Economic Developement: Cleaning, Maintenance and Hospitality Services.

expired opportunity(Expired)
From: Manchester(City)
FY24-050-52

Basic Details

started - 06 Mar, 2024 (1 month ago)

Start Date

06 Mar, 2024 (1 month ago)
due - 18 Apr, 2024 (9 days ago)

Due Date

18 Apr, 2024 (9 days ago)
Bid Notification

Type

Bid Notification
FY24-050-52

Identifier

FY24-050-52
City of Manchester

Customer / Agency

City of Manchester
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

CITY OF MANCHESTER Economic Development Office One City Hall Plaza Manchester, NH 03101 REQUEST FOR PROPOSALS City of Manchester, New Hampshire For 12-month Pilot Program: Central Business Service District Cleaning, Maintenance, and Hospitality Services Proposals due by: April 18, 2024 4:00 P.M. (Eastern Standard Time) Bid Number: FY24-050-52 All inquiries for information should be directed to: Jodie Nazaka, Director of Economic Development Jnazaka@manchesternh.gov If proposals are mailed, or hand delivered, deliver to: The Office of Economic Development, One City Hall Plaza, Manchester, NH 03101 Attn: Jodie Nazaka, AICP, Director. mailto:Jnazaka@manchesternh.gov 2 1. Introduction and Overview 1.1. Purpose of the Request for Proposal The City of Manchester New Hampshire (“City”) is seeking proposals from highly qualified Contractors to operate a 12-month pilot
program starting on July 1, 2024 for a public space Street Team within the boundaries of the Central Business Service District (“CBSD”). Contractors are to provide professional cleaning, maintenance, safety, and hospitality services to CBSD. These services are intended to enhance the appearance, welfare, viability, and value within the District. The City seeks to enter into a one-year contract with the Selected Contractor, subject to the draft terms and conditions of the draft contract form attached, with an option to renew or expand services for a three-year term after successful completion of the pilot program. 1.2. About Manchester Manchester is a wonderful place to live, work, and play, boasting a convenient, central location, a strong economy with plenty of jobs, short commutes, and walkability plus easy access to the stunning surroundings that New England is known for. There’s something for everyone in Manchester. The last official US Census in 2020 recorded the population at 115,644. The composition of Manchester’s population is different from the typical population of New England states. There is an equal distribution across the five generation groups. With a median age of 36.0, Manchester is relatively young and continues to attract new, younger residents. Manchester continues to rank among Forbes Happiest Cities in America. The factors that keep the City in this enviable spot are access to green spaces, work/life balance, and residents feeling that they could achieve their professional goals. These factors helped influence other notable rankings, such as Manchester’s placement in the top 20 cities nationally with the highest net in-migration of millennials. US News & World Report placed Manchester at #43 on its “Best Places to Live in the US” based on five metrics: job market, value, quality of life, desirability, and net migration. 1.3. About the Central Business Service District (CBSD) The goal of the CBSD is to foster a vibrant, economically robust atmosphere in Manchester’s Downtown and Historic Amoskeag Millyard areas for businesses, residents, and visitors. To achieve this goal, the CBSD implements the programs outlined in this Request for Proposal (RFP), among others, to provide additional services aimed at improving safety and cleanliness throughout the District. These efforts are expected to elevate property values, cultivate a distinctive identity for the area, and provide a welcoming, secure environment for everyone in the District. It’s important to note that the services within the CBSD will complement, rather than replace, the foundational services currently offered by the City of Manchester. The District’s success is powered by the support of stakeholders, residents, businesses, employees, and an active 7-member advisory board. The CBSD is the engine for Downtown Manchester's ongoing transformation into one of the region’s great urban centers. 3 1.4. Budget The financial support for services provided by the Selected Contractor during the 12-month Pilot Program will come from two sources: a special tax assessment of the CBSD and funds from the American Rescue Plan Act (ARPA). This funding source requires that the Selected Contractor comply with certain conditions in the performance of services which will be identified in Attachment A: Award Terms and Conditions. The Selected Contractor shall abide by all applicable Federal, State, and Local laws, ordinances, regulations, rules, codes, standards and the like in the performance of these services. 2. Definitions 2.1. “Selected Contractor” refers to the Contractor under this RFP with which the City of Manchester, New Hampshire negotiates a contract. 