Start your 7-day free trial — unlock full access instantly.
← Back to Search1 CLAUSES FOUND99 CLAUSES FOUND1 CLAUSES FOUND
Lead Closed
This opportunity is no longer accepting submissions.
Bids, RFQs, RFPs Archive
BID #: N/A
ISSUED: 3/20/2026
DUE: TBD
VALUE: TBD
55
Rating
Risk Rank
Red Risk
AI-Powered Lead Insights
Executive Summary
The provided agenda pertains to the Gloucester Township Council meeting scheduled for March 23, 2026. Key items include second readings and public hearings for Ordinance O-26-07 amending the code related to vehicle traffic and Ordinance O-26-08 authorizing capital improvements and equipment acquisitions. Additionally, there is a first reading for Ordinance O-26-09 concerning improvements for the sewer utility system. The meeting will also feature a presentation recognizing 'Women Who Make a Difference' and include consent agenda items related to bill payments, refunds, and resolutions.
Web Content
Follow GloTwp facebook twitter instagram flickr Menu I Want To: Gloucester Township > Information > Doing Business with Gloucester Township > Bids, RFQs, RFPs Archive Bids, RFQs, RFPs Archive Posted on April 13, 2016 by webdevral RFP/RFQ for Substance Abuse Advocate May 2014 Specification for the purchase of pumps and filters for the Gloucester Township pool May 2014 Goods and services bid packet – lawn services May 2014 Specifications for the purchase of 2014 dodge 2500 pickup or equal April 2014 Specifications for the purchase of 2014 F550 3 Yard Dump Truck or equal April 2014 Specifications for the purchase of 2014 25 yard leaf vacuum April 2014 Specifications for the purchase of 2014 9-yard chassis and dump body April 2014 Specifications for the purchase of 20 Yard Refuse Truck April 2014 Specifications for the purchase of lighting for Community Park April 2014 Specifications for the purchase of Leeboy RA-400 Spray Patcher Truck or equivalent April 2014 Specifications for the purchase of AWD Police Pursuit Utility Vehicles March 2014 Specifications for 1550-D Super Paver or Equivalent March 2014 Notice for ESP Third Party Verification Bid Feb 2014 RFP for Professional Grant Consulting Services Community Development Block Grant/Home Programs Feb 2014 Public Notice to bidders for Cherrywood Road Improv. Program Jan 2014 RFP for Excess Workers Comp 2014 Dec 2013 RFQs for Professional Services Dec 2013 Specifications for Snow Removal Contractors 2013 Notification to bidders – snow removal contractors 2013 Nov 2013 Specficiations for Traffic Control Maintenance (Excluding relamping) July 2013 Specifications for the purchase of surveillance cameras for Veterans’ Park June 2013 Specifications for the three year radio maintenance contract for the Township of Gloucester June 2013 Request for proposals for professional grant consulting services community development block grant/ home programs June 2013 Notice to Bidders – Laurelwood Estates Punchlist Repairs July 2013 Notice to Bidders for Brokerage of Services for Provision of Employee Benefits Package June 2013 RFQ Brokerage of Services for Provision of Employee Benefits Package for Medical/Prescription/Dental/Vision Coverage June 1013 Notice to Bidders – Road Improvement Program 2013 May 2013 Notice to Bidders – Thorny Lane Erosion Protection May 2013 Notice for Requests for Qualifications for Insurance Broker Services for General Liability/Property Casualty May 2013 Requests for Qualifications for Insurance Broker Services for General Liability/Property Casualty May 2013 Specifications for the purchase of 2013 Caterpillar 299D Multi-Terrain Loader or Equivalent for the Township of Gloucester May 2013 Notice for Request for Proposals / Request for Qualifications Purchase of Block 12301, Proposed Lot 4.01 and Development of 75 Units of Managed Affordable Senior Housing May 2013 RFP-RFP for Purchase of Block 12301, Proposed Lot 4/01 and Development of 75 Units of Managed Affordable Senior Housing May 2013 Specifications for Purchase of AWD Police Pursuit Utility Vehicles April 2013 Good and Services Bid Packet April 2013 Notice to bidders – Cherrywood Drainage Improvements Phase 2 April 2013 Specifications for 20 Yard Packer February 2013 Specifications for 1 Seven-Yard Dump Truck with Plow and Spreader February 2013 Bid Specifications for Landscape Maintenance Program February 2013 Notice to Bidders – Drainage Improvements at Wash-Out Portion of Bike Path February 2013 Notice to Bidders – Purchase of One Armored Rescue Vehicle February 2013 Notice to Bidders – THIRD PARTY ADMINISTRATION OF SELF FUNDED WORKERS COMPENSATION January 2013 RFQ – Municipal Architect January 2013 RFQ – Municipal Land Use Attorney January 2013 Notice to bidders – Cherrywood Road Improvement Program January 2013 Specifications for Roof Restoration and Bat Remediation at Gabreil Daveis Tavern / Marshall Addendum #1 / Marshall House Addendum #2 / Marshall House pre-bid meeting minutes / Gabreil Daveis Tavern Addendum #1 / Gabreil Daveis Tavern Addendum #2 / Gabreil Daveis Tavern pre-bid meeting minutes December 2012 Specifications for Stabilization of Robert Marshall House December 2012 Notice to Bidders for Excess Worker’s Compensation RFP – Excess Workmen’s Compensation December 2012 Professional Services RFQ 2012 December 2012 Kiwanis Baseball Field Clubhouse Renovation November 2012 RFP for Emergency Medical Services; Notice to Bidders November 2012 Notice to Bidders regarding Installation of the Energy Savings Improvement Program for Township of Gloucester & Black Horse Pike Regional School District, Gloucester Township October 2012 Notice to Bidders regarding the Lighting Upgrades & Controls for the Black Horse Pike Regional School District, Gloucester Township October 2012 Snow Removal Notice to Bidders October 2012 GLOUCESTER TOWNSHIP – JOINT SOLAR PROJECT – Addendum No. 1 October 2012 Public Notice – Gloucester Township Joint Solar Project – NOTICE OF ADDENDUM No. 1 October 2012 Notice to bidders 2012 Road Improvement Program September 2012 FY2012 NJDOT Trust Fund Resurfacing of Garwood Road – Phase I August 2012 Power Purchase Agreement (PPA) for Solar Photovoltaic Facilities with the Township of Gloucester, Gloucester Township Public School District, and Black Horse Pike Regional School District Gloucester Township, New Jersey August 2012 Bid notice for Installation of the Energy Saving Improvement Program for the Township of Gloucester and Black Horse Pike Regional School District July 2012 Specifications for the purchase of seven (7) yard replacement dump body with spreader for truck #44 July 2012 Specifications for the purchase of thirty (30) yard new 2013 Caterpillar CT660S, or approved equal tri axle truck with plow July 2012 RFQ – Municipal Architect March 2012 RFP/RFQ Replacement of Phone System and Carrier Services March 2012 Contract for the provisions and performance of “Municipal Court Debt Collection” March 2012 RFP – Purchase of Block 14102 Lot 17 and Development of of up to 100 Units of Managed Affordable Family Housing February 2012 Specification For The Purchase Of AWD Police Pursuit Utility Vehicles January 2012 RFP – Professional Services RFP – Professional Services – Schedule “B” December 2011 RFP/RFQ – Banking Services November 2011 RFP/RFQ Independent Third Party Verification of an Energy Savings Plan August 2011 Power Purchase Agreement (PPA) for Solar Photovoltaic Facilities with the Township of Gloucester, Gloucester Township Public School District, and Black Horse Pike Regional School District August 2011 RFQ Department of Community Development and Planning – Planning Board Attorney, Planning Board Conflict Engineer, Planning Board Engineer August 2011 Gloucester Township Join Solar Project Responses to Requests August 2011 Gloucester Township Join Solar Project Addendum No. 5 File 1 & File 2 August 2011 Gloucester Township Join Solar Project Addendum No. 4 File 1 & File 2 August 2011 Gloucester Township Join Solar Project Addendum No. 3 File 1 & File 2 August 2011 Gloucester Township Joint Solar Project Addendum No. 2 File 1 & File 2 July 2011 Gloucester Township Joint Solar Project Addendum No. 1 File 1 & File 2 July 2011 Owens Corning Solar Project RFP July 2011 Specifications for the Purchase of Renovation of Kiwanis Ballfield Club House June 2011 Specifications for Purchase of Temperature Control System (TCS) and Facility Management Control System (TMCS) June 2011 Explore more Video Contact Us Social Media About Gloucester Township ‹ Links Doing Business with Gloucester Township › Posted in Business Blackwood 81 ° broken clouds humidity: 47% wind: 5mph N H 81 • L 68 81 ° Thu 78 ° Fri 80 ° Sat Weather from OpenWeatherMap GT Works GTWorks March 19, 2026.pdf (2.1 MB) GTWorks March 12, 2026 (2.0 MB) GTWorks March 5, 2026 (3.7 MB) GTWorks February 26, 2026 (1.6 MB) Seasonal Report Fall 2025 Seasonal Report (2.9 MB) Popular Links Gloucester Township Code Book Current Meetings Bond Ordinance O2608 Revised | Published: 03/09/26 Council Meeting Agenda 03/23/26 | Published: 03/20/26 MRD Gloucester Final Major Site Plan Review 03/06/26 | Published: 03/06/26 PBA_032426-MEETING CANCELLED | Published: 03/17/26 Planning Board 031926-Session Cancelled | Published: 03/17/26 Zoning Board Agenda 03/25/26 | Published: 03/17/26 Location: Gloucester Township Municipal Building 1261 Chews Landing-Clementon Rd., Laurel Springs, New Jersey 08021 856-228-4000 Text HELLO to CITIBOT 856-644-6414 Quick Links Contact The Mayor’s Office Phone: 856-374-3514 Email: mayor@glotwp.com Meet My Elected Officials Report A Pothole Report a Street Light Outage View & Pay My Taxes Gloucester Township Code Book Make A Call Emergencies – 911 Non-Emerg. Police – 856-228-4500 Municipal Building – 856-228-4000 Public Works – 856-228-3144 Construction – 856-374-3500 Recreation – 856-435-5734 GTGSD (Recycling) – 856-227-8666 Trash Collection – (862) 902-5045 Apply For Job Opportunities Marriage License Permits Follow GloTwp facebook twitter instagram flickr © 2026 Gloucester Township ↑ Gloucester Township Legal Notices Departments Police Fire Departments Public Works GTSUD-Gloucester Township Sewer Utility Department Municipal Clerk Tax & Finance Office Vital Statistics Municipal Assessor Code Enforcement Community Development and Planning Elected Officials Recreation Preschool Youth Day Camps Youth Programs Adult Programs Senior Programs Pools & Parks Trips & Discount Tickets Sports Field Of Dreams Back Department of Law Municipal Court Boards & Commissions Back Services Trash Collection Public Utilities New Jersey Government Energy Aggregation Fire Districts Senior Services GT EMS Services Senior Bus Schedule Back Information About Gloucester Township GT Works Weekly Newsletter New Residents History of Gloucester Township, NJ Real-Time Solar Energy Generation Single Stream Recycling Information Job Opportunities Downloads Video Live GT Citizens Access (EGov) Social Media Back Community Schools in Gloucester Township, NJ Churches Groups & Organizations Library Parks & Playgrounds Back Doing Business with Gloucester Township Bids, RFQs, RFPs Archive Back Live GT Citizens Access (EGov) Economic Development GT Business Analytics Tool Events Calendar Latest News Gloucester Township Code Book Download the Fall 2025 Seasonal Report On The Air with Mayor Mayer – Official Gloucester Township Podcast Links Sustainable Gloucester Township GO Local Business Directory Back Contact Us I Want To: Contact The Mayor’s Office Phone: 856-374-3514 Email: mayor@glotwp.com Back Meet My Elected Officials Report A Pothole Report a Street Light Outage View & Pay My Taxes Gloucester Township Code Book Make A Call Emergencies – 911 Non-Emerg. Police – 856-228-4500 Municipal Building – 856-228-4000 Public Works – 856-228-3144 Construction – 856-374-3500 Recreation – 856-435-5734 GTGSD (Recycling) – 856-227-8666 Trash Collection – (862) 902-5045 Back Apply For Job Opportunities Marriage License Permits Back
Document Text
--- Document: RFP/RFQ for Substance Abuse Advocate ---
PROFESSIONAL SERVICES CONTRACTS TO BE AWARDED BY ESTABLISHED
QUALIFICATION CRITERIA
The Township of Gloucester solicits statements of qualifications for applicants for appointment to the
following professional position – Professional Substance Abuse Advocate for the Gloucester
Township Court and the Gloucester Township Police Department. Responses should address the
general criteria and mandatory minimum criteria for the position sought. All responses will be treated
as confidential and reviewed only by the governing body, unless otherwise required by law.
Responses must be received in the Office of the Township Clerk, P.O. Box 8, 1261 Chews Landing
Road, Blackwood, NJ 08012, no later than 12:00 PM Wednesday May 28, 2014. The Township
requires two copies of each response as well as one response on disc. All responses shall be opened
and announced publicly, immediately thereafter by the Township Clerk or her representative.
Responses will be reviewed by the governing body. All appointments will be announced at a public
meeting. Unless otherwise noted appointments shall be for the remainder of the calendar year - 2014
and subject to the execution of an appropriate contract
Township of Gloucester
RFQ/RFP Substance Abuse Advocate
Professional Substance Abuse Advocate for the Gloucester Township Municipal Court and the
Gloucester Township Police Department.
