Town of Manchester, Connecticut General Services Department

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

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 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

TOWN OF MANCHESTER, CONNECTICUT GENERAL SERVICES DEPARTMENT

Town of Manchester, Connecticut General Services Department

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

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

TOWN OF FARMINGTON REQUEST FOR PROPOSALS INSURANCE / RISK MANAGEMENT SERVICES

RFP # SPECIAL MAGISTRATE SERVICES FOR CODE ENFORCEMENT CASES

construction plans must be approved for construction by the City PBZ department.

Champaign Park District: Request for Bids for Playground Surfacing Mulch

West Ridge Park Ballfield Light Pole Structural Assessment

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

REQUEST FOR PROPOSALS

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

WEXFORD COUNTY REQUEST FOR PROPOSALS

STATE OF SOUTH CAROLINA ) ) CONTRACTOR AGREEMENT COUNTY OF HORRY )

REQUEST FOR PROPOSAL (RFP)

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

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

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

REQUEST FOR QUALIFICATIONS: ACCOUNTING &/OR AUDIT SERVICES

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

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

EL PASO COUNTY COMMUNITY COLLEGE DISTRICT POST OFFICE BOX EL PASO, TEXAS GENERAL CONDITIONS OF CONTRACT

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

City of Forest Park Request for Proposals. Landscape Installation, 803 & 785 Forest Parkway, Forest Park Ga

CORAL GABLES RETIREMENT SYSTEM REQUEST FOR PROPOSAL FOR INDEPENDENT AUDIT SERVICES

REQUEST FOR QUALIFICATIONS FOR CONSTRUCTION MANAGER

City of Brentwood, Missouri. Request for Proposals For Ice Rink Water Treatment Service for the Brentwood Recreation Complex.

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

Iredell County. BID AND PROJECT REQUIREMENTS AND CONTRACT For

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

MEMORANDUM Municipal Way, Lansing (Delta Township), Michigan Enclosed for your consideration is MERS Request For Proposal (RFP).

The CITY OF BAYONNE is soliciting responses/proposals to the City's RFQ/RFP for the provision of the following professional services:

Request For Proposal. For Construction Management Services. For The. Benton County Jail and Sheriff s Office

REQUEST FOR PROPOSALS RFP#75-18

Request For Qualifications Construction Management at Risk

CHAMPAIGN COMMUNITY SCHOOL DISTRICT #4 Champaign, Illinois

REQUEST FOR PROPOSAL FOR PAWTUCKET/CENTRAL FALLS STATION DISTRICT BRAND DEVELOPMENT, COMMUNICATIONS AND MARKETING STRATEGY

COWLEY COUNTY, KANSAS REQUEST FOR PROPOSAL. SALARY STUDY SUBMITTAL DEADLINE June 1, 2012 RFP NUMBER

The CITY OF BAYONNE is soliciting responses/proposals to the City s RFQ/RFP for the provision of the following professional services:

CITY OF MOBILE REQUEST FOR QUOTES. July 25, Museum Drive Mobile, AL 3660

ALABAMA STATE PORT AUTHORITY REQUEST FOR QUALIFICATIONS

MIDDLESEX COUNTY UTILITIES AUTHORITY

SPECIFICATIONS FOR MANCHESTER AND GLASTONBURY PUBLIC SCHOOLS RFP# BREAD TABLE OF CONTENTS. A. Legal Notice of Request for Proposal 2

ROCKY HILL PUBLIC SCHOOLS REQUEST FOR PROPOSALS FOR AUDITING SERVICES. June 30, 2018

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

CITY OF MANCHESTER REQUEST FOR PROPOSALS BUILDING DEMOLITION SERVICES

TOWN OF HEBRON, CONNECTICUT REGIONAL SCHOOL DISTRICT NO.

REQUEST FOR PROPOSAL (RFP) # LED LIGHTING SYSTEM INSTALLED ON TOWER POSTING DATE: DECEMBER 19, 2018

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

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

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

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

LEGAL NOTICE TOWN OF MADISON REQUEST FOR PROPOSALS FOR PROFESSIONAL AUDITING SERVICES FEBRUARY 15, 2017

Request for Proposal For Scrap Metal Removal

The CITY OF BAYONNE is soliciting responses/proposals to the City s RFQ/RFP for the provision of the following professional services:

SIX EACH GAS METERS & ASSOCIATED EQUIPMENT CECIL COUNTY GOVERNMENT: DEPARTMENT OF EMERGENCY SERVICES

City of Merriam, Kansas

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

KELTY TAPPY DESIGN, INC.