2.2. “Pilot Program” refers to the 12-month program sponsored by the City to address cleaning and maintenance services in the public right of way in the Central Business Service District. If successful, The City will consider continuing the program through the Central Business Service District Special Tax Assessment. 2.3. “Contractor” refers to any individual, corporation, partnership or agency that responds in writing to this RFP. 2.4. “City” refers to the City of Manchester, New Hampshire; 2.5. “MEDO” refers to the Manchester Economic Development Office. 2.6. “Contract” is the resulting contract entered into between The City and the successful Contractor. 3. Scope of Work, Expectations, and Service Requirements This RFP features three (3) statements of work (Cleaning, Greening, Hospitality Services) to be deployed within the boundaries of the CBSD District. A map of the District boundary is included in Appendix B. Contractors must submit proposals for all three. It is the City’s preference to make one award unless it is in the City’s best interest to split the award among service providers. The Street Team provides hospitality, information and outdoor cleaning services year-round, between six to seven days a week, with coverage eight (8) hours a day. Staffing levels will be reduced from November 1 through March 31, reflecting the inability to perform activities such as power washing, weeding, and other “detail” work in winter. The City and the Selected Contractor will determine exact deployment schedules. Schedules may change throughout the life of the contract depending on changing circumstances. Weekday evenings and weekends may be priority times for Street Team members to be on the streets. At the direction the City, the selected company will be responsible for providing the following services: 3.1. Scope of Work Cleaning  Provide trash pickup to include regular manual cleaning patrols by Street Team of random litter and trash found along sidewalks, curb lines, alleyways, medians, and grassy areas within 4 the City rights-of-ways. [Please note that the City will provide daily collection of trash in designated City owned containers.]  Empty overflowing city-owned trash cans if city collection does not meet demand.  Provide full power washing from building line to curb line of sidewalks.  Provide graffiti removal services on buildings, signage, benches, utility poles, trash cans and other surfaces on an on call, as needed or directed basis. Graffiti is to be removed within an agreed upon time frame of request or notification.  Monitoring the condition of tree wells, removing trash, feces, and any non-organic material, and conducting light landscaping therein.  Conducting weekly light fixture and lamp audits, and reporting lights or other public amenities in need of service  Wiping down public furniture and fixtures.  Wiping trash receptacle tops and outer surfaces.  Removing hypodermic needles  Gum removal  On-demand spot cleaning - as assigned Greening  Maintain (water, fertilize, weed) installed plants throughout the season in planters and other designated areas in the District, to keep them healthy and thriving throughout the season.  Maintain tree pits throughout the District as needed to supplement city services, including weeding and installing mulch/gravel to protect tree health.  Provide additional seasonal weeding and plant removal in other areas throughout the District.  Leaf removal across the District will be carried out as required, with seasonal attention directed towards identified hot spot areas, as agreed upon. This approach will necessitate the use of proper leaf removal equipment to enhance efficiency and alleviate strain on the city resources. Hospitality  Provide hospitality services to visitors and residents including greeting pedestrians, providing directions, recommendations, and other assistance as necessary and serving as guides to the surrounding neighborhood.  Conduct business checks with small business along the District to ensure business concerns are captured and safety insights can be shared with law enforcement if necessary.  Provide hospitality services, as outlined above to the public during special events within the District such as Taco Tour, Cruising Downtown, Baseball Games, Art Festival, Parades, etc.  Identifying and reporting trip hazards in the pedestrian right-of-way or the street  Identifying and reporting access issues that impede pedestrian mobility, including strollers, wheelchair users, walkers and other mobility aids 3.2. Expectations  All Street Team members are expected to be approachable, friendly, knowledgeable, and proactive to assist the public, engage with business owners, employees, residents, visitors, etc.  It is understood that all employees are employed by and are the sole responsibility of the Selected Contractor. However, street Team members provide services on behalf of and are representatives of the City. 5  The Selected Contractor is required to provide digital reports weekly to the City’s Designee regarding all program activities.  The Street Team Manager will also interact face-to-face frequently with the CBSD Advisory Board, and City staff.  