The Township of Gloucester is seeking proposals from qualified licensed professionals to
provide information only regarding substance abuse treatment programs and services to
defendants in Municipal Court as well those who are referred by members of the Gloucester
Township Police Department. The selected professional shall provide the minimum services to
“clients”, the Township of Gloucester, and the Gloucester Township Municipal Court as set forth
below. A client shall include any defendant in the Municipal Court who may need information
regarding substance abuse care, or any person seeking information regarding substance abuse
care for him or herself or for another person from the Gloucester Township Police Department or
another police agency.
The selected service provider shall provide the minimum services:
1. An advocate who will:
a. Provide information regarding available substance abuse services to clients in
Camden County and the surrounding geographical area.
b. Collect client demographic information in an effort to assist in determining available
resources and funding options.
c. Utilize nationally practiced evidence based screening tools to determine if clients are
in need of an in depth assessment. Such screening shall include, but are not limited to,
the use of the CAGE, CASSIE, and MAST screening tools.
d. Act as a communication link and advocate between the court and the client to include
tracking the client care from the intake process to completion whenever possible.
e. When requested and if directed by the Chief of Police, coordinate or assist with
development and facilitation of a support group for loved ones of those suffering
from addiction.
2. The selected service provider must have the following qualifications at a minimum:
a) Provide the advocate who must have a minimum of a Bachelor’s degree.
b) Provide the advocate who must be licensed as a Certified Drug and Alcohol
Counselor by the State of New Jersey
c) Provide the advocate who must have a minimum of one year experience as a service
provider in “Drug Court” of the Superior Court of the State of New Jersey
d) As an agency, possess knowledge about the funding resources that are available to
clients.
e) Experience in taking demographic information so that they may assess the clients
finance, living situation, and legal problems so that they may better connect client
with the funding streams that are available.
f) Possess working knowledge regarding services that are available through the state
to help people that are in need of substance abuse treatment. This will include
knowing the intake numbers of residential and outpatient programs so that they
may link client to the services that best suits their needs.
g) Be proficient in using evidence based screening tools so that they may be able to
know if clients are in need of a more in depth assessment. This is using but not
limited to using the CAGE, CASSIE and MAST.
h) As an agency have a minimum of three years experience as a service provider with
“Drug Court” of the Superior Court of the State of New Jersey.
i) As an agency have experience in case management - i.e., going through the process
of getting clients into treatment and navigating through the referral process and
having the information ready for the referral agency.
j) Have the ability to coordinate the communication between the courts and the
treatment providers.
k) Have the ability to track client care from the intake process to completion.
Scope of Services:
The provider will deliver such services for a total of between 200-600 hours per year averaging
6-12 hours per week and will provide the hourly rate for delivering such services. Exact hours
will be determined by the Chief of Police in consultation with the Gloucester Township
Municipal Court. The scope of services and payment for such services by the Township of
Gloucester shall be limited solely to advocacy and not substance abuse or mental health
treatment.
--- Document: Specification for the purchase of pumps and filters for the Gloucester Township pool ---
MAYOR
SPECIFICATIONS FOR THE PURCHASE OF
PUMPS AND FILTERS FOR THE GLOUCESTER TOWNSHIP POOL
FOR THE TOWNSHIP OF GLOUCESTER
COUNTY OF CAMDEN
BUSINESS ADMINISTRATOR
BID OPENING DATE: May 14, 2014 @ 10:00 AM
SPECIFICATIONS # P.W.: 14-09A
DEPARTMENT HE
TMENT HEAR
SOLICITOR
TOWNSHIP OF GLOUCESTER, CAMDEN COUNTY
NOTICE TO BIDDERS
NOTICE is hereby given that sealed proposals for the:
PUMPS AND FILTERS FOR GLOUCESTER TOWNSHIP POOL
BID SPECIFICATION NUMBER: PW: 14-09A
will be received no later than 10:00 am prevailing time on May 14, 2014, at the Municipal
Building, Chews-Clementon Road, Chews Landing, New Jersey
PROPOSALS must be addressed to the Township Council, PO Box 8, Blackwood, New Jersey,
08012 and will be opened and read publicly at the above time and date, and should be in a sealed
envelope marked:
PUMPS AND FILTERS FOR GLOUCESTER TOWNSHIP POOL
DO NOT OPEN UNTIL: May 14, 2014@ 10:00AM
PROPOSAL forms, instructions to bidders, specifications and other bidding documents may be
examined or obtained at the office of the Township Clerk, 1261 Chews Landing Road, Laurel
Springs, New Jersey, during normal business hours.
The Township Council reserves the right to reject any or all proposals in whole or in part, and to
waive such informalities as may be permitted by law.
BIDDERS are required to comply with the requirements of P.L. 1975, Chapter 127, and P.L.
1977, Chapter 33.
Information on Affirmative Action Program requirements is available at the office of the
Township Clerk, Municipal Complex, Chews-Clementon Road, Laurel Springs, New Jersey.
Rosemary DiJosie
Township Clerk
BID PROPOSAL FORM
(Contract Title and Bid Number, if applicable)
(Description of goods/services being bid)
The undersigned proposes to furnish and deliver the above goods/services pursuant to the bid
specification and made part hereof:
Amount in words
$
Amount in numbers
Company Name
Address
Signature of Authorized Agent
Title
Telephone Number
Date
Federal I.D. # or Social Security #
Type or Print Name
PROPOSAL FORM/SIGNATURE PAGES
To:
Township Council
Gloucester Township
1261 Chews Landing Road
Laurel Springs, NJ 08021
Council:
Date:
This proposal is submitted in accordance with your advertisement inviting proposals to be received
for the project identified as:
Having carefully examined the "Advertisement for Bids:, Bidding Instruction", General Clauses",
"Plans", etc. hereinafter, bulletins applying thereto, and being familiar with the various conditions
affecting the work, the undersigned hereby agrees to furnish all materials, perform all labor, and all
else necessary to complete the work in strict accordance with the specifications for prices as follows:
In case this proposal is accepted, the undersigned is hereby bound to enter into contract within
ten(10) days after receipt of notice of acceptance for above mentioned work, in accordance with such
specifications.
day
(Type or Print Name)
2
Subscribed and Sworn
before me this
of
Notary public of
My commission expires
(Seal)
Signature
INSTRUCTIONS TO BIDDERS
NO DEPOSIT OR FEE IS REQUIRED FOR SPECIFICATIONS
QUALIFICATIONS OF BIDDERS
All bidders must be prepared to present suitable evidence of their financial standing and to furnish
a list of similar work recently completed.
No verbal instructions or information to bidders will be binding. The specifications will be
considered as clear and complete unless written attention is called to any discrepancies or
incompleteness before the opening of bids. Should any written inquiries be received by the Business
Administrator, these inquiries will be answered in the form of bulletins and issued to all bidders.
These bulletins shall be considered a part of these specifications.
Bids will be considered as conclusive evidence of complete examination of specifications and
samples. It is understood that parties making bids accept all the terms and conditions expressed and
contained in the specifications attached to the proposal submitted.
A proposal Form/Signature Page is provided in these specifications. This form must be used in
submitting a proposal and all pages of the form must be completely filled out and signed by the
bidder.
PRESENTATION OF BIDS
Each bid must be enclosed in a sealed envelope and clearly marked on the outside:
"BID PROPOSAL
"(see advertisement, page 1), and delivered to the Office of the
Township Clerk, 1261 Chews Landing Rd., Laurel Springs, New Jersey 08021.
WITHDRAWALS
No proposal may be withdrawn later than 4:30 p.m. prevailing time on the day of the opening of the
bids. No modifications or explanations of any bid will be allowed after the same is sealed and
delivered to the Township Clerk. The proposals will be opened and read publicly by the Township
Council.
The Township Council reserves the right to reject any or all bids or parts thereof as deemed to be in
the best interest of the Township and to waive any immaterial informalities as may be permitted by
law.
FORM OF CONTRACT
The successful bidder will be required to execute a written contract with the Township Council
within ten(10) days after notice of the acceptance of their proposal.
BID BOND
Each bid shall be accompanied by a certified check, cashier's check or bid bond duly executed by
the bidder as the principal and having as surety thereon a surety company approved by the
Township of Gloucester in the amount not less than ten percent (10%), but in no case in excess
of $20,000.00 or the amount of bid. Any such bid bond shall be without endorsement or
conditions. Bid shall also be accompanied with a certificate letter from a surety company stating
that it will provide the bidder with the completion bond.
SURETY BOND
The successful bidder will be required to furnish a surety bond in the amount of one hundred
percent (100%) of the contract price, the condition of which shall be in the full and complete
execution and performance of each and all of the terms contained in the contract, proposal,
specifications and instructions to bidders. The bond shall meet all requirements of the Township
Council.
NOTE: Surety bond is automatically required when the contract price exceeds nine hundred
ninety nine dollars and ninety nine cents, ($999.99); when the contract price is under $999.99,
surety bond may be required by the Township Council if they deem it necessary and in the best
interest of the Township.
Entire cost of bond(s) shall be paid for by the individuals, firms, or corporations with whom the
contract(s) are entered into for the execution of any other purchases, or the furnishing or hiring of
any materials or supplies.
WE ARE WAIVING
THE REQUIREMENT FOR A
SURETY BOND
NOT THE BID BOND
WHICH IS LOCATED ON
PAGE 7
CONSENT OF SURETY
A performance bond will be required from the successful contractor on this project, and
consequent, all bidders shall, with their bid, a certificate in substantially the following form:
TO:
(Owner)
RE:
(Contractor)
(Project Description)
This is to certify that the
(Surety Company)
will provide to
(Owner)
a performance bond
in the full amount of awarded contract in the event that said contractor is awarded a contract for
the above project.
(CONTRACTOR)
(Authorized Agent of Surety Company)
Date:
CERTIFICATE OF SURETY MUST BE SIGNED BY AN AUTHORISED AGENT
OR REPRESENTATIVE OF A SURETY COMPANY AND NOT BY THE
INDIVIDUAL OR COMPANY REPRESENTATIVE SUBMITTING THE BID.
SPECIFICATIONS
These specifications are intended to cover the furnishing of all materials and the performance of all
work that may be required or necessary for the complete compliance of the contract and the
contractor will be required to do all things. Where plans, drawings or schematics accompany certain
sections of the specifications, these shall be considered as a part of these specifications.
NTERPRETATIONS OF SPECIFICATIONS
Should the contractor discover discrepancies in the specifications, the matter shall be immediately
brought to the attention of the Township of Gloucester and the discrepancies corrected by written
agreement before preceding further.
All explanation, interpretations and instructions required under these specifications will be given by
the Township upon written request from bidders.
Equipment to be furnished (if applicable) shall be new, first-class, or as specifically stipulated in the
detailed specifications and shall meet with the approval of the Township Council or their designated
representative.
All equipment if applicable, shall conform to the requirements of these specifications and any
equipment rejected by the Council as not complying with these specifications shall be immediately
removed and replaced with acceptable equipment.
EXTRA WORK
No extras or additional work will be allowed or paid for unless such extras or additional work is
ordered in writing by the Township and the price fixed and agreed before such work is performed.
ADDITIONS OR DEDUCTIONS
The Council of the Township of Gloucester shall have the right, without invalidating the contract,
to make additions to or deductions from the work covered by these specifications and in case such
deductions in cost shall be made between the Council and the contractor, but must be agreed to in
writing.
PROTECTION BY CONTRACTOR
The contractor agrees to indemnify and save harmless the Township and their representatives from
all suits or actions of every nature and description brought against them or either of them, or on
account of the use of patented or copyrighted material, appliances, products, or processes, with legal
protection. The contractor shall not transfer or sublet any portion of the work covered by these
specifications without written consent of the Township.
GENERAL CLAUSE
PROPOSAL FORMS
As noted under "instructions to bidders", attached to these specifications is a "Proposal
Form/Signature Form", which must be completely filled out and signed by each bidder.
As these Instructions to Bidders, Specifications, Form of Proposal, Signature Page, General and
Special Clauses, etc. all refer to each other and together constitute a whole legal binding agreement
and must be returned together as when delivered to bidder.
NO BID WILL BE ACCEPTED UNLESS SUBMITTED ON THE FORMS FURNISHED HEREIN
All bids must be sealed, marked and delivered in accordance with the instructions in paragraph 5,
and 6. Bids will be opened and read publicly by the Business Administrator at the time and day
specified in the Advertisement for Bids. Reading of the bids will take place at the Municipal
Building, 1261 Chews Landing Road, Laurel Springs, NJ 08021.
DELIVERY
In general, deliveries shall be at such time and place as may be fixed by Council and shall not be
made except upon definite instructions. See "Specifications" for delivery required under these
present specifications.
DISPOSAL OF MATERIALS, SUPPLIED ETC...NOT APPROVED.
Bidders shall understand that when materials, supplies, etc. have been delivered to the job which do
not comply with the specifications and have not been approved, they shall be immediately removed
upon notification to the contractor and replaced with material, supplied, etc., in full accordance with
the specifications.
PAYMENTS
Payments shall be made to the contractor within sixty(60) days of receipt of invoice, after inspection
and acceptance of the material and/or work and approval of the invoice by the Township Council
unless otherwise stipulated by the Township in the form of a contract.
NUMBER OF WORKING DAYS
The contract shall contain the date which the work shall be completed or shall specify the number
of working days to be allowed for its completion and/or delivery of materials equipment and
supplies.
EXEMPTION FROM FEDERAL EXCISE AND NEW JERSEY SALES TAX
The Township of Gloucester is exempt from Federal Excise Taxes and the New Jersey Sales Tax.