TOWN OF GUILFORD REQUEST FOR QUALIFICATIONS AND PROPOSALS RFQ/RFP # PENSION and OTHER POST-EMPLOYMENT BENEFITS ACTUARIAL SERVICES

REQUEST FOR PROPOSAL (RFP) for PROFESSIONAL CONSULTING SERVICES. to perform an

REQUEST FOR PROPOSALS CITY OF CONROE OSCAR JOHNSON, JR. COMMUNITY CENTER FEASIBILITY STUDY

BROKEN ARROW PUBLIC SCHOOLS 701 SOUTH MAIN BROKEN ARROW, OK PHONE (918) FAX (918)

City of Forest Park Request for Proposals. Secure Access Control Systems

HUNTERSVILLE GATEWAY APPROX 327 HUNTERSVILLE GATEWAY DR HUNTERSVILLE, NC ABC STORE # 22

REQUEST FOR QUALIFICATIONS NATURAL RESOURCES, TECHNICAL AND/OR ENGINEERING SERVICES FOR MINING PERMIT APPLICATIONS RFQ#

INVITATION TO BID (ITB)

REQUEST FOR BID North Fraser Street Georgetown, SC Contact: Daniella Howard, Purchasing Agent Phone:

WESTPORT BOARD OF EDUCATION 110 MYRTLE AVENUE WESTPORT, CT

Union County. Request for Proposals # Employee Survey Services

ARCHITECT OF RECORD & DSA CLOSEOUT CERTIFICATION SERVICES RFQ# 029

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

REQUEST FOR QUALIFICATIONS

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

TOWN OF WILTON REQUEST FOR QUALIFICATIONS AND PROPOSALS PENSION INVESTMENT CONSULTANT TABLE OF CONTENTS

REQUEST FOR PROPOSALS- INSURANCE BROKER AND CONSULTING SERVICES

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

REQUEST FOR PROPOSALS LEVELLAND PARK SYSTEM PLAYGROUNDS

Proposal No:

KING COUNTY LIBRARY SYSTEM WHITE CENTER LIBRARY FURNITURE PROJECT

RFP-FD Replacement Mid-Mount Tower Ladder. Required Submittals

APPLICATION FOR RENEWAL VENDOR PREQUALIFICATION

WESTPORT BOARD OF EDUCATION 110 MYRTLE AVENUE WESTPORT, CT SPECIFICATION COVER SHEET BID # BOE PURCHASE OF 3PAR EQUIPMENT

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

City of Forest Park Request for Proposals Fence Installation Police Department Firing Range 2020 Anvil Block Road, Forest Park, Georgia,

Request For Proposal (RFP) for

REQUEST FOR PROPOSALS. Small Business and Commercial Corridor Revitalization Program BUSINESS PLANNING AND FINANCIAL PLANNING ASSISTANCE

REQUEST FOR PROPOSALS PENSION and OPEB CONSULTING SERVICES

NOTICE TO BIDDERS CUSTODIAL SUPPLIES

REQUEST FOR PROPOSALS PHYSICAL NEEDS ASSESSMENT. December 11, 2017

PROPOSALS DUE NO LATER THAN 11:00 A.M., SEPTEMBER 23, 2015 (6 COPIES) TO THE ATTENTION OF KRAIG BOYNTON, PURCHASING AGENT.

LEGAL SERVICES RFP # AUGUST 13, 2018

Regional School District No. 8 REQUEST FOR PROPOSALS FOR AUDITING SERVICES LEGAL NOTICE. REQUEST FOR PROPOSALS - Regional School District No.

Request for Qualifications #9709RFQ. Architectural Services for Dawson County Fire Station #9

Police Department Dispatch Architectural Services

Transcription:

Town of Manchester, Connecticut General Services Department Request for Qualifications/Proposal Architectural and Related Consultant Services For Elementary Schools Facilities Study RFP 17/18-67 Proposals Due: March 8, 2018 @ 4:00 p.m. General Services Department 494 Main St. Manchester, CT 06040 Fax (860) 647-5206

