate fees with the selected vendor. Information obtained by the Town from the respondent s references or other clients. The Town of Manchester shall select the proposal that is responsible and responsive and determined to be the best suited, most advantageous, and provides the greatest overall benefit to the Town on the basis of the criteria and/or factors of evaluation listed. The Town expressly reserves the right to negotiate with the selected Proposer prior to an award of any contract pursuant to this Request for Quotation. The Town reserves the right to reject any and all proposals and to waive any informalities or technical defects in any proposal. 7. TERM OF CONTRACT The term of this contract shall be two years beginning July 1, 2018 through June 30, 2020. Upon mutual agreement of the Town and the contractor, this contract may be extended for additional one year periods at the same terms and conditions, not to exceed three additional years. If during the term of the contract the contractor is not performing the contract to the satisfaction of the Town, the contractor shall be notified in writing by the Town to take corrective action. If corrective action is not taken or the contractor continues to perform in an unsatisfactory manner, the Town reserves the right to immediately terminate the contract. Either the Town or the contractor may terminate the agreement at any time with ninety (90) days written notice. 8. REPORTING REQUIREMENTS At the end of each contract year, the awarded vendor shall submit to the Police Department a report showing the number of customers serviced, by month, for the contract year. 5

9. 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 of 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 and to waive any informalities or technical defects in any proposal. 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. 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. 6

10. INSURANCE REQUIREMENTS The awarded vendor is required to submit a current certificate of insurance. A copy of the Town s insurance requirements is attached. STANDARD INSURANCE AND INDEMNIFICATION REQUIREMENTS FOR BIDS, PERMITS AND THE USE OF TOWN FACILITIES I. 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 affect 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. Any failure to comply with reporting requirements and provisions of the policies shall not affect coverage provided to Town, its officers, officials, agents or employees. 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. Any failure to comply with reporting requirements and provisions of the policies shall not affect coverage provided to Town, its officers, officials, agents or employees. 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. C. Additional Insured: 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 and noncontributory basis for work performed under or incidental to this contract. D. Retroactive Date and Extended Reporting Period: Coverage, whether written on a claims made or occurrence basis, shall be maintained without interruption from the date of commencement of the Work until date of final payment and then extended for an additional three (3) years from date of final payment. If any insurance required here is to be issued or renewed on a Claims Made form as opposed to an Occurrence form, the retroactive Date for coverage will be no later than the commencement date of the project. The Claims Made form will have an Extended Reporting Period of three years from the date of project completion. All Claims made policies cancelled or non-renewed and not replaced by a subsequent claims made policy will have an Extended Reporting period of three years from the date of cancellation or non-renewal. 7

E. Subcontractors Insurance: The contractor/insured will require each subcontractor hired by and/or 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/subcontractor will purchase required insurance policies that shall be endorsed with a waiver of subrogation and all rights of recovery in favor of the Town, its officers, officials, agents and employees. 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 defend, indemnify and hold harmless the owner, officers, officials, agents and employees, 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. 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. Workers Compensation Insurance: With respect to all operations the Contractor performs and all those performed for it by subcontractors, the Contractor shall carry, and require each subcontractor to carry, Workers Compensation insurance as required by the laws of the State of Connecticut. Employer s Liability insurance shall be provided in amounts not less than: $500,000 per accident for bodily injury by accident; $500,000 policy limit by disease; and $500,000 per employee for bodily injury by disease D. Commercial General Liability Insurance: With respect to the operations the Contractor performs and also those performed for it by subcontractors, the Contractor shall carry, and require each subcontractor to carry, Commercial General Liability insurance, including Contractual Liability, Products and Completed Operations, Broad Form Property Damage and Independent Contractors. See chart below for applicable minimum coverage amounts. Contract Amount Minimum Single Occurrence Amount 8 Minimum Annual Aggregate Amount 0-2,000,000 1,000,000 2,000,000 2,000,001-10,000,000 2,000,000 4,000,000 > 10,000,000 4,000,000 8,000,000

Notes: If underground work is to be undertaken, each policy shall have coverage for and exclusions removed for Explosion, Collapse and Underground ( XCU ). 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. E. Automobile Liability Insurance: The Contractor shall obtain automobile liability insurance covering the operation of all motor vehicles, including those hired or borrowed, that are used in connection with the Project for all damages arising out of bodily injury to or death of all persons and/or injury to or destruction of property; in any one accident or occurrence. This policy shall not be subject to an annual aggregate limitation. See chart above for applicable minimum coverage amounts. F. Owner s and Contractor s Protective Liability Insurance for and in the Name of the Town and/or State: With respect to the Contractor s Project operations and also those of its subcontractors, the Contractor shall carry, for and on behalf of the Town and/or State for each accident or occurrence resulting in damages from bodily injury to or death of persons and/or injury to or destruction of property. See chart below for applicable minimum coverage amounts. Contract Amount Minimum Single Occurrence Amount Minimum Annual Aggregate Amount 0 20,000,000 1,000,000 2,000,000 20,000,001 50,000,000 2,000,000 4,000,000 > 50,000,000 4,000,000 8,000,000 G. Excess Coverage: Contractor shall purchase and maintain excess or umbrella liability insurance with a limit of not less than $5,000,000, covering all lines of insurance required by this contract. 9