Net prices as shown in the proposal shall exclude said Federal and State Tax amounts.
NOTE: This provision shall not apply to construction, repair and/or maintenance contracts where
bidder purchases supplies, materials, and/or equipment and includes costs thereof in computation
of his bid or proposal.
NEW JERSEY PREVAILING WAGE ACT
All work on this project shall comply with the requirements under the 1963 Revised Statutes of New
Jersey Chapter 150, "Prevailing Rate of Wages on Public Contracts".
Current applicable Wage Rate Determination of the State of the New Jersey Department of Labor
shall become part of the contract.
DOMESTIC PRODUCTS
Only manufactured products of the United States, wherever available, shall be used in connection
with this undertaking, pursuant to 40A:11-18 of the Revised Statutes of the State of New Jersey.
PUBLIC DISCLOSURE
Chapter 33 of the Public Laws of 1977 provides that no Corporation or Partnership shall be awarded
any State, County, Municipal, or School District contract for the performance of any work or the
furnishing of any materials or supplies, unless prior to the receipt of the bid or accompanying the bid
of said Corporation or Partnership there is submitted a statement. The statement shall set forth the
names and addresses of all stockholders in the Corporation or Partnership who own ten percent
(10%) or more if its stock or any class, or of all individual partners in the Partnership who owns a
ten percent(10%) or greater interest therein.
FAILURE TO SUPPLY THIS INFORMATION WITH "FORM OF PROPOSAL" WILL BE
CAUSE TO REJECT THE BID
Full firm name of Bidder
Address
City, State, Zip Code
Phone Number
Fax Number
Signature of Bidder
INSTRUCTIONS: QUOTE ONLY: WE HEREBY PROPOSE TO FURNISH AND INSTALL THE BELOW LISTED
PRODUCT IN A WORKMANLIKE FASHION. THE INSTALLATION OF THE FILTRATION SYSTEM INCLUDES ALL
NECESSARY VALVES AND PLUMBING TO INSTALL THE 2-FILTERS, 2 PUMPS, THE MANIFOLD KIT THE GAGE
PANEL ASSEMBLY, THE PEA GRAVEL AND THE SAND IN BOTH THE FILTERS
THE EXISTING ELECTRIC WILL BE RECONNECTED. IF ANY ADDITIONAL ELECTRIC SUPPLIES ARE NEEDED
WE WILL QUOTE THEM OUT AT THE TIME OF THE INSTALLATION. PATMENT TERMS, SIGNED PURCHASE
ORDER FROM GLOUCESTER TWP TO BE ISSUED WITH PAYMENT TO VENDOR UPON COMPLETION OF
THE JOB.
Order Status: Open
Due Date:
Lookup
AD150-4603-N12
340035
144272
Item Name
Attribute Size
Order
VARIABLE FREQUENCY DRIVE 1
PUMP EQ 700GAL/MIN PENTAIR
COMMERCIAL SAND FILTER PEN
155720 DUAL TANK MANIFOLD K
B4221KIT GAGE PANEL ASSEMB
1
1
2
1
1
85.93%
SAND 50 # BAG
PEA GRAVEL 50LB
84
20
SOS59
INSTALLATION OF FILTRATION S
REMOVAL AND DISPOSAL OF S
FREIGHT CHARGE
1
1
1
Total Qty Ordered: 113
Percent Unfilled: 100
AFFIRMATIVE ACTION COMPLIANCE NOTICE
N.J.S.A 10:5-31 and N.J.A.C. 17:27
GOODS AND SERVICES CONTRACTS
(INCLUDING PROFESSIONAL SERVICES)
This form is a summary of the successful bidder's requirement to comply with requirements of
N.J.S.A. 10:5-31 and N.J.A.C. 17:27.
The successful bidder shall submit to the public agency, after notifications of award but prior to
execution of this contract, one of the following three documents as forms of evidence.:
(a) A photocopy of a valid letter that the contractor is operating under an existing Federally
approved or sanctioned Affirmative Action Program (good for one year from the date of the
letter):
OR
(b) A photocopy of a Certificate of Employee Information Report approval, issued in
accordance with N.J.A.C. 17:27-4
OR
c) A photocopy of an Employee Information Report (Form AA302) provided by the Division
and distributed to the public agency to be completed by the contractor
The successful vendor may obtain the Affirmative Action Employee Information Report (AA302)
from the contraction unit during normal business hours.
The successful vendor(s) must submit the copies of the AA302 Report to the Division of Contract
Compliance and Equal Employment Opportunity in Public Contracts (Division). The Public Agency
copy is submitted to the public agency, and the vendor copy is retained by the vendor.
The undersigned vendor certifies that he/she is aware of the commitment to comply with the
requirements of N.J.S.A. 10:5-31 and N.J.A.C. 17:27 and agrees to furnish the required forms of
evidence.
The undersigned vendor further understands that his/her bid shall be rejected as non-responsive if
said contractor fails to comply with the requirements of N.J.S.A. 10:5-31 and N.J.A.C. 17:27.
COMPANY:
PRINT NAME:
SIGNATURE
TITLE:
DATE:
SUPPLEMENT TO BID SPECIFICATIONS
NON-DISCRIMINATION
During the performance of a contract, the contractor agrees as follows:
1.
2.
3.
4.
5.
The contractor or subcontractor, where applicable, will not discriminate against any
employee or applicants for employment because of age, race, creed, color, national origin,
ancestry, marital status, or sex. The contractor will take affirmative action to ensure that
such applicants are recruited and employed, and that employees are treated during
employment, without regard to their age, race, creed, color, national origin, ancestry, marital
status or sex. Such action shall include, but not be limited to the following: employment,
upgrading, demotion or transfer; recruitment or recruitment advertising; layoff or
termination; rates of pay or other forms of compensation; and selection for training, including
apprenticeship. The contractor agrees to post in conspicuous places, available to employees
and applicants for employment, notice to be provided by the Public Agency Equal
Employment Opportunity Officer setting forth provisions of the non-discrimination clause.
The contractor or subcontractor, where applicable, will in all solicitations or advertisements
for employees placed by or on behalf of the contractor, state that all qualified applicants will
receive consideration for employment without regard to age, race, creed, color, national
origin, ancestry, marital status or sex.
The contractor or subcontractor, where applicable, will send to each labor union or
representative of workers with which it has collective bargaining agreement or other contract
or understanding a notice, to be provided by the Public Agency Equal Employment
Opportunity Officer advising the labor union or workers representative of the contractor's
commitments under this act and shall post copies of the notice in a conspicuous place
available to employees and applicants for employment.
The contractor or subcontractor, where applicable agrees to comply with any regulations
promulgated by the Treasurer pursuant to P.L., c.127, as amended and supplemented from
time-to-time.
The contractor or subcontractor agrees to attempt in good faith to employ minority and
female workers consistent with the applicable county employment goals prescribed by
section 5.2 of the regulations promulgated by the Treasurer pursuant to P.L. 1975, c. 127 as
amended and supplemented from time-to-time or in accordance with a binding determination
of applicable county employment goals, determined by the Affirmative Action Office
pursuant to section 5.2 of the regulations promulgated by Treasurer pursuant to P.L. 1975,
c, 127 as amended and supplemented from time-to-time.
6.
The contractor or subcontractor agrees to inform in writing all recruitment agencies,
including employment agencies, placement bureaus, colleges, universities, labor unions, that
it does not discriminate on the basis of age, creed, color, national origin, ancestry, marital
status, or sex, and that it will discontinue the use of any recruitment agency which engages
in direct or indirect discriminatory practices.
7.
The contractor or subcontractor agrees to revise any of its testing procedures, if necessary,
to assure that all personnel testing conforms with the principles of job-related testing, as
established by the statues and court decisions of the State of New Jersey and as established
and by application Federal Law and applicable Federal Court decisions.
8.
The contractor or subcontractor agrees to review all procedures relating to transfer,
upgrading, downgrading and layoff to ensure that all such actions are taken without regard
to age, creed, color, national origin, ancestry, marital status or sex and conform with the
applicable employment goals consistent with the statutes and court decisions of the State of
New Jersey, and applicable Federal Law and applicable Federal Court decisions.
Provisions 4, 5, 6, 7, or 8 not required for subcontractors with (4) or fewer employees or a
contractor who has presented evidence of a Federally approved or sanctioned Affirmative
Action Program
Submitted By:
Name of Firm
Signature
Title
Date
AFFIDAVIT FOR AFFIRMATIVE ACTION
(This Affidavit is part of the Proposal)
STATE OF:
COUNTY OF:
being duly sworn, deposes and says that he/she resides at:
and that he/she is the
of
who signed the foregoing Proposal of Bids, that during the course of this contract, he/she will agree
to the Plan for Affirmative Action.
Subscribed and Sworn to
before me on the _day
of
(Notary Public)
20
My Commission Expires:
(Seal)
GOODS, PROFESSIONAL SERVICES AND
GENERAL SERVICE CONTRACTS
During the performance of this contract, the contractor agrees as follows:
The contractor or subcontractor, where applicable, will not discriminate against any employee or
applicant for employment because of age, race, creed, color, national origin, ancestry, marital status,
sex, affectional or sexual orientation. The contractor will take affirmative action to ensure that such
applicants are recruited and employed, and that employees are treated during employment, without
regard to their age, race, creed, color, national origin, ancestry, marital status, sex, affectional or
sexual orientation. Such action shall include, but not be limited to the following: employment,
upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates
of pay or other forms of compensation; and selection for training, including apprenticeship. The
contractor agrees to post in conspicuous places, available to employees and applicants for
employment, notices to be provided by the Public Agency Compliance Officer setting forth
provisions of the nondiscrimination clause.
The contractor or subcontractor, where applicable will, in all solicitations or advertisements for
employees placed by or on behalf of the contractor, state that all qualified applicants will receive
consideration for employment without regard to age, race, creed, color, national origin, ancestry,
marital status, sex, affectional or sexual orientation. The contractor or subcontractor, where
applicable, will send to each labor union or representative or workers with which it has a collective
bargaining agreement or other contract or understanding, a notice, to be provided by the agency
contracting officer advising the labor union or workers' representative of the contractor's
commitments under this act and shall post copies of the notice in conspicuous places available to
employees and applicants for employment.
The contractor or subcontractor, where applicable, agrees to comply with the regulations
promulgated by the Treasurer to P.L. 1975, c.127, as amended and supplemented from time-to-time
and the Americans with Disabilities Act. The contractor or subcontractor agrees to attempt in good
faith to employ minority and female workers consistent with the applicable county employment goals
prescribed by N.J.A.C. 17:27-5.2 promulgated by the Treasurer pursuant to P.L. 1975, c.127 as
amended and supplemented from time-to-time or in accordance with a binding determination of the
applicable county employment goals determined by the Affirmative Action Office pursuant to
N.J.A.C. 17:27-5.2 promulgated by the Treasurer pursuant to P.L. 1975, c.127, as amended and
supplemented from time-to-time.
The contractor or subcontractor agrees to inform in writing appropriate recruitment agencies in the
area, including employment agencies, placement bureaus, colleges, universities, labor unions, that
it does not discriminate on the basis of age, creed, color, national origin, ancestry, marital status, sex,
affectional or sexual orientation, and that it will discontinue the use of any recruitment agency which
engages in direct or indirect discriminatory practices. The contractor or subcontractor agrees to
revise any of its testing procedures, if necessary, to assure that all personnel testing conforms with
the principles of job-related testing, as established by the statutes and court decisions of the State of
New Jersey and as established by applicable Federal Law and applicable Federal Court decisions.
The contractor or subcontractor agrees to review all procedures relating to transfer, upgrading,
downgrading and layoff to ensure that all such actions are taken without regard to age, creed, color,
national origin, ancestry, marital status, sex, affectional or sexual orientation, and conform with the
applicable employment goals, consistent with the statutes and court decisions of the State of New
Jersey, and applicable Federal law and applicable Federal Court decisions. The contractor and its
subcontractors shall furnish such reports or other documents to the Affirmative Action Office as may
be requested by the office from time-to-time in order to carry out the purposes of these regulations,
and public agencies shall furnish such information as may be requested by the Affirmative Action
Office for conducting a compliance investigation pursuant to Subchapter 10 of the Administrative
Code (NJAC 17:27).
SIGNATURE
(NAME) PRINT OR TYPE
COMPANY NAME:
DATE:
State of New Jersey
County of
NON-COLLUSION AFFIDAVIT
SS:
I,
residing in
(Name of Affiant)
in the County of
(Name of Municipality)
and State of
age, being duly sworn according to law on my oath depose and say that:
of full
I am
(Title or Position)
of the firm of
(Name of Firm)
___, and that I
(Title of Bid Proposal)
the bidder making this Proposal for the bid entitled
executed the said proposal with full authority to do so that said bidder has not, directly or indirectly
entered into any agreement, participated in any collusion, or otherwise taken any action in restraint
of free, competitive bidding in connection with the above named project; and that all statements
contained in said proposal and in this affidavit are true and correct, and made with full knowledge
relies upon the truth of the statements contained in said Proposal
(Name of contracting unit)
that the
and in the statements contained in this affidavit in awarding the contract for the said project.
I further warrant that no person or selling agency has been employed or retained to solicit or secure
such contract upon an agreement or understanding for a commission, percentage, brokerage, or
contingent fee, except bona fide employees or bona fide established commercial or selling agencies
maintained by
Subscribed and sworn
before me this
day
of
2
Notary public of
My Commission expires
(Seal)
(Type or Print Name)
(Signature)
CERTIFICATE OF BIDDER SHOWING ABILITY TO PERFORM CONTRACT
I,
of the (City, Town, Township, Borough, etc.)
of
in the County of
and the
State of
of full age, being duly sworn according to law on my
oath depose and say that:
1.