TOWN OF MANCHESTER, CONNECTICUT REQUEST FOR QUALIFICATIONS/PROPOSALS ELEMENTARY SCHOOL FACILITIES STUDY I. INTRODUCTION The Town of Manchester, Connecticut is seeking qualifications/proposals for architectural, engineering and consultant team to provide design services for an Elementary Schools Facilities Study. II. BACKGROUND In November of 2014 the Town of Manchester approved Phase 1 of their 2025 plan. This consisted of the renovation of 3 schools, Cheney-Bennet Academy, Waddell Elementary, and Verplanck Elementary. The result of these renovations and additions was to reconfigure all elementary schools into a K-4 format. Prior to these projects, the Town renovated the Highland Park Elementary School in 2012. The town now wishes to begin planning of Phase 2 of the 2025 plan. This will require the examination of the remaining elementary schools to determine the path forward including possible outcomes such as closing and consolidation, and/or additions and renovations. These schools are Bowers Elementary, Buckley Elementary, Keeney Elementary and Martin Elementary. III. SCOPE OF WORK 1. The Firm shall present in their proposal a detailed Scope of Work relative to how the Firm would approach the evaluation incorporating the following. a) The architectural/engineering firms (hereinafter referred to as the Firm) shall function as the town s consultant in the evaluation of the elementary school facilities and analyzing space needs for the projected future enrollment. b) Firms shall consider the options of expanding and/renovating each of the existing elementary schools versus closing the school and consolidating with the remaining elementary schools, including but not limited to the following factors: i. Connecticut School Construction Grants Program Requirements ii. Ability to provide 21 st Century learning environment iii. Value to Manchester taxpayers iv. Comparisons with remaining Manchester elementary schools c) The preparation of a study assessing space needs, exterior site needs, evaluating existing building infrastructure, i.e., electrical, mechanical, plumbing and HVAC systems, and reviewing Life Safety Code and ADA are core components of this effort. 1

2. Programming input will be obtained from members of the Manchester Public Schools administrative team as determined by the Board of Education (BOE) and Superintendent of Schools. 3. The study will provide recommendations/solutions to correct deficiencies and code violations and recommend solutions for space needs and site amenities, and consolidation. Conceptual budget cost estimates and possible construction schedules will be defined. The conceptual budget cost estimate will be developed in a manner consistent for use in filing an SCG049 with the State DAS School Construction Grants. 4. The Firm shall provide electronic (pdf) and three (3) copies of a draft report and be prepared to meet with staff to discuss the draft prior to finalization. 5. The final study will be presented in bound format 8 ½ x 11 with larger foldouts for graphic presentations. Each of the four (4) school buildings will be studied separately with a concluding summary, project schedule and total budget cost estimate. 6. The consultant shall be expected to be present for all of the meetings which may need to be conducted with user groups, State DAS School Construction Grants, Town Building Committee: Board of Education and Board of Directors; Planning/Zoning/Wetlands Commission; within Town offices, on-site, or elsewhere. IV. Project Schedule February 22, 2018 March 8, 2018 March 19-23, 2018 May 1, 2018 Request for Qualification/Proposal released to firms. Proposals are due at the Town of Manchester, General Services Office, 494 Main Street, Manchester, CT by 4:00 PM. Anticipated Final Selection Final Report (unless otherwise mutually agreed) A presentation of the findings and recommendations will be made to the Manchester BOE & BOD during May 2018. A presentation at June BOD meeting for the purpose of a motion to place projects on November Referendum and authorize submission of grant application to the State. Proposals must include pricing for additional meetings if not included within the not to exceed price. The selected firm or individual will be expected to commence services within 5 days of contract execution. 2

V. DIRECTIONS FOR WRITTEN SUBMITTALS A. Deadline Architect s responding to this Request for Qualifications/Proposal must submit to the Town of Manchester six (6) copies of their Proposal no later than 4:00 p.m. March 8, 2018 to: HAND DELIVERY U.S. POSTAL MAIL DELIVERY Town of Manchester, Connecticut Town of Manchester, Connecticut Adam Tulin Adam Tulin Director of General Services Director of General Services Lincoln Center Lincoln Center 494 Main Street P.O. Box 191 Manchester, CT 06040 Manchester, CT 06045-0191 Submission packages are to be sealed and clearly marked (Architectural and Related Consultant Services for Elementary Schools Facilities Study). Packages or partial packages received beyond the listed time will not be opened and will not be considered. B. Content of Submission All respondents are required to submit the information detailed below. Responses shall be organized and presented in the order listed below to assist the Town in reviewing and rating the proposals. The Town reserves the right to reject responses which do not follow the format given, which may be deemed non-responsive. 1. Table of Contents - Table of contents to include clear identification of the material provided by section and number. 2. Letter of Transmittal - A letter of transmittal indicating the firm's interest in providing the service and any other information that would assist the Town in making a selection. This letter must be signed by a person legally authorized to bind the firm to a contract and must also affirm that the firm or their representative has made themselves knowledgeable of those matters and conditions in the Town which would influence this Proposal. 3. Executive Summary - Briefly describe the respondent, the approach to the project, staffing available and envisioned for the project, and respondent s capability to execute to the schedule while providing the services required. 4. Description of Firm and Consultants - Describe the respondent s organization. Specify the personnel (including years of experience in their current position, municipalities served and their roles providing these services) and equipment to be assigned to the project. Supply resumes of principal personnel and document the chain of command for these individuals as an appendix. Indicate contact person for the proposal, including email addresses and telephone numbers. 3

5. Qualifications - Respondent s shall provide a copy of the firm s State of Connecticut architectural license and background statement on the firm, discipline capabilities, principals, staff availability, location, and financial stability. Provide Federal GSA Standard Form 330 format to present qualifications and project experience of personnel. Responses to this RFQ/RFP that do not present experience on GSA SF330 format may be rejected from consideration. The Town reserves the right to contact these clients or organizations regarding the services performed by the firm as stated on the SF330. 6. Approach to the Project - Describe the respondent s approach to the project commencing with award of consultant s contract and concluding with punch-list and final documentation completion. Detail any specific data your firm would require from the Town to perform the work. Describe the anticipated role that the Town will play in this project. 7. Work Schedule- Provide a proposed schedule indicating major milestones for work accomplishment. Specific project work plan and completion dates to be determined with the Town upon contract execution with the selected firm. 8. Fee Proposals (Submitted in a separate sealed envelope). The fee proposal shall include estimated fees and total cost relative to the services they propose to provide as identified in the proposal. A separate listing of all reimbursable items must be included. Cost shall be a not to exceed total, inclusive of all reimbursable items. The fee proposals shall also identify what expenses are considered reimbursable and any multipliers the respondent intends to apply to actual expenses. The Town of Manchester, upon selection of a Firm, reserves the right to negotiate a revised Scope of Work and fee with the Firm. The Town of Manchester reserves the right to reject all proposals and re-solicit proposals for the Project through and until an award of the project and the execution of a formal, written agreement is negotiated and executed between the parties. VI. SELECTION PROCESS Interested consultants shall submit Statements of Qualifications to best communicate the respondent s ability to meet or exceed the requirements of the RFP and submit a fee proposal in a separate sealed envelope for the defined Scope of Services. The Selection Committee shall evaluate the Statements of Qualifications using the criteria in this RFP with due consideration of the respondent s pricing/fee proposal. Firms interested in being considered for this project shall clearly demonstrate recent experience with work of similar size and scope. The Town reserves the right to reject all proposals. Respondents agree as a condition of the Town accepting their submission that the award made by the Town of Manchester shall be final and conclusive and without recourse or appeal by the remaining firms. 4

VII. INQUIRIES Questions about this RFP may be directed to Adam Tulin, Director of General Services, by email gensvcs@manchesterct.gov or fax (860) 647-5206 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. 5

GENERAL PROVISIONS A. This request for proposal does not commit the Town of Manchester to award a contract or to pay any costs incurred in the preparation of a proposal to this request. The Town of Manchester reserves the right to accept or reject any or all proposals received as a result of this request, waive any informalities or technical defects in any proposal, to negotiate with the selected respondents, to extend the contract for an additional period, or to cancel in part or in its entirety the request for proposal, if it is in the best interests of the Town to do so. 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. B. Respondents are advised that any and all materials submitted in response to this RFQ/RFP shall become the sole property of the Town of Manchester and shall be subject to Freedom of Information requests after evaluation and award decisions have been made. C. 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. D. 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. E. 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. F. Selected consultants shall at its own expense and cost, obtain and keep in force, insurance per the attached limits during the duration of the project. Insurance coverage shall cover the consultant, all of its agents, employees, subcontractors and other providers of services. 1. Firms providing professional services must provide A., B., or C. below, along with the following: Professional Liability Errors and Omissions aggregate limit of liability $5,000,000. A. General Liability and Property Damage -- $2,000,000 aggregate $1,000,000 each occurrence 6

B. Workers Compensation as required by Connecticut State Statute C. Auto Liability and Property Damage -- $500,000 each occurrence $1,000,000 aggregate (necessary if automobiles/trucks are used by contractors) 2. The contractor/consultant agrees to indemnify and hold the Town of Manchester and its employees, agents and servants harmless against any act, injury or claim arising from or as a result of the services provided by that contractor/consultant. 3. All contractors/consultants are required to provide a certificate of insurance, naming the Town of Manchester as additional insured on coverage s A. and C. above. The contractor shall indemnify and hold harmless the Town of Manchester and their agents and employees from and against all claims, damages, losses, and expenses, including attorney s fee of counsel selected by the Town of Manchester, 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, 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 it is caused in part by a party indemnified hereunder. G. LIVING WAGE ORDINANCE The awarded consultant from this RFP is subject to provisions of the Town of Manchester Living Wage Ordinance. A summary description of the ordinance and the certification form is attached. Consultants 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. 7

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 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. The living wage is currently calculated to be $13.60/hour for employees that are provided comprehensive health care benefits, or $17.52/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. 8

- 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. 9

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. 10

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.

ATTACHMENT 1 AMERICAN INSTITUTE OF ARCHITECTS OWNER/ ARCHITECTURAL AGREEMENT