The Selected Contractor’s Street Team members will wear distinctive, easily recognizable uniforms with the City brand. The Selected Contractor will supply all components of the uniforms at its cost, which uniforms shall be approved by the City’s Designee. The Vendor will be responsible for ensuring the cleanliness of uniforms and the neat appearance of ambassadors. Vendor may not use City logo’s or branding except as authorized by the City’s Designee.  Street Team members will wear visible well-placed legible nametags.  Street Team members should be fully equipped with two-way radios, cell phones and/or other electronic communication devices for communicating in real-time with supervisors and the City’s Designee.  Street Team members will be equipped with an electronic device for the purpose of tracking personnel logistics and activity, with the understanding that a flexible approach will be warranted to enable the Street Team members to deal with existing conditions.  Street Team members will receive ongoing training from Selected Contractor.  Street Team members will be properly trained to collect and disposal of hypodermic needles. 3.3. Service Requirements Administration  Coordinate hiring, training, and ongoing management of Street Team, including all payroll and administrative services. Coordinate all deployment modifications, including but not limited to, the firing or reassignment of specific Street Team members. Data Collection and Performance Metrics  Collect performance metrics for all Street Team services and provide them to the City in reports delivered at regular intervals. All metrics will be agreed upon with the City’s Designee before Street Team deployment. (Examples of metrics might include, the number of community inquiries addressed, the number of requests for services answered, the number of business checks, the pounds of litter removed, the number of graffiti tags removed, the number of trashcans emptied, etc.) Employee Training  The Contractor shall provide details of its proposed training program (initial and ongoing), including topics, methods, schedule, instructors, roles, processes, procedures, etc.  The Contractor shall provide a copy of the Employee Handbook or Manual and copies of any safety policies. Training shall include, at a minimum, the following topics:  Communications (radio, cell phone);  Engagement with public: communication skills in English and other languages;  History and geography of district; historic sites; other major landmarks and attractions; restaurants and retailers;  Directions, restrooms, subway stations, cab stands, etc.;  Courtesy, routine, mediation, de-escalation;  Cleaning methods and schedule; equipment operation;  Cross-training of cleaning and safety personnel; 6  Incident Reports;  First aid and safety protocols (CPR, AED equipment, other);  Court testimony; and  Other safety training Facilities Contractor shall identify specific needs (by square footage with ideal location) for space for operations, including administrative, staff and storage needs. The contract will start upon signing of the agreement, but no later than July 1, 2024. Following the conclusion of the 12-month Pilot Program, the contract may be renewed or expanded upon based upon performance, for an additional three-year term with an option to renew, at the sole option of the City. Additional services, if requested, shall be negotiated at the time of extension. Note that the future opportunities for the Selected Contractor to provide may include additional cleaning, maintenance, safety, and hospitality services as agreed upon in the same or new areas or locations. 4. Proposal Requirements The following information should be included under the title “CBSD Cleaning, Maintenance, Safety, and Hospitality Services RFP”:  Name of Contractor  Contractor address  Contractor telephone number  Contractor federal tax identification number  Name, title address, telephone number, fax number, and email address of contact person authorized to contractually obligate the Contractor on behalf of the Contractor. 4.1. Introduction (transmittal letter) (Limit 2 pages)  A brief statement of the Contractor’s understanding of the scope of the work to be performed;  A confirmation that the Contractor meets the appropriate state licensing requirements to practice in the State of New Hampshire if applicable;  A confirmation that, if awarded the contract, the Contractor acknowledges its complete responsibility for the entire contract, including payment of any and all charges resulting from the contract;  Any other information that the Contractor feels appropriate;  The signature of an individual who is authorized to make offers of this nature in the name of the proper submitting the proposal. 4.2. Background and Experience (Limit 5 pages) Contractors should:  Describe Contractor’s firm by providing its full legal name, date of establishment, type of entity and business expertise, short history, current ownership structure and any recent or materially significant proposed change in ownership. 7  Describe any prior engagements in which Contractor’s firm assisted a governmental entity with any other projects relating to brand image. Contractor should include 3 -5 examples of work on similar projects as described in the Scope of Services. Contractor should provide the names, phone numbers, and emails of contact persons in the organizations for whom any projects referenced in this section were conducted. Contractor should include written references (letters or forms are acceptable) from previous clients attesting to the quality of work Contractor cites in this section.  Describe any issue the characteristics of which would be uniquely relevant in evaluating the experience of Contractor’s firm to handle the proposed project.  Describe any relevant specialized knowledge in providing Cleaning, Safety, and Hospitality services to municipalities and business improvement districts. 4.3. Financial Qualifications & Stability of the Firm (Limit 5 pages)  Financial Qualifications & Stability of the Firm (Limit 5 pages)  Financial soundness: Describe the financial soundness and stability of the firm.  Profitability: Has your firm or parent company been profitable each year for the past three years?  Financial report: Submit the most recent annual summary (1-3 pages) of the annual statements of financial conditions, including balance sheet, income statement, and statement of cash flows, with dates within the past twelve (12) months, along with the name, address, and telephone number of the firm(s) that prepared the financial statements. 4.4. Personnel/Professional Qualifications (Limit 5 pages) Contractors should:  Identify staff members who would be assigned to act for Contractor’s firm in key management and field positions providing the services described in Scope of Services, and the functions to be performed by each.  Include resumes or curriculum vitae of each such staff member designated above, including name, position, telephone number, fax number, email address education, and years and type of experience. Describe, for each such person, the relevant branding image projects on which they have worked.  Describe the Contractor’s ability to absorb the proposed Contract into its current volume of work.  Provide at least three recent client references, of which at least two (2) shall be branding and/or tourism-related. Include contract/service dates and contact information. 4.5. Cost Proposal (Limit 3 pages) Contractors are required to complete both a proposed budget and schedule, with a breakdown of costs associated with the various work elements.  Provide the firm’s general fee structure for providing identified services. Where applicable, provide unit prices for deliverable items described in the Scope of Services. Any final price per task will be subject to a cost reasonableness determination and final negotiation.  For tasks that lack a definable work product, provide fully-loaded hourly rates for responsible personnel. The estimate of costs and person hours per work item must be an exhibit in the consultant proposal and must be represented as a “cost not to exceed”.  Provide other pricing information if applicable. 8  City of Manchester is not liable for any cost incurred by any Contractors prior to the execution of an agreement or contract created as a result of this RFP. The City shall not be liable for any costs incurred by the selected consultant that are not specified in the contract 5. Submission Requirements 5.1. Contractor shall submit one (1) original paper copy and one (1) electronic copy. 5.2. The Contractor must submit the original paper copy to the address shown in the Proposal Submission Information section of the Cover Page of this RFP. 5.3. Original paper copy must be received by the Proposal Deadline Date/Time reflected on the Cover Page of this RFP. 5.4. A signed virus-free electronic copy must be submitted as follows:  The proposal must be transmitted electronically to the email address shown in the Proposal Submission Information section of the Cover Page of this RFP.  Electronic submissions must be received by the Proposal Deadline Date/Time reflected on the Cover Page of this RFP.  Proposals may be submitted in zip format.  Proposal submissions (whether in zip format or not) that exceed 10 MB will be submitted with multiple emails such that each email does not exceed 10 MB and modifying email subject line shown in the Proposal Submission Information section of the Cover Page of this RFP to include: Submission 1 of X (‘X’ representing the number of files being submitted). Proposals must be received in the above office by the specified time stated above. All proposals will be time-stamped when accepted. Faxed proposals will not be accepted. Proposals received after the deadline will be returned unopened. Contractors may be required to make presentations, if requested. A copy of your current certificate of insurance for professional liability. Statement of Conflicts of Interest (if any) the Contractor or key employees may have regarding these services, and a plan for mitigating the conflict(s). Note that the City of Manchester may, in its sole discretion, determine whether or not a conflict disqualifies a firm, and/or whether or not a conflict mitigation plan is acceptable. System for Award Management (SAM): Contractors should have a current registration in the System for Award Management (https://www.sam.gov/SAM/). Service provider and its Principals may not be debarred or suspended nor otherwise on the Excluded Parties List System (EPLS) in the System for Award Management (SAM). Include verification that the service provider as well as its principals are not listed (are not debarred) through the System for Award Management (www.SAM.gov). Enclose a printout of the search results that includes the record date. This clearance information should be included in the Contractors Proposal. The clearance in the Selected Contractor’s proposal must be re- verified prior to award. Federal awarding agencies may relax the timing of the requirement for active SAM registration at time of allocation in order to expeditiously issue funding. At the time of award, the requirements of 2 CFR § 200.206, Federal awarding agency review of risk posed by recipients, continue to apply. Current registrants in SAM with active registrations expiring between April 1, 2021 and September 30, 2021 will automatically be afforded a onetime extension of 180 days. (2 CFR § 25.110) 9 All information requested must be submitted. Failure to submit this information at time of bid will render the proposal non-compliant and will result in a disqualification. Each copy of the proposal must be in a single volume. Proposals must be prepared simply and economically, providing a straightforward, concise description of capabilities to satisfy the requirements of the RFP. Emphasis should be on completeness and clarity of content. The City is not responsible for the cost of proposals. 6. Finalist Oral Presentations (As Needed) Select Contractors may be invited to campus for presentations or discussions to better understand the proposal, the organization, and its relevant experience. Contractors may be required to make an in person or online presentation of their offer to clarify their proposals. If it is felt that such a presentation is needed, the Manchester Economic Development Office will schedule a time and place for the presentation. If presentations or discussions are conducted, selected Contractors should be prepared to discuss and substantiate any of the areas of the proposal submitted, as well as its qualifications to furnish the specified products and services. However, the City of Manchester reserves the right to award a contract based upon the proposals received without further discussion. 7. Site Visits / Walkthrough (Optional) In conjunction with the Manchester Economic Development Office, one-hour site visits to walk the District and see its layout and commercial establishments, are available during April. While having a site visit / walkthrough is optional, it is highly recommended. To schedule a site visit, please email Jodie Nazaka at jnazaka@manchesternh.gov and include “Site Visit Request” as the subject line. You will be contacted to schedule a mutually convenient date / time for the visit. 8. Selection Criteria All proposals will be evaluated for responsiveness to the RFP by a Selection Committee made up of representatives of The City and private sector partners 8.1. Scoring The City reserves the right to accept or reject any or all proposals. All proposals become the property of the City. The City shall evaluate and score each proposal in terms of:  Comprehensiveness and thoroughness of the proposal in demonstrating meeting or exceeding the RFP’s requirements. – 20 points  Demonstrated capabilities of the Contractor and how they fit City’s needs. – 25 points  Favorable references and past proven successful experience in providing similar services for a local or non-profit organization. – 10 points  Contractor’s price to perform the contract. – 20 points  Contractor’s proposed approach. – 15 points  Other relevant, optional services or benefits offered that may be judged to be of value. – 10 points Total = 100 Points mailto:jnazaka@manchesternh.gov 10 Upon receipt of submission the City team will review the application and determine a short list of finalists. To determine the finalists, a member of the City team may call representatives of the applications for clarification, information, or additional details. The Selected Contractor will be notified in writing if the City desires to negotiate a contract containing the terms in the RFP/proposal. If The City is unable to negotiate a satisfactory contract with the first Selected Contractor, the City may undertake negotiations with the next recommended Contractor. 9. Procurement Timeline 3/20/2024: RFP Issued 4/3/2024: Deadline for Questions 4/10/2024: Responses to Questions 4/18/2024: Written Proposal Deadline Early May: Presentations or Discussions (if conducted) Early-Mid May: Award Announcement May - June: Contractual Process July: Commencement of services begins 10. General Conditions Ownership of Subsequent Products: Any product, whether acceptable or unacceptable, developed under a contract awarded as a result of this RFP is to be the sole property of The City unless stated otherwise in the contract. Conformance with Statutes: Any contract awarded as a result of this RFP must be in full conformance with statutory requirements of The City of Manchester. Amending or Canceling: The City reserves the right to amend or cancel this RFP, prior to the due date if it is in the best interest of The City, or to correct inaccuracies resulting from clerical errors. Rejection for Misrepresentation: The City reserves the right to reject the proposal of any Contractor for misrepresentation. The resulting Contract may be modified only by written amendment, which has been executed and approved by the appropriate parties from The City and Selected Contractor. The City may terminate the Contract without cause by giving the Selected Contractor sixty (60) days written notice before the effective termination date. 11. Proposal Submittal Any questions or concerns regarding the RFP must be submitted in writing (email preferred) to: Jodie Nazaka, AICP jnazaka@manchesternh.gov by April 4, 2024 no later than 4 pm EST. mailto:jnazaka@manchesternh.gov 11 Contractors are expected to raise any questions, exceptions, or additions they have concerning the RFP document prior to the submittal deadline. All questions submitted and any answers provided will be made available to all other interested parties. If a Contractor discovers any significant ambiguity, error, conflict, discrepancy, omission, or other deficiency in this RFP, the Contractor should notify the above-named individual and request modification or clarification of the RFP. Contractor may be asked to participate in interviews with the Selection Committee to further explain or clarify their proposals. Every reasonable attempt will be made to schedule each interview at a time and location that is agreeable to all parties. Failure to interview on the date scheduled may result in rejection of the proposal. Contractor may withdraw a proposal in writing at any time up to the proposal closing date and time. If a proposal is withdrawn before the proposal due date, the Contractor may submit modifications or another proposal at any time up to the proposal closing date and time. All proposals shall become the property of the City at the proposal closing date and time. 12. City Reservation of Rights The City reserves the right to accept any proposal, in whole or in part, to negotiate further regarding any terms of the proposal to achieve the best proposal as determined by the City at its sole discretion, and to reject any or all proposals for any reason whatsoever, should it be deemed in the best interests of the City to do so. Negotiation, if undertaken by the City, is intended to result in a contract that is deemed by the City, in its sole discretion, to be in the City's best interests. Any such negotiations will use the selected proposal as a basis to reach a final agreement. Any and all such negotiations shall be binding upon the selected Contractor. The City reserves the right to include in the contract for services other terms and conditions not specifically set forth here, including, but not limited to, terms and conditions required by funding sources and additional work which may be identified subsequent to the starting date of the contract. The City reserves the right to waive or disregard any informality, irregularity, or deficiency in any proposal received. Any and all expenses incurred by the Selected Contractor shall be the Contractor’s responsibility. The City disclaims responsibility for any errors in the attached material or material obtained from the City's website. 12 ATTACHMENT A AWARD TERMS AND CONDITIONS The Award Terms and Conditions of the SLFRF financial assistance agreement sets forth the compliance obligations for recipients pursuant to the SLFRF statute, the Uniform Guidance, Treasury’s final rule, and applicable federal laws and regulations. Recipients should ensure they remain in compliance with all Award Terms and Conditions. These obligations include the following items in addition to those described above: 1. SAM.gov Requirements. All eligible recipients are required to have an active registration with the System for Award Management (“SAM”) (https://www.sam.gov) pursuant to 2 CFR Part 25. To ensure timely receipt of funding, Treasury has stated that NEUs who have not previously registered with SAM.gov may do so after receipt of the award, but before the submission of mandatory reporting.1 2. Recordkeeping Requirements. Generally, your organization must maintain records and financial documents for five years after all funds have been expended or returned to Treasury, as outlined in paragraph 4.c. of the Award Terms and Conditions. Treasury may request transfer of records of long-term value at the end of such period. Wherever practicable, such records should be collected, transmitted, and stored in open and machine-readable formats. Your organization must agree to provide or make available such records to Treasury upon request, and to the Government Accountability Office (“GAO”), Treasury’s Office of Inspector General (“OIG”), and their authorized representative in order to conduct audits or other investigations. 3. Single Audit Requirements. Recipients and subrecipients that expend more than $750,000 in Federal awards during their fiscal year will be subject to an audit under the Single Audit Act and its implementing regulation at 2 CFR Part 200, Subpart F regarding audit requirements. https://www.whitehouse.gov/omb/office-federal-financial-management/ Recipients and subrecipients should consult the Federal Audit Clearinghouse to see examples of Single Audit submissions.2 Note that the Compliance Supplement provides information on the existing, important compliance requirements that the federal government expects to be considered as a part of such audit. The Compliance Supplement is routinely updated, and is made available in the Federal Register and on OMB’s website: 4. Civil Rights Compliance. Recipients of Federal financial assistance from the Treasury are required to meet legal requirements relating to nondiscrimination and nondiscriminatory use of Federal funds. Those requirements include ensuring that entities receiving Federal financial assistance from the Treasury do not deny benefits or services, or otherwise discriminate on the basis of race, color, national origin (including limited English proficiency), disability, age, or sex (including sexual orientation and gender identity), in accordance with the following authorities: Title VI of the Civil Rights Act of 1964 (Title VI) Public Law 88-352, 42 U.S.C. 2000d-1 et seq., and the Department's implementing regulations, 31 CFR part 22; 1 See flexibility provided in https://www.whitehouse.gov/wp-content/uploads/2021/03/M_21_20.pdf. 2 For-profit entities that receive SLFRF subawards are not subject to Single Audit requirements. However, they are subject to other audits as deemed necessary by authorized governmental entities, including Treasury and Treasury’s OIG. 13 Section 504 of the Rehabilitation Act of 1973 (Section 504), Public Law 93-112, as amended by Public Law 93-516, 29 U.S.C. 794; Title IX of the Education Amendments of 1972 (Title IX), 20 U.S.C. 1681 et seq., and the Department's implementing regulations, 31 CFR part 28; Age Discrimination Act of 1975, Public Law 94-135, 42 U.S.C. 6101 et seq., and the Department implementing regulations at 31 CFR part 23. In order to carry out its enforcement responsibilities under Title VI of the Civil Rights Act, Treasury will collect and review information from recipients to ascertain their compliance with the applicable requirements before and after providing financial assistance. Treasury’s implementing regulations, 31 CFR part 22, and the Department of Justice (DOJ) regulations, Coordination of Non-discrimination in Federally Assisted Programs, 28 CFR part 42, provide for the collection of data and information from recipients (see 28 CFR 42.406). Treasury may request that non-tribal recipients submit data for post- award compliance reviews, including information such as a narrative describing their Title VI compliance status. As explained in Treasury FAQ 12.1, the award terms and conditions for Treasury’s pandemic recovery programs, including the SLFRF program, do not impose antidiscrimination requirements on Tribal governments beyond what would otherwise apply under federal law. 14 ATTACHMENT B MAP OF CENTRAL BUSINESS SERVICE DISTRICT (CBSD) CA NA L S T BE DF OR D ST RONALD ST GAS ST EL M ST PH ILL IPP E C OT E S T MULSEY ST N. ST AT E S T PAYSON ST S C OM ME RC IAL ST SO UT H BE DF OR D ST CA NA L S T W. CENTRAL ST GRANITE ST GRANITE ST BRIDGE WAUMBEC ST TEXTILE CT PLEASANT ST W MERRIMACK ST MIDDLE ST MARKET ST HOLLIS ST GROVE ST MERRILL ST WI LL OW S T N BE DF OR D ST W. SAGAMORE ON R AM P N CO MM ER CI AL S T CA NA L S T NOTRE DAME BRIDGE DOW ST LANGDON ST CA NA L S T W BROOK ST W PENNACOOK ST MU NG AL LS S T STARK ST PL AZ A D R AR MS ST CO MM ER CI AL ST AMOSKEAG BRIDGE BA Y S T NORTH ST W NORTH ST RI VE R RD W NO RT H CT EL M ST W SALMON ST AMOSKEAG BRIDGE SALMON ST ORANGE ST PEARL ST HARRISON ST PROSPECT ST MYRTLE ST BRIDGE ST SPRING ST HIGH ST LOWELL ST CONCORD ST AMHERST ST HANOVER ST MANCHESTER ST MERRIMACK ST MECHANIC ST STARK ST FRANKLIN ST KOSCIUSZKO ST PLEASANT ST CENTRAL ST LITCHFIELD LN LAKE AVE OLD GRANITE ST DEPOT ST CEDAR ST FRANKLIN ST AUBURN STW AUBURN ST HAYWARD ST CALEF RD STERLING AVE WELCH AVE McILVIN ST CHENEY PL BROWN AVE JEFFERSON ST HANCOCK ST VERNON ST HA MI LT ON S T QUEEN CITY BRIDGE QUEEN CITY AVE PIN E ST CH ES TN UT S T VALLEY ST Central Business Service District Includes expansion area approved in June 2008 Map prepared by City of Manchester Planning & Community Development Department (D. Beauchesne) June, 2008 °0 970 1,940485 Feet

Manchester, NH 03101 United StatesLocation

Address: Manchester, NH 03101 United States

Country : United StatesState : New Hampshire

You may also like

NEW YORK REGIONAL OFFICE SUPPLEMENTAL CLEANING CONTRACT

Due: 31 Aug, 2025 (in 16 months)Agency: CONSUMER FINANCIAL PROTECTION BUREAU