I am a(n) owner, partner, shareholder or officer of the company set forth
below and am duly authorized to execute this affidavit on its behalf.
(Check Appropriate Statements(s))
I own, lease or control the necessary equipment required by the plans,
specifications, and advertisements under which bids are asked for.
I do not own, lease or control all the necessary equipment required by plans,
specifications, and advertisements under which bids are asked for.
If the bidder is not the actual owner or lessee of all the necessary equipment
provide the source from which the equipment will be obtained (Attach
additional sheets if necessary.)
Attach certification from the owner or person in control of the equipment
definitely granting to the bidder the control of the equipment required during
such time as may be necessary for the completion of that portion of the
contract for which it is necessary.)
Subscribed and sworn
before me this
day
of
2
Notary Public of
My Commission Expires:
(Title)
(Name of Company)
(Seal)
PROOF OF BUSINESS REGISTRATION
N.J.S.A. 52:32-44 required that each contractor submit proof of business registration with the bid
proposal. Proof of registration shall be a copy of the bidder's Business Registration
Certificate(BRC). A BRC is obtained from the New Jersey Division of Revenue. Information on
obtaining a BRC is available on the internet at www.nj.gov/dca/lgs/lpcl/busregis/bus or by phone
at (609) 292-1730. N.J.S.A. 52:32-44 imposes the following requirements on contractors and all
subcontractors that knowingly provide goods or perform services for a contractor fulfilling this
contract:
1)
2)
3)
The contractor shall provide written notice to its subcontractors and suppliers to submit proof
of business registration to the contractor;
Prior to receipt of final payment from a contracting agency, a contractor must submit to the
contracting agency an accurate list of all subcontractors or attest that none was used;
During the term of this contract, the contractor and its affiliates shall collect and remit and
shall notify all subcontractors and their affiliates that they must collect and remit to the
Director, New Jersey Division of Taxation, the Use Tax due pursuant to the Sales and Use
Tax Act, (N.J.S.A. 54:32B-1 et seq) on all sales of tangible personal property delivered into
this state.
A contractor, subcontractor or supplier who fails to provide proof of business registration or provides
false business registration information shall be liable to a penalty of $25 for each day of violation,
not to exceed $50,000 for each business registration not properly provided or maintained under a
contract with a contracting agency. Information on the law and its requirements is available by
calling (609) 292-9292.
NEW JERSEY "BUSINESS REGISTRATION CERTIFICATE" FORM
P.L. 2004 Ch. 57 requires that Business Organization's, be registered with the New Jersey
Department of Treasury, Division of Revenue. The definition in the law is as follows:
"Contractor" means a business organization that seeks to enter or has entered into a contract with
a contracting agency, to provide goods, services, or a construction project, the cost of which exceeds
15% of the contracting unit's bid threshold.
Please indicate below, for the bidder and all subcontractors listed on the "Subcontractor Declaration"
herein, as to their registration with the NJ Department of Treasury, Division of Revenue in
accordance with P.L. 2004, Ch57.
Proof of registration is required for all contractor's and named subcontractor's. Proof of registration
means a copy of the organization's Business Registration Certificate". No other form can be
substituted to fulfill this requirement.
Copies of the Business Registration Certificate shall be submitted and attached to this form.
Name
Bidder
(Subcontractor)
(Subcontractor)
(Subcontractor)
(Subcontractor)
Subscribed and Sworn
before me this
day
of
20
Not Registered
Notary Public of
Signature
My Commission Expires
(Type or Print Name)
(Seal)
Registration
Number
CONSTRUCTION CONTRACT
During the performance of this contract the contractor agrees as follows:
1)
The contractor or subcontractor, where applicable, will not discriminate against any
employee or applicant for employment because of age, race, creed, color, national
origin, ancestry, marital status, or sex. The contractor will take affirmative action to
ensure that such applicants are recruited and employed, and that employees are
treated during employment, without regard to their age, race, creed, color, national
origin, ancestry, marital status or sex. Such action shall include, but not be limited
to the following: employment, upgrading, demotion, or transfer; recruitment or
recruitment advertising; layoff or termination; rates of pay or other forms of
compensation; and selection for training, including apprenticeship. The contractor
agrees to post in conspicuous places, available to employees and applicants for
employment, notices to be provided by the Public Agency Equal Employment
Opportunity Officer setting forth provisions of this non-discrimination clause.
2)
The contractor or subcontractor, where applicable, will in all solicitations or
advertisements for employees placed by or on behalf of the contractor, state that all
qualified applicants will receive consideration for employment without regard to age,
race, creed, color, national origin, ancestry, marital status or sex.
3)
The contractor or subcontractor, where applicable, will send to each labor union or
representative of workers with which it has a collective bargaining agreement or
other contract or understanding, a notice, to be provided by the Public Agency Equal
Employment Opportunity Officer advising the labor union or worker's representative
of the contractor's commitments under this act and shall post copies of the notice in
a conspicuous place available to employees and applicants for employment.
4)
The contractor or subcontractor, where applicable, agrees to comply with any
regulations promulgated by the Treasurer pursuant to P.L. 1975, c 127, as amended
and supplemented from time-to-time.
5)
When hiring workers in each construction trade, the contractor or subcontractor
agrees to attempt in good faith to employ minority workers in each construction trade
consistent with applicable employment goal prescribed section 7.3 of said regulation;
provided however, that the Affirmative Action Office may, in its discretion, exempt
a contractor or subcontractor from compliance with the good faith procedures
prescribed by the following provision 1, 2 and 3 as long as the Affirmative Action
Office is satisfied that the contractor is employing workers provided by a union
which provides evidence, in accordance with standards prescribed by the Affirmative
Action Office, that its percentage of active "card carrying" members who are
minority workers is equal to or greater that the applicable employment goal
prescribed by section 7.3 of the regulations promulgated by the treasurer pursuant to
P.L. 1975, c. 127, as amended and supplemented from time-to-time. The contractor
or subcontractor agrees that a good faith effort shall include compliance with the
following procedures:
A.
B.
If the contractor or subcontractor has a referral agreement or
arrangement with a union for a construction trade, the contractor or
subcontractor shall within(3) days of the contractor award, seek
assurance from the union that it will cooperate with the contractor or
subcontractor as it fulfills its affirmative action obligations under this
contract and in accordance with the regulations promulgated by the
Treasurer pursuant to P.L. 1975, c. 127, as it is supplemented and
amended from time-to-time. If the contractor or subcontractor is unable
to obtain said assurance from the construction trade union at least five(5)
days prior to the commencement of construction work, the contractor or
subcontractor agrees directly to attempt to hire minority workers
consistent with the applicable employment goal. If the contractors' or
subcontractors' prior experience with a construction trade union
regardless of whether the union provided said assurance indicates a
significant possibility that the trade union will not refer sufficient minority
workers consistent with the applicable employment goal by complying
with following hiring procedures prescribed under(2): and the contractor or
subcontractor further agrees immediately to take said action if it determines
or is so notified by the Affirmative Action Office that the union is not
referring minority workers consistent with the applicable employment goal.
If the hiring of a work force consistent with the employment goal has not or
cannot be achieved for each construction trade by adhering to the procedures
of the preceding provision(1), or if the contractor of subcontractor does not
have a referral agreement or arrangement with a union for a construction
trade, the contractor or subcontractor agrees to take the following actions
consistent with the applicable county employment goal:
1.
2.
3.
To notify the Public Agency Compliance Office, Affirmative Action
Office and at least one minority referral organization of its manpower
needs and request the referral of minority workers;
To notify any minority workers who have been listed with it as
awaiting available vacancies;
Prior to commencement of work, to request the local construction
trade union
--- Document: Goods and services bid packet – lawn services ---
TOWNSHIP OF GLOUCESTER
CAMDEN COUNTY
NEW JERSEY
GOODS AND SERVICES BID PАСКЕТ
Project Name:
Lawn Services
Bid Submittal Date/Time:
Company/Vendor Submitting:
-1-
INVITATION TO BID
Notice is hereby given that sealed bids will be received by the Township Council of the
Township of Gloucester, a municipal corporation in the County of Camden and State of New
Jersey at the Township of Gloucester, Clerk's Office, on May 7, 2014 at 10:00 a.m. for Lawn
Services.
Bid packets, including instructions and specifications, are available in the Clerk's Office,
Township of Gloucester, 1261 Chews Landing Road Road, Laurel Springs, NJ, 08021. The bids
are to be received in the Clerk's Office, either in person or by mail, prior to bid opening. Public
bid opening will be held on May 7, 2014 at 10:00 a.m. prompt in the Clerk's Office of the
Township Municipal Building.
Bids must be submitted on standard form, available with the specifications. Bids must be
enclosed in sealed envelopes bearing the name and address of the bidder and shall be marked on
the outside with the name of the commodity being bid.
By order of Township Council of the Township of Gloucester.
TOWNSHIP OF GLOUCESTER
INSTRUCTIONS TO BIDDERS
1. In accordance with N.J.S.A 40A:11 et seq (Local Public Contracts Law) and N.J.A.C. 5:23-4.14
and all related rules, the Township of Gloucester is seeking bids Lawn Services.
2. The bid shall be submitted Bidder shall submit their bid in a sealed envelope which must be
marked "Township of Gloucester" and specify the name of the project and shows the name and
address of the Bidder. The bid can be either mailed or hand delivered to the Gloucester Township
Municipal Building, 1261 Chews Landing Road, Clerk's Office, Laurel Springs, New Jersey,
08021 to the attention of TOWNSHIP CLERK. The Township assumes no responsibility for bids
that are received in Clerk's Office after the advertised time and date for the bid opening.
3. Bidder shall complete and execute the Specification Bid Form, the Statement of Corporate
Ownership, Federal Affirmative Action Form, Debarred List Affidavit, Non-Collusion Affidavit,
Bid Security, Prevailing Wage Certification and requested information set forth and other
information as identified in the project bid specifications. Together these documents shall
constitute a Bid.
4. Bid Security is required in the amount of ten percent (10%) of the bid price, by a certified check,
cashier's check or bid bond issued by a surety/bonding company licensed in the State of New
Jersey. Bidder shall understand and accept that the Bid Security shall be forfeited if Bidder fails
to enter into a Contract with Township after receiving a Notice of Intent. If a bond is submitted,
the surety shall acknowledge, in the bond document that the total amount of the bond shall be
subject to forfeiture if Bidder fails to enter into the Contract with Township after receiving a
Notice of Intent. A BID BOND is not REQUIRED for this BID.
5. Bidder may modify or withdraw the Bid at any time prior to the Bid Opening by submitting
written notification of withdrawal or modification to the TOWNSHIP CLERK.
6. Bidder must furnish a Certificate of Liability Insurance with at least one million dollars in
coverage.
7. At any time prior to Bid Opening, Township may withdraw the Invitation to Bid and not accept
Bids. Any Bid received prior to withdrawal of the Invitation to Bid will be returned unopened to
the Bidder.
8. Township will open the Bids and read such Bids aloud publicly at the location, date and time set
forth for Bid Opening in the Invitation to Bid.
9. The decision to award or reject bids, based on the provisions of this Bid Document and/or State
law, shall be made by the Township Council of the Township of Gloucester in the form of a duly
adopted resolution.
10. Township will be the sole party to determine whether or not Bids comply with the prescribed
requirements set forth in the Bid Documents.
11. Township reserves the right to accept and/or reject any or all Bids or to waive any immaterial
defect or informality in any bid.
12. Notwithstanding any terms to the contrary, Township reserves the right to reject any and/or all
Bids if Township deems it in its best interest to do so, pursuant to law.
-3-
13. Township will reject Bids other than the three (3) apparent lowest responsive, responsible Bids
and return the Bid Security for rejected Bids within ten (10) business days after the Bid Opening.
The Township reserves the right not to carry out the provisions of this section if it is in the best
interests of the Township.
14. Township may hold at least the three (3) apparent lowest responsive, responsible Bids for sixty
(60) days after the Bid Opening. The Township reserves the right, with the approval of the
Bidders, to extend said period between Bid Opening and issuance of Notice of Intent.
15. After the awarding and signing of the Contract and approval of the contractor's performance
bond, Bid Security for the remaining unsuccessful Bidders will be returned within three days,
Sundays and holidays excepted, if applicable.
16. If all Bids are rejected, Township will return Bid Security to Bidders within sixty (60) days after
Bid Opening, unless such time is otherwise extended.
17. If a Bid is awarded by the Township Council, Township will issue a Notice of Intent to the lowest
responsive, responsible Bidder within sixty (60) days after Bid Opening and will hold Bidder's
Bid Security pending execution of the contract. The sixty (60) days may be waived by the Bidder
upon request of the Township.
18. Township's Notice of Intent will state Township's intention to enter into the Contract with Bidder
and Bidder shall execute the Contract within 45 days following receipt of Notice of Intent;
otherwise, Township shall consider Bid to be abandoned and Bid Security forfeited to Township.
-4-
TOWNSHIP of GLOUCESTER
SPECIFICATIONS
LAWN SERVICES
HISTORY:
The Township of Gloucester in the County of Camden is seeking bids from landscapers for lawn
services to be awarded for foreclosed properties located within the municipality that require
property maintenance. The Township of Gloucester has a population of approximately 70,000
and is comprised of an area that is 24 square miles. The lots that will need to be serviced are
standard residential lots of 1/2 acre or less. No edging is required and the grass should be bagged
and left at the curb for removal. A list of the properties is not available due to the fact that
properties are placed on the foreclosure list at various times; therefore there is not a confirmed
list at this time.
-5-
TOWNSHIP OF GLOUCESTER
BID DOCUMENT SUBMISSION CHECKLIST
(Must be Completed and submitted as part of Bid)
Failure to submit the following documents is mandatory cause for the bid to be rejected (N.J.S.A.
40A:11-23.2).
Please check in Bidder's Initial Column confirming that document is included with Bid.
Bid Guaranty (N.J.S.A 40A:11-21) (NOT REQUIRED)
Consent of Surety (N.J.S.A 40A:11-21)
Stockholder's Disclosure Form
Business Registration Certificate
Bid Proposal Form
(Certificate
Proof of Insurance with minimum coverage required
naming Gloucester Township as an additional insured must be
submitted prior to contract execution.)
Failure to submit the following documents is mandatory cause for the bid to be rejected (N.J.S.A.
40A:11-23.1b).
Federal Affirmative Action Form
Non-Collusion Affidavit notarized
Exceptions to Specifications (if any)
The undersigned hereby acknowledges and has submitted the above listed requirements.
Name of Bidder:
By Authorized Representative:
Signature:
Print Name and Title:
Date:
-6-
TOWNSHIP OF GLOUCESTER
BID EQUIVALENCY AND/OR EXCEPTION FORM
Listed below are the detailed equivalents or exceptions as noted in the specifications column for the
exceptions. Failure to list all equivalents and/or exceptions is cause for the bid to be rejected.
Exceptions: List exceptions to the specifications, if any.
-7-
STATEMENT OF CORPORATE OWNERSHIP
In compliance with Chapter 33, laws of 1977 (N.J.S.A. 52:25-24.2), I certify the following:
Firm is a sole proprietorship
No stockholder or partner or the corporation or partnership holds ten percent (10%) or
more ownership.
Below are the names and addresses of all persons or entities owning ten percent (10%) or
more of the bidder or supplier on whose behalf this certification is filed.
Name
Address
Percent Interest
Note: If any of the above entities is a corporation, then the following are the names and addresses of all
Persons owning ten percent (10%) or more of that corporation.
Name
Address
Percent Interest
I further certify that I will notify the Owner of any changes to the above list within ten (10) days of such
change.
Signed this
day of
(Insert Contractor's Name)
By:
2014
(A Partner or Corporate Officer)
Title:
-8-
EXHIBIT A
P.L. 1975. C. 127 (N.J.A.C. 17:27)
MANDATORY AFFIRMATIVE ACTION LANGUAGE
PROCUREMENT, PROFESSIONAL AND SERVICE CONTRACTS
Per N.J.A.C. 17:27-3.4(a):
1. During the performance of this contract, the contractor agrees as follows:
i. The contractor or subcontractor, where applicable, will not discriminate against any employee or
applicant for employment because of age, race, creed, color, national origin, ancestry, marital status, sex,
affectional or sexual orientation, familial status, liability for service in the Armed Forces of the United
States, or nationality. The contractor will take affirmative action to ensure that such applicants are
recruited and employed, and that employees are treated during employment, without regard to their age,
race, creed, color, nation origin, ancestry, marital status, sex, affectional or sexual orientation, familial
status, liability for service in the Armed Forces of the United States, or nationality. Such action shall
include, but not be limited to the following: employment, upgrading, demotion, or transfer; recruitment
or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and
selection for training, including apprenticeship. The contractor agrees to post in conspicuous places,
available to employees and applicants for employment, notices to be provided by the Public Agency
Compliance Officer setting forth provisions of this non-discrimination clause;
ii. The contractor or subcontractor, where applicable will, in all solicitations or advertisements for
employees placed by or on behalf of the contractor, state that all qualified applicants will receive
consideration for employment without regard to age, race, creed, color, national origin, ancestry, marital
status, sex affectional or sexual orientation, familial status, liability for service in the Armed Forces of the
United States, or nationality;
iii. The contractor or subcontractor, where applicable, will send to each labor union or representative
of workers with which it has a collective bargaining agreement or other contract or understanding, a
notice, to be provided by the agency contracting officer advising the labor union or workers,
representative of the contractor's commitments under this act and shall post copies of the notice in
conspicuous places available to employees and applicants for employment;
iv. The contractor or subcontractor, where applicable, agrees to comply with any regulations
promulgated by the Treasurer pursuant to P.L. 1975, c. 127, as amended and supplemented from time to
time and the Americans with Disabilities Act;
Per N.J.A.C. 17:27-5.3(a):
1. The contractor or subcontractor agrees to attempt in good faith to employ minority and female
workers consistent with the applicable county employment goals prescribed by N.J.A.C. 17:25-
5.2 promulgated by the Treasurer pursuant to P.L.1975,c.127, as amended and supplemented
from time to time or in accordance
(A)
If the contractor or subcontractor has a referral agreement or arrangement with a union for a
construction trade, the contractor or subcontractor shall, within three days of the contract award, seek
assurances from the union that it will cooperate with the contractor or subcontractor as it fulfills its
affirmative action obligations under this contract and in accordance with the rules promulgated by the
Treasurer pursuant to P.L. 1975, c. 127, as supplemented and amended from time to time. If the
contractor or subcontractor is unable to obtain said assurances from the construction trade union at least
five days prior to the commencement of construction work, the contractor or subcontractor agrees directly
to attempt to hire minority and female workers consistent with the applicable employment goal. If the
contractor's or subcontractor's prior experience with a construction trade union, regardless of whether the
union has
- 9 -
provided said assurances, indicates a significant possibility that the trade union will not refer sufficient
minority and female workers consistent with the applicable employment goal, the contractor or
subcontractor agrees to be prepared to hire minority and female workers directly, consistent with the
applicable employment goal, by complying with the hiring procedures prescribed under (B) below; and
the contractor or subcontractor further agrees to immediately take said action if it determines or is so
notified by the Affirmative Action Office that the union is not referring minority and female workers
consistent with the applicable employment goal.
(B) If the scheduling of a workforce consistent with the employment goal has not or cannot be
achieved for each construction trade by adhering to the procedures of (A) above, or if the contractor does
not have a referral agreement or arrangement with a union for a construction trade, the contractor or
subcontractor agrees to take the following actions consistent with the applicable county employment
goals:
1) To notify the Public Agency Compliance Officer, Affirmative Action Office, and at least one
approved minority referral organization of its manpower needs, and request referral of minority and
female workers;
2) To notify any minority and female workers who have been listed with it as awaiting available
vacancies;
3) Prior to commencement of work, to request the local construction trade union, if the contractor or
subcontractor has a referral agreement or arrangement with a union for the construction trade, to refer
minority and female workers to fill job openings;
4) To leave standing requests for additional referral to minority and female workers with the local
construction trade union, if the contractor or subcontractor has a referral agreement or arrangement with a
union for the construction trade, the State Training and Employment Service and other approved referral
sources in the area until such time as the workforce is consistent with the employment goal;
5) If it is necessary to lay off some of the workers in a given trade on the construction site, to assure,
consistent with the applicable State and Federal statutes and court decisions, that sufficient minority and
female employees remain on the site consistent with the employment goal; and to employ any minority
and female workers so laid off by the contractor on any other construction site in the area on which its
workforce composition is not consistent with an employment goal established pursuant to rules
implementing P.L. 1975, c. 127;
6) To adhere to the following procedure when minority and female workers apply or are referred to
the contractor or sub-contractor:
i. If said individuals have never previously received any document or certification
signifying a level of qualification lower than that required, the contractor or sub-contractor shall
determine the qualifications of such individuals and if the contractor's or subcontractor's workforce in
each construction trade is not consistent with the applicable employment goal, it shall employ such
persons which satisfy appropriate qualification standards; provided however, that a contractor or
subcontractor shall determine that the individual at least possesses the skills and experience recognized by
any worker's skills and experience classification determination which may have been made by a Public
Agency Compliance Officer, union, apprentice program or a referral agency, provided the referral agency
is acceptable to the Affirmative Action Office and provided further, that, if necessary, the contractor or
sub-contractor shall hire minority and female workers who qualify as trainees pursuant to these
regulations. All of the requirements of this paragraph, however, are limited by the provisions of (C)
below.
ii. If the contractor's or subcontractor's workforce is consistent with the applicable
employment goal, the name of said female or minority group individual shall be maintained on a waiting
list for the first consideration, in the event the contractor's or subcontractor's workforce is no longer
consistent with the applicable employment goal.
iii. If, for any reason, said contractor or subcontractor determines that a minority individual
or a female is not qualified or if the individual qualifies as an advanced trainee or apprentice, the
contractor or subcontractor shall inform the individual in writing with the reasons for the determination,
maintain a copy in its files, and send a copy to the Public Agency Compliance officer and to the
Affirmative Action Office.
10-
7) To keep a complete and accurate record of all requests made for the referral of workers in any
trade covered by the contract and on forms made available by the Affirmative Action Office and shall be
submitted promptly to that office upon request.
(C) The contractor or subcontractor agrees that nothing contained in (B) above shall preclude the
contractor or subcontractor from complying with the hiring hall or apprenticeship provisions in any
applicable collective bargaining agreement or hiring hall arrangement, and, where required by custom or
agreement, it shall send journeymen and trainees to the union for referral, or to the apprenticeship
program for admission, pursuant to such agreement or arrangement: provided, however, that where the
practices of a union or apprenticeship program will result in the exclusion of minorities and females or the
failure to refer minorities and females consistent with the county employment goal, the contractor or
subcontractor shall consider for employment persons referred pursuant to said provisions (B) without
regard to such agreement or arrangement; provided further, however, that the contractor or subcontractor
shall not be required to employ female and minority advanced trainees and trainees in numbers which
result in the employment of advanced trainees and trainees as a percentage of the total workforce for the
construction trade, which percentage significantly exceeds the apprentice to journey worker ratio
specified in the applicable collective bargaining agreement, or in the absence of a collective bargaining
agreement, exceeds the ratio established by practice in the area for said construction trade. Also, the
contractor or subcontractor agrees that, in implementing the procedures of the preceding provisions (B) it
shall, where applicable, employ minority and female workers residing within the geographical jurisdiction
of the union.
(D) The contractor agrees to complete an Initial Project Manning Report on forms distributed by the
Public agency awarding the contract or in the form prescribed by the Affirmative Action office and
submit a copy of said form, at the time of award of the construction contract, to the Affirmative Action
office as well as to the Public Agency Compliance officer and to submit a copy of the monthly Project
Manning Report once a month (by the seventh work day of each month) thereafter for the duration of this
contract to the Affirmative Action Office and to the Public Agency Compliance Officer. The contractor
agrees to cooperate with the public agency in the payment of budgeted funds, as is necessary, for on the
job and off the job programs for outreach and training of minority and female trainees employed on the
construction projects.
(E)
The contractor and its subcontractors shall furnish such reports or other documents to the
Affirmative Action Office as may be requested by the office from time to time in order to carry out the
purposes of these regulations, and public agencies shall furnish such information as may be requested by
the affirmative action office for conducting a compliance investigation pursuant to Subchapter 10 of the
Administrative Code (NJAC 17:27).
Sign:
- 11 -
Date:
FEDERAL AFFIRMATIVE ACTION PLAN
In accordance with the Affirmative Action Regulations adopted pursuant to P.L. 1975, Chapter 127, the
Contractor shall identify whether the company has a valid Federal Affirmative Action Plan.
Does the company have a Federal Affirmative Action Plan approval?
YES
Name of Corporation
Signature
Name & Title (type or print)
NO
Sworn and subscribed before me this
day of
2014.
Notary Public of the State of New Jersey
My commission expires:
- 12 -
STATE OF NEW JERSEY DEBARRED LIST AFFIDAVIT
STATE OF NEW JERSEY
COUNTY OF
I,
)
) ss.
of the
of
in the County of
law on my oath depose and say that:
I
am
and the State of New Jersey of full age, being duly sworn according to
an officer
of
of
firm the
the Bidder making the Proposal for the above named work, and
that I executed the said Proposal with full authority to do so; that said Bidder at the time of making this
Bid is not included on the State of New Jersey, State Treasurer's List of Debarred, Suspended and
Disqualified Bidders; and that all statements contained in said Proposal and in this affidavit are true and
correct, and made with the full knowledge that the Township of Gloucester, as Owner, relies upon the
truth of the statements contained in said Proposal and in the statements contained in this affidavit in
awarding the contract for said work.
The undersigned further warrants that should the name of the firm making this Bid appear on the State
Treasurer's List of Debarred, Suspended and Disqualified Bidders at anytime prior to, and during the life
of this Contract, including Guarantee period, that Township of Gloucester shall be immediately notified
by the signatory of this Eligibility Affidavit.
The undersigned understands that the firm making the bid as Contractor is subject to disbarment,
suspensions and/or disqualification in contracting with the State of New Jersey, if the Contractor,
pursuant to NJAC 7:1-5.2, commits any of the acts listed therein, and as determined according to
applicable law and regulations.
(Insert Name and Address of Contractor)
(Insert Name and Title of Affiant)
Sworn and subscribed before me this
day of
2014.
Notary Public of the State of New Jersey
My commission expires:
- 13 -
NON-COLLUSION AFFIDAVIT
STATE OF NEW JERSEY
)
) ss.
COUNTY OF
PROJECT:
I,
of the
of
County of
in the State of
in the
of full age, being
duly sworn according to
law upon my oath depose and
say that I am
(title)
of the firm of
the bidder making
the Proposal for the above named project, and that I executed the Proposal with full authority to
do so; that said bidder has not, directly or indirectly, entered into any agreement, participated in
any collusion, or otherwise taken any action in restraint of free, competitive bidding in
connection with the above named project; and that all statements contained in said Proposal and
in this affidavit are true and correct, and made with full knowledge that the State of New Jersey
relies upon the truth of the statements contained in said Proposal and in the statements contained
in this affidavit in awarding the contract for the said project.
I further warrant that no person or selling agency has been employed or retained to solicit or secure such
contract upon an agreement or understanding for a commission, percentage, brokerage, or contingent fee,
except bona fide employees or bona fide established commercial or selling agencies maintained by
(Name of Bidder)
(N.J.S.A. 52:34-1 5).
(Signature)
(Type or print name or affiant)
Sworn and subscribed before me this
day of
2014.
Notary Public of the State of New Jersey
My commission expires:
- 14-
TOWNSHIP of GLOUCESTER
INSURANCE
It shall be the responsibility of the contractor to maintain the following insurance coverage in the amount
specified, for the length of the contract with a company that is admitted to do business in the State of New
Jersey and is a participant of the New Jersey State guaranty fund.
A certificate of insurance must be provided to the Township prior to entering into a formal contract,
reflecting all required coverage and including thirty (30) days notice of cancellation to the Township.
Failure to do so will result in the contract not being awarded.
The following coverage's are required:
Worker's Compensation:
Comprehensive Automobile Liability:
Comprehensive General Liability:
Statutory
$250,000 Each person
$500,000 Each Occurrence
$100,000 Each Occurrence
$1,000,000 Single Limit
- 15 -
PREVAILING WAGE ACT COMPLIANCE DECLARATION
The Contractor agrees to comply in all respects with the New Jersey Prevailing Wage Act, Chapter 150,
P.L. 1963 as amended. Workers shall be paid not less than such prevailing wage. Current information
regarding the Act and prevailing wages may be found at www.nj.gov/labor. In the event it is found that
any worker employed by the Contractor or any Subcontract covered by the contract herein has been paid a
rate of wages less than the prevailing rate required to be paid by such contract, the Owner may terminate
the Contractor's or Subcontractor's right to proceed with the work or such part of the works as to which
there has been a failure to pay required wages and to prosecute the work to completion or otherwise. The
Contact and his sureties shall be liable to the Owner for any excess costs occasioned thereby.
Also, the New Jersey Department of Labor, Division of Wage and Hour Compliance, makes official
debarment status determinations with respect to public works contract eligibility. The Department of
Labor's website, www.nj.gov/labor, contains the list of firms and individuals that have been debarred in
accordance with the provisions of the New Jersey Prevailing Wage Act from engaging in or bidding on
Public Works Contracts in New Jersey. If you have any questions concerning the current debarment
status of any firm or individual with respect to the Prevailing Wage Act, contact the Division of Wage
and Hour Compliance at (609) 292-2283.
Before final payment is made by or on behalf of the Township or any sum or sums due to the work, the
Contractor or Subcontractor shall file with the Chief Finance Officer of the Township, written statements
in the form satisfactory to the Commissioner of the New Jersey Department of Labor certifying to the
amounts then due and owning from such contractor or subcontractor filing such statement to any and all
workers for wages due on account of the work, setting forth therein the names of the persons whose
wages are unpaid and the amount due to each respectively which statement shall be certified by the oath
of the Contractor or Subcontractor as the case may be in accordance with the said New Jersey Prevailing
Wage Act.
The prevailing wage rate shall be determined by the Commissioner of the New Jersey Department of
Labor or his duly authorized deputy or representative.
The undersigned (individual) (partnership) (corporation) under the Laws of the State of
having principal offices at
Signed:
Print or Type Name of Signatory:
Company Name:
Address:
Telephone Number:
- 16 -
TOWNSHIP OF GLOUCESTER
PROPOSAL FORM
The undersigned hereby declares that he/she has carefully examined the names; that the bid is submitted
in compliance with P.L. 1975, C. 127 (N.J.A.C) 17:27) New Jersey's Affirmative Action Employment
Law; that this bid is submitted without any previous understanding agreement or connection with any
other person, firm or a corporation making a bid for the same purpose, and is in all respects fair and
without collusion or fraud; that he/she will contract to carry out the contract in accordance with the
specifications and on time; and that this bid is submitted with no member of the Council of the Township
of Gloucester, nor any officer, employee or person whose salary is paid by the Township being directly or
indirectly interested in this bid or in the supplies, materials, equipment, work or service to which this bid
relates, or any portion of the profits thereof.
The bidder shall explain all exceptions to the specifications on a separate page and attach said exceptions
to their bid proposal. The Township of Gloucester reserves the right to reject any or all bids. Bidder shall
supply any appropriate literature on the product/service.
The undersigned, as bidder, declares that I have carefully examined the Notice to Bidders, Instructions to
Bidders, General Specifications and the Form of Proposal and am familiar with the work to be bid and
will supply the required product, goods and or services to the Township of Gloucester in accordance with
this document.
BID PRICE:
Total amount each property for lawn services including front
and back of unit not to exceed 1/2 acre:
The undersigned is:
Corporation of
an individual
Federal ID Number:
Representative:
Signature:
Print Name and Title:
Address:
Telephone:
Date:
$
a Partnership under the laws of the State
a
having principle offices at
- 17 -
SEAL
--- Document: Specifications for the purchase of 2014 dodge 2500 pickup or equal ---
SPECIFICATIONS FOR THE PURCHASE OF
2014 DODGE 2500 PICKUP OR EQUAL
FOR THE TOWNSHIP OF GLOUCESTER
COUNTY OF CAMDEN
MAYOR
DEPARTMENT HEAD
BUSINESS ADMINISTRATOR
BID OPENING DATE: April 9, 2014 10:30 AM
SPECIFICATIONS # P.W.: 14-04
SOLICITOR
TOWNSHIP OF GLOUCESTER, CAMDEN COUNTY
NOTICE TO BIDDERS
NOTICE is hereby given that sealed proposals for the:
2014 DODGE 2500 PICKUP OR EQUAL
BID SPECIFICATION NUMBER: PW: 14-04
will be received no later than 10:30 am prevailing time on April 9, 2014, at the Municipal
Building, Chews-Clementon Road, Chews Landing, New Jersey
PROPOSALS must be addressed to the Township Council, PO Box 8, Blackwood, New Jersey,
08012 and will be opened and read publicly at the above time and date, and should be in a sealed
envelope marked:
2014 DODGE 2500 PICKUP OR EQUAL
DO NOT OPEN UNTIL: April 9, 2014@ 10:30AM
PROPOSAL forms, instructions to bidders, specifications and other bidding documents may be
examined or obtained at the office of the Township Clerk, 1261 Chews Landing Road, Laurel
Springs, New Jersey, during normal business hours.
The Township Council reserves the right to reject any or all proposals in whole or in part, and to
waive such informalities as may be permitted by law.
BIDDERS are required to comply with the requirements of P.L. 1975, Chapter 127, and P.L.
1977, Chapter 33.
Information on Affirmative Action Program requirements is available at the office of the
Township Clerk, Municipal Complex, Chews-Clementon Road, Laurel Springs, New Jersey.
Rosemary DiJosie
BID PROPOSAL FORM
(Contract Title and Bid Number, if applicable)
(Description of goods/services being bid)
The undersigned proposes to furnish and deliver the above goods/services pursuant to the bid
specification and made part hereof:
Amount in words
S
Amount in numbers
Company Name
Address
Signature of Authorized Agent
Title
Telephone Number
Date
Federal I.D. # or Social Security #
Type or Print Name
PROPOSAL FORM/SIGNATURE PAGES
To:
Township Council
Gloucester Township
1261. Chews Landing Road
Laurel Springs, NJ 08021
Council:
Date:
This proposal is submitted in accordance with your advertisement inviting proposals to be received
for the project identified as:
Having carefully examined the "Advertisement for Bids:, Bidding Instruction", General Clauses",
"Plans", etc. hereinafter, bulletins applying thereto, and being familiar with the various conditions
affecting the work, the undersigned hereby agrees to furnish all materials, perform all labor, and all
else necessary to complete the work in strict accordance with the specifications for prices as follows:
In case this proposal is accepted, the undersigned is hereby bound to enter into contract within
ten(10) days after receipt of notice of acceptance for above mentioned work, in accordance with such
specifications.
day
(Type or Print Name)
2
Subscribed and Sworn
before me this
of
Notary public of
My commission expires
(Seal)
Signature
INSTRUCTIONS TO BIDDERS
NO DEPOSIT OR FEE IS REQUIRED FOR SPECIFICATIONS
QUALIFICATIONS OF BIDDERS
All bidders must be prepared to present suitable evidence of their financial standing and to furnish
a list of similar work recently completed.
No verbal instructions or information to bidders will be binding. The specifications will be
considered as clear and complete unless written attention is called to any discrepancies or
incompleteness before the opening of bids. Should any written inquiries be received by the Business
Administrator, these inquiries will be answered in the form of bulletins and issued to all bidders.
These bulletins shall be considered a part of these specifications.
Bids will be considered as conclusive evidence of complete examination of specifications and
samples. It is understood that parties making bids accept all the terms and conditions expressed and
contained in the specifications attached to the proposal submitted.
A proposal Form/Signature Page is provided in these specifications. This form must be used in
submitting a proposal and all pages of the form must be completely filled out and signed by the
bidder.
PRESENTATION OF BIDS
Each bid must be enclosed in a sealed envelope and clearly marked on the outside:
"BID PROPOSAL
"(see advertisement, page 1), and delivered to the Office of the
Township Clerk, 1261 Chews Landing Rd., Laurel Springs, New Jersey 08021.
WITHDRAWALS
No proposal may be withdrawn later than 4:30 p.m. prevailing time on the day of the opening of the
bids. No modifications or explanations of any bid will be allowed after the same is sealed and
delivered to the Township Clerk. The proposals will be opened and read publicly by the Township
Council.
The Township Council reserves the right to reject any or all bids or parts thereof as deemed to be in
the best interest of the Township and to waive any immaterial informalities as may be permitted by
law.
FORM OF CONTRACT
The successful bidder will be required to execute a written contract with the Township Council
within ten(10) days after notice of the acceptance of their proposal.
BID BOND
Each bid shall be accompanied by a certified check, cashier's check or bid bond duly executed by
the bidder as the principal and having as surety thereon a surety company approved by the
Township of Gloucester in the amount not less than ten percent (10%), but in no case in excess
of $20,000.00 or the amount of bid. Any such bid bond shall be without endorsement or
conditions. Bid shall also be accompanied with a certificate letter from a surety company stating
that it will provide the bidder with the completion bond.
SURETY BOND
The successful bidder will be required to furnish a surety bond in the amount of one hundred
percent (100%) of the contract price, the condition of which shall be in the full and complete
execution and performance of each and all of the terms contained in the contract, proposal,
specifications and instructions to bidders. The bond shall meet all requirements of the Township
Council.
NOTE: Surety bond is automatically required when the contract price exceeds nine hundred
ninety nine dollars and ninety nine cents, ($999.99); when the contract price is under $999.99,
surety bond may be required by the Township Council if they deem it necessary and in the best
interest of the Township.
Entire cost of bond(s) shall be paid for by the individuals, firms, or corporations with whom the
contract(s) are entered into for the execution of any other purchases, or the furnishing or hiring of
any materials or supplies.
WE ARE WAIVING
THE REQUIREMENT FOR A
SURETY BOND
NOT THE BID BOND
WHICH IS LOCATED ON
PAGE 7
CONSENT OF SURETY
A performance bond will be required from the successful contractor on this project, and
consequent, all bidders shall, with their bid, a certificate in substantially the following form:
TO:
(Owner)
RE:
(Contractor)
(Project Description)
This is to certify that the
(Surety Company)
will provide to
(Owner)
a performance bond
in the full amount of awarded contract in the event that said contractor is awarded a contract for
the above project.
(CONTRACTOR)
(Authorized Agent of Surety Company)
Date:
CERTIFICATE OF SURETY MUST BE SIGNED BY AN AUTHORISED AGENT
OR REPRESENTATIVE OF A SURETY COMPANY AND NOT BY THE
INDIVIDUAL OR COMPANY REPRESENTATIVE SUBMITTING THE BID.
SPECIFICATIONS
These specifications are intended to cover the furnishing of all materials and the performance of all
work that may be required or necessary for the complete compliance of the contract and the
contractor will be required to do all things. Where plans, drawings or schematics accompany certain
sections of the specifications, these shall be considered as a part of these specifications.
INTERPRETATIONS OF SPECIFICATIONS
Should the contractor discover discrepancies in the specifications, the matter shall be immediately
brought to the attention of the Township of Gloucester and the discrepancies corrected by written
agreement before preceding further.
All explanation, interpretations and instructions required under these specifications will be given by
the Township upon written request from bidders.
Equipment to be furnished (if applicable) shall be new, first-class, or as specifically stipulated in the
detailed specifications and shall meet with the approval of the Township Council or their designated
representative.
All equipment if applicable, shall conform to the requirements of these specifications and any
equipment rejected by the Council as not complying with these specifications shall be immediately
removed and replaced with acceptable equipment.
EXTRA WORK
No extras or additional work will be allowed or paid for unless such extras or additional work is
ordered in writing by the Township and the price fixed and agreed before such work is performed.
ADDITIONS OR DEDUCTIONS
The Council of the Township of Gloucester shall have the right, without invalidating the contract,
to make additions to or deductions from the work covered by these specifications and in case such
deductions in cost shall be made between the Council and the contractor, but must be agreed to in
writing.
PROTECTION BY CONTRACTOR
The contractor agrees to indemnify and save harmless the Township and their representatives from
all suits or actions of every nature and description brought against them or either of them, or on
account of the use of patented or copyrighted material, appliances, products, or processes, with legal
protection. The contractor shall not transfer or sublet any portion of the work covered by these
specifications without written consent of the Township.
GENERAL CLAUSE
PROPOSAL FORMS
As noted under "instructions to bidders", attached to these specifications is a "Proposal
Form/Signature Form", which must be completely filled out and signed by each bidder.
As these Instructions to Bidders, Specifications, Form of Proposal, Signature Page, General and
Special Clauses, etc. all refer to each other and together constitute a whole legal binding agreement
and must be returned together as when delivered to bidder.
NO BID WILL BE ACCEPTED UNLESS SUBMITTED ON THE FORMS FURNISHED HEREIN
All bids must be sealed, marked and delivered in accordance with the instructions in paragraph 5,
and 6. Bids will be opened and read publicly by the Business Administrator at the time and day
specified in the Advertisement for Bids. Reading of the bids will take place at the Municipal
Building, 1261 Chews Landing Road, Laurel Springs, NJ 08021.
DELIVERY
In general, deliveries shall be at such time and place as may be fixed by Council and shall not be
made except upon definite instructions. See "Specifications" for delivery required under these
present specifications.
DISPOSAL OF MATERIALS, SUPPLIED ETC...NOT APPROVED.
Bidders shall understand that when materials, supplies, etc. have been delivered to the job which do
not comply with the specifications and have not been approved, they shall be immediately removed
upon notification to the contractor and replaced with material, supplied, etc., in full accordance with
the specifications.
PAYMENTS
Payments shall be made to the contractor within sixty(60) days ofreceipt of invoice, after inspection
and acceptance of the material and/or work and approval of the invoice by the Township Council
unless otherwise stipulated by the Township in the form of a contract.
NUMBER OF WORKING DAYS
The contract shall contain the date which the work shall be completed or shall specify the number
of working days to be allowed for its completion and/or delivery of materials equipment and
supplies.
EXEMPTION FROM FEDERAL EXCISE AND NEW JERSEY SALES TAX
The Township of Gloucester is exempt from Federal Excise Taxes and the New Jersey Sales Tax.
Net prices as shown in the proposal shall exclude said Federal and State Tax amounts.
NOTE: This provision shall not apply to construction, repair and/or maintenance contracts where
bidder purchases supplies, materials, and/or equipment and includes costs thereof in computation
of his bid or proposal.
NEW JERSEY PREVAILING WAGE ACT
All work on this project shall comply with the requirements under the 1963 Revised Statutes of New
Jersey Chapter 150, "Prevailing Rate of Wages on Public Contracts".
Current applicable Wage Rate Determination of the State of New Jersey Department of Labor
shall become part of the contract.
DOMESTIC PRODUCTS
Only manufactured products of the United States, wherever available, shall be used in connection
with this undertaking, pursuant to 40A:11-18 of the Revised Statutes of the State of New Jersey.
PUBLIC DISCLOSURE
Chapter 33 of the Public Laws of 1977 provides that no Corporation or Partnership shall be awarded
any State, County, Municipal, or School District contract for the performance of any work or the
furnishing of any materials or supplies, unless prior to the receipt of the bid or accompanying the bid
of said Corporation or Partnership there is submitted a statement. The statement shall set forth the
names and addresses of all stockholders in the Corporation or Partnership who own ten percent
(10%) or more if its stock or any class, or of all individual partners in the Partnership who owns a
ten percent(10%) or greater interest therein.
FAILURE TO SUPPLY THIS INFORMATION WITH "FORM OF PROPOSAL" WILL BE
CAUSE TO REJECT THE BID
Full firm name of Bidder
Address
City, State, Zip Code
Phone Number
Signature of Bidder
Fax Number
CAB
DODGE 2500 - SLT 4X4 CREW CAB
WITH SNOW PLOW OR EQUAL
DESCRIPTION
2500 CREW CAB 4X4 (149 IN WB 6FT 4IN BOX)
TRIM PACKAGE MUST EQUAL AN SLT PACKAGE (NO EXCEPTIONS)
ENGINE POWER TRAIN
5.7L V-8 HEMI VVT ENGINE OR EQUAL (NOT TO EXCEED 6.0 LITER)
5-SPEED AUTOMATIC TRANSMISSION
GVW RATING - 8,800 POUNDS
OPTIONS
BRIGHT WHITE CLEAR COAT
ΜΟΝΟΤΟNE PAINT
PREMIUM CLOTH BUCKET SEATS (DARK SLATE/MEDIUM GRAYSTONE)
115 VOLT AUXILIARY POWER OUTLET
POWER 10 WAY DRIVERS SEAT
POWER LUMBAR ADJUST
REAR SEAT 60/40 SPLIT FOLDING SEAT
REAR WINDOW DEFROSTER (REAR FIXED WINDOW)
ANTI SPIN DIFFERENTIAL REAR AXLE
MEDIA CENTER CD/MP3 RADIO
LEATHER WRAPPED STEERING WHEEL (WITH WHEEL MOUNTED AUDIO
CONTROL)
OVERHEAD CONSOLE WITH GARAGE DOOR OPENER COMPARTMENT
POWER HEATED MIRRORS WITH AUTO DIM/SIGNALS
AUTO DIMMING MIRRORS
BLACK EXTERIOR MIRRORS (CHROME OR PAINTED ARE ACCEPTABLE)
EXTERIOR MIRRORS WITH TURN SIGNAL
GLOVE BOX LAMP
REAR DOME LAMP WITH ON-OFF SWITCH
AUTO DIMMING REARVIEW MIRROR
SUNVISOR WITH ILLUMINATED VANITY MIRRORS
UNDERHOOD LAMP
REMOTE START SYSTEM
SECURITY ALARM
BLACK VINYL FLOOR COVERING
CHROME TUBULAR SIDE STEPS
UNDER RAIL BOX BEDLINER
17X8.0 POLISHED FORGED ALUMINUM WHEELS
LT 265170R17E ON/OFF ROAD TIRES
HEAVY DUTY SNOW PLOW PREP PACKAGE
CLASS IV RECEIVER HITCH WITH TRAILER TOW WIRING 7 PIN PLUG
SMOKER'S GROUP
XAC - PARK VIEW REAR BACK up camera,
Municipal Bid Specifications
8' Super Duty Straight Blade
Blade: The blade shall be 8' wide and is a full moldboard trip blade design. Blade moldboard shall be
constructed from 11 gauge steel and comes standard with a ½" x 6" cutting edge and cast iron wear
shoes. Blade shall be 29" high with 7 vertical and 2 diagonal ribs. Blade measures 83" wide when
angled at 30 degrees and 96" when in the straight position. Blade shall have a heavy duty pushframe
and quadrant which 1 ½"x10" hydraulic angle rams attach directly to. The quadrant shall have built in
angle ram stops. Blade shall include 4 fully adjustable trip springs and a shock absorber. The blade and
all attached parts shall have a baked-on powdercoat finish with a zinc primer undercoating.
Plow Attaching System: The plow shall have a hydraulically assisted attaching mechanism with an
electrical toggle switch mounted on the headgear. The connecting pin spring levers can be properly
positioned and shall engage automatically when toggle switch is energized and headgear is raised by use
of the hydraulic lift cylinder and hydraulic power unit. The system shall also have a direct mounted 2"x
1 1/8"x10" lift ram with no lift chain or linkage. The truck mounted push assembly shall be height
adjustable to be properly adjusted to various vehicle ride heights.
Headlamp System: The plow headlamps shall have separate high and low beam bulbs. Each headlamp
shall include Halogen InfraRed low beam bulb to provide whiter light. While on high beam both high
and low beam bulbs shall be illuminated to provide the ultimate in light output. System shall include
cab mounted toggle switch to energize plow lights when plow is attached. Headlamp mounting
mechanism shall include wraparound type hold down mount and tab style adjustment locking
mechanism. Lights meet SAE and FMVSS 108 specifications.
Electrical / Control System: Electrical system shall have two connectors at the vehicle grille. Control
harness shall have complete compatibility to operate either straight plows or Vee plows with no
modifications to harness. Electrical power for plow shall come directly from vehicle battery and shall
have no effect on other vehicle systems. Plow control options shall include a push button type handheld
control or a joystick type control. Handheld control shall have options that include the control being
pedestal mounted, mounted to dash or the handle being removed for operators' preference.
Hydraulic System: The complete hydraulic system shall be contained inside an enclosure protecting it
from corrosive elements and hydraulic freeze-up. The two part system shall consist of an electric
hydraulic power unit operating at 2500psi and a separate electrically activated hydraulic valve block.
The atmospheric breather for the system shall be enclosed from the elements to avoid water ingression
each time the system is activated. All plow angling hydraulic cylinders shall have nitride coated rods to
resist corrosion. Fluid level can be checked without tools.
Rubber Snow Deflector
Warranty: Snowplow has two year parts and flat rate labor warranty against defects in material or
workmanship.
AFFIRMATIVE ACTION COMPLIANCE NOTICE
N.J.S.A 10:5-31 and N.J.A.C. 17:27
GOODS AND SERVICES CONTRACTS
(INCLUDING PROFESSIONAL SERVICES)
This form is a summary of the successful bidder's requirement to comply with requirements of
N.J.S.A. 10:5-31 and N.J.A.C. 17:27.
The successful bidder shall submit to the public agency, after notifications of award but prior to
execution of this contract, one of the following three documents as forms of evidence.:
(a) A photocopy of a valid letter that the contractor is operating under an existing Federally
approved or sanctioned Affirmative Action Program (good for one year from the date of the
letter):
OR
(b) A photocopy of a Certificate of Employee Information Report approval, issued in
accordance with N.J.A.C. 17:27-4
OR
c) A photocopy of an Employee Information Report (Form AA302) provided by the Division
and distributed to the public agency to be completed by the contractor
The successful vendor may obtain the Affirmative Action Employee Information Report (AA302)
from the contraction unit during normal business hours.
The successful vendor(s) must submit the copies of the AA302 Report to the Division of Contract
Compliance and Equal Employment Opportunity in Public Contracts (Division). The Public Agency
copy is submitted to the public agency, and the vendor copy is retained by the vendor.
The undersigned vendor certifies that he/she is aware of the commitment to comply with the
requirements of N.J.S.A. 10:5-31 and N.J.A.C. 17:27 and agrees to furnish the required forms of
evidence.
The undersigned vendor further understands that his/her bid shall be rejected as non-responsive if
said contractor fails to comply with the requirements of N.J.S.A. 10:5-31 and N.J.A.C. 17:27.
COMPANY:
PRINT NAME:
SIGNATURE
TITLE:
DATE:
SUPPLEMENT TO BID SPECIFICATIONS
NON-DISCRIMINATION
During the performance of a contract, the contractor agrees as follows:
1.
2.
3.
4.
5.
The contractor or subcontractor, where applicable, will not discriminate against any
employee or applicants for employment because of age, race, creed, color, national origin,
ancestry, marital status, or sex. The contractor will take affirmative action to ensure that
such applicants are recruited and employed, and that employees are treated during
employment, without regard to their age, race, creed, color, national origin, ancestry, marital
status or sex. Such action shall include, but not be limited to the following: employment,
upgrading, demotion or transfer; recruitment or recruitment advertising; layoff or
termination; rates of pay or other forms of compensation; and selection for training, including
apprenticeship. The contractor agrees to post in conspicuous places, available to employees
and applicants for employment, notice to be provided by the Public Agency Equal
Employment Opportunity Officer setting forth provisions of the non-discrimination clause.
The contractor or subcontractor, where applicable, will in all solicitations or advertisements
for employees placed by or on behalf of the contractor, state that all qualified applicants will
receive consideration for employment without regard to age, race, creed, color, national
origin, ancestry, marital status or sex.
The contractor or subcontractor, where applicable, will send to each labor union or
representative of workers with which it has collective bargaining agreement or other contract
or understanding a notice, to be provided by the Public Agency Equal Employment
Opportunity Officer advising the labor union or workers representative of the contractor's
commitments under this act and shall post copies of the notice in a conspicuous place
available to employees and applicants for employment.
The contractor or subcontractor, where applicable agrees to comply with any regulations
promulgated by the Treasurer pursuant to P.L., c.127, as amended and supplemented from
time-to-time.
The contractor or subcontractor agrees to attempt in good faith to employ minority and
female workers consistent with the applicable county employment goals prescribed by
section 5.2 of the regulations promulgated by the Treasurer pursuant to P.L. 1975, c. 127 as
amended and supplemented from time-to-time or in accordance with a binding determination
of applicable county employment goals, determined by the Affirmative Action Office
pursuant to section 5.2 of the regulations promulgated by Treasurer pursuant to P.L. 1975,
c, 127 as amended and supplemented from time-to-time.
6.
The contractor or subcontractor agrees to inform in writing all recruitment agencies,
including employment agencies, placement bureaus, colleges, universities, labor unions, that
it does not discriminate on the basis of age, creed, color, national origin, ancestry, marital
status, or sex, and that it will discontinue the use of any recruitment agency which engages
in direct or indirect discriminatory practices.
7.
The contractor or subcontractor agrees to revise any of its testing procedures, if necessary,
to assure that all personnel testing conforms with the principles of job-related testing, as
established by the statues and court decisions of the State of New Jersey and as established
and by application Federal Law and applicable Federal Court decisions.
8.
The contractor or subcontractor agrees to review all procedures relating to transfer,
upgrading, downgrading and layoff to ensure that all such actions are taken without regard
to age, creed, color, national origin, ancestry, marital status or sex and conform with the
applicable employment goals consistent with the statutes and court decisions of the State of
New Jersey, and applicable Federal Law and applicable Federal Court decisions.
Provisions 4, 5, 6, 7, or 8 not required for subcontractors with (4) or fewer employees or a
contractor who has presented evidence of a Federally approved or sanctioned Affirmative
Action Program
Submitted By:
Name of Firm
Signature
Title
Date
AFFIDAVIT FOR AFFIRMATIVE ACTION
(This Affidavit is part of the Proposal)
STATE OF:
COUNTY OF:
being duly sworn, deposes and says that he/she resides at:
and that he/she is the
of
who signed the foregoing Proposal of Bids, that during the course of this contract, he/she will agree
to the Plan for Affirmative Action.
Subscribed and Sworn to
before me on the
day
of
20
(Notary Public)
My Commission Expires:
(Seal)
GOODS, PROFESSIONAL SERVICES AND
GENERAL SERVICE CONTRACTS
During the performance of this contract, the contractor agrees as follows:
The contractor or subcontractor, where applicable, will not discriminate against any employee or
applicant for employment because of age, race, creed, color, national origin, ancestry, marital status,
sex, affectional or sexual orientation. The contractor will take affirmative action to ensure that such
applicants are recruited and employed, and that employees are treated during employment, without
regard to their age, race, creed, color, national origin, ancestry, marital status, sex, affectional or
sexual orientation. Such action shall include, but not be limited to the following: employment,
upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates
of pay or other forms of compensation; and selection for training, including apprenticeship. The
contractor agrees to post in conspicuous places, available to employees and applicants for
employment, notices to be provided by the Public Agency Compliance Officer setting forth
provisions of the nondiscrimination clause.
The contractor or subcontractor, where applicable will, in all solicitations or advertisements for
employees placed by or on behalf of the contractor, state that all qualified applicants will receive
consideration for employment without regard to age, race, creed, color, national origin, ancestry,
marital status, sex, affectional or sexual orientation. The contractor or subcontractor, where
applicable, will send to each labor union or representative or workers with which it has a collective
bargaining agreement or other contract or understanding, a notice, to be provided by the agency
contracting officer advising the labor union or workers' representative of the contractor's
commitments under this act and shall post copies of the notice in conspicuous places available to
employees and applicants for employment.
The contractor or subcontractor, where applicable, agrees to comply with the regulations
promulgated by the Treasurer to P.L. 1975, c.127, as amended and supplemented from time-to-time
and the Americans with Disabilities Act. The contractor or subcontractor agrees to attempt in good
faith to employ minority and female workers consistent with the applicable county employment goals
prescribed by N.J.A.C. 17:27-5.2 promulgated by the Treasurer pursuant to P.L. 1975, c.127 as
amended and supplemented from time-to-time or in accordance with a binding determination of the
applicable county employment goals determined by the Affirmative Action Office pursuant to
N.J.A.C. 17:27-5.2 promulgated by the Treasurer pursuant to P.L. 1975, c.127, as amended and
supplemented from time-to-time.
The contractor or subcontractor agrees to inform in writing appropriate recruitment agencies in the
area, including employment agencies, placement bureaus, colleges, universities, labor unions, that
it does not discriminate on the basis of age, creed, color, national origin, ancestry, marital status, sex,
affectional or sexual orientation, and that it will discontinue the use of any recruitment agency which
engages in direct or indirect discriminatory practices. The contractor or subcontractor agrees to
revise any of its testing procedures, if necessary, to assure that all personnel testing conforms with
the principles of job-related testing, as established by the statutes and court decisions of the State of
New Jersey and as established by applicable Federal Law and applicable Federal Court decisions.
The contractor or subcontractor agrees to review all procedures relating to transfer, upgrading,
downgrading and layoff to ensure that all such actions are taken without regard to age, creed, color,
national origin, ancestry, marital status, sex, affectional or sexual orientation, and conform with the
applicable employment goals, consistent with the statutes and court decisions of the State of New
Jersey, and applicable Federal law and applicable Federal Court decisions. The contractor and its
subcontractors shall furnish such reports or other documents to the Affirmative Action Office as may
be requested by the office from time-to-time in order to carry out the purposes of these regulations,
and public agencies shall furnish such information as may be requested by the Affirmative Action
Office for conducting a compliance investigation pursuant to Subchapter 10 of the Administrative
Code(NJAC 17:27).
SIGNATURE
(NAME) PRINT OR TYPE
COMPANY NAME:
DATE:
State of New Jersey
County of
NON-COLLUSION AFFIDAVIT
SS:
I,
residing in
(Name of Affiant)
in the County of
(Name of Municipality)
and State of
age, being duly sworn according to law on my oath depose and say that:
of full
I am
(Title or Position)
of the firm of
(Name of Firm)
and that I
(Title of Bid Proposal)
the bidder making this Proposal for the bid entitled
executed the said proposal with full authority to do so that said bidder has not, directly or indirectly
entered into any agreement, participated in any collusion, or otherwise taken any action in restraint
of free, competitive bidding in connection with the above named project; and that all statements
contained in said proposal and in this affidavit are true and correct, and made with full knowledge
that the
relies upon the truth of the statements contained in said Proposal
(Name of contracting unit)
and in the statements contained in this affidavit in awarding the contract for the said project.
I further warrant that no person or selling agency has been employed or retained to solicit or secure
such contract upon an agreement or understanding for a commission, percentage, brokerage, or
contingent fee, except bona fide employees or bona fide established commercial or selling agencies
maintained by
Subscribed and sworn
before me this
of, 2
Notary public of
day
My Commission expires
(Seal)
(Type or Print Name)
(Signature)
CERTIFICATE OF BIDDER SHOWING ABILITY TO PERFORM CONTRACT
of the (City, Town, Township, Borough, etc.)
I,
of
State of
oath depose and say that:
1.
in the County of
and the
of full age, being duly sworn according to law on my
I am a(n) owner, partner, shareholder or officer of the company set forth
below and am duly authorized to execute this affidavit on its behalf.
(Check Appropriate Statements(s))
I own, lease or control the necessary equipment required by the plans,
specifications, and advertisements under which bids are asked for.
I do not own, lease or control all the necessary equipment required by plans,
specifications, and advertisements under which bids are asked for.
If the bidder is not the actual owner or lessee of all the necessary equipment
provide the source from which the equipment will be obtained (Attach
additional sheets if necessary.)
Subscribed and sworn
before me this
of
Attach certification from the owner or person in control of the equipment
definitely granting to the bidder the control of the equipment required during
such time as may be necessary for the completion of that portion of the
contract for which it is necessary.)
day
2
Notary Public of
My Commission Expires:
(Title)
(Name of Company)
(Seal)
PROOF OF BUSINESS REGISTRATION
N.J.S.A. 52:32-44 required that each contractor submit proof of business registration with the bid
proposal. Proof of registration shall be a copy of the bidder's Business Registration
Certificate(BRC). A BRC is obtained from the New Jersey Division of Revenue. Information on
obtaining a BRC is available on the internet at www.nj.gov/dca/lgs/lpcl/busregis/bus or by phone
at (609) 292-1730. N.J.S.A. 52:32-44 imposes the following requirements on contractors and all
subcontractors that knowingly provide goods or perform services for a contractor fulfilling this
contract:
1)
2)
3)
The contractor shall provide written notice to its subcontractors and suppliers to submit proof
of business registration to the contractor;
Prior to receipt of final payment from a contracting agency, a contractor must submit to the
contracting agency an accurate list of all subcontractors or attest that none was used;
During the term of this contract, the contractor and its affiliates shall collect and remit and
shall notify all subcontractors and their affiliates that they must collect and remit to the
Director, New Jersey Division of Taxation, the Use Tax due pursuant to the Sales and Use
Tax Act, (N.J.S.A. 54:32B-1 et seq) on all sales of tangible personal property delivered into
this state.
A contractor, subcontractor or supplier who fails to provide proof of business registration or provides
false business registration information shall be liable to a penalty of $25 for each day of violation,
not to exceed $50,000 for each business registration not properly provided or maintained under a
contract with a contracting agency. Information on the law and its requirements is available by
calling (609) 292-9292.
NEW JERSEY "BUSINESS REGISTRATION CERTIFICATE" FORM
P.L. 2004 Ch. 57 requires that Business Organization's, be registered with the New Jersey
Department of Treasury, Division of Revenue. The definition in the law is as follows:
"Contractor" means a business organization that seeks to enter or has entered into a contract with
a contracting agency, to provide goods, services, or a construction project, the cost of which exceeds
15% of the contracting unit's bid threshold.
Please indicate below, for the bidder and all subcontractors listed on the "Subcontractor Declaration"
herein, as to their registration with the NJ Department of Treasury, Division of Revenue in
accordance with P.L. 2004, Ch57.
Proof of registration is required for all contractor's and named subcontractor's. Proof of registration
means a copy of the organization's Business Registration Certificate". No other form can be
substituted to fulfill this requirement.
Copies of the Business Registration Certificate shall be submitted and attached to this form.
Name
Bidder
(Subcontractor)
(Subcontractor)
(Subcontractor)
(Subcontractor)
Subscribed and Sworn
before me this
day
of
20
Not Registered
Notary Public of
Signature
My Commission Expires
(Type or Print Name)
(Seal)
Registration
Number
CONSTRUCTION CONTRACT
During the performance of this contract the contractor agrees as follows:
1)
2)
The contractor or subcontractor, where applicable, will not discriminate against any
employee or applicant for employment because of age, race, creed, color, national
origin, ancestry, marital status, or sex. The contractor will take affirmative action to
ensure that such applicants are recruited and employed, and that employees are
treated during employment, without regard to their age, race, creed, color, national
origin, ancestry, marital status or sex. Such action shall include, but not be limited
to the following: employment, upgrading, demotion, or transfer; recruitment or
recruitment advertising; layoff or termination; rates of pay or other forms of
compensation; and selection for training, including apprenticeship. The contractor
agrees to post in conspicuous places, available to employees and applicants for
employment, notices to be provided by the Public Agency Equal Employment
Opportunity Officer setting forth provisions of this non-discrimination clause.
The contractor or subcontractor, where applicable, will in all solicitations or
advertisements for employees placed by or on behalf of the contractor, state that all
qualified applicants will receive consideration for employment without regard to age,
race, creed, color, national origin, ancestry, marital status or sex.
3)
The contractor or subcontractor, where applicable, will send to each labor union or
representative of workers with which it has a collective bargaining agreement or
other contract or understanding,
--- Document: Specifications for the purchase of 2014 F550 3 Yard Dump Truck or equal ---
SPECIFICATIONS FOR THE PURCHASE OF
2014 F550 3 YARD DUMP OR EQUAL
FOR THE TOWNSHIP OF GLOUCESTER
COUNTY OF CAMDEN
and May
MAYOR
BUSINESS ADMINISTRATOR
BID OPENING DATE: April 9, 2014 10:15 AM
SPECIFICATIONS # P.W.: 14-03
!
DEPARTMENT HEAD
SOLICITOR
TOWNSHIP OF GLOUCESTER, CAMDEN COUNTY
NOTICE TO BIDDERS
NOTICE is hereby given that sealed proposals for the:
2014 F550 3 YARD DUMP OR EQUAL
BID SPECIFICATION NUMBER: PW: 14-03
will be received no later than 10:15 am prevailing time on April 9, 2014, at the Municipal
Building, Chews-Clementon Road, Chews Landing, New Jersey
PROPOSALS must be addressed to the Township Council, PO Box 8, Blackwood, New Jersey,
08012 and will be opened and read publicly at the above time and date, and should be in a sealed
envelope marked:
2014 F550 3 YARD DUMP OR EQUAL
DO NOT OPEN UNTIL: April 9, 2014@ 10:15AM
PROPOSAL forms, instructions to bidders, specifications and other bidding documents may be
examined or obtained at the office of the Township Clerk, 1261 Chews Landing Road, Laurel
Springs, New Jersey, during normal business hours.
The Township Council reserves the right to reject any or all proposals in whole or in part, and to
waive such informalities as may be permitted by law.
BIDDERS are required to comply with the requirements of P.L. 1975, Chapter 127, and P.L.
1977, Chapter 33.
Information on Affirmative Action Program requirements is available at the office of the
Township Clerk, Municipal Complex, Chews-Clementon Road, Laurel Springs, New Jersey.
Rosemary DiJosie
BID PROPOSAL FORM
(Contract Title and Bid Number, if applicable)
(Description of goods/services being bid)
The undersigned proposes to furnish and deliver the above goods/services pursuant to the bid
specification and made part hereof:
Amount in words
S
Amount in numbers
Company Name
Address
Signature of Authorized Agent
Title
Telephone Number
Date
Federal I.D. # or Social Security #
Type or Print Name
PROPOSAL FORM/SIGNATURE PAGES
To:
Township Council
Gloucester Township
1261 Chews Landing Road
Laurel Springs, NJ 08021
Council:
Date:
This proposal is submitted in accordance with your advertisement inviting proposals to be received
for the project identified as:
Having carefully examined the "Advertisement for Bids:, Bidding Instruction", General Clauses",
"Plans", etc. hereinafter, bulletins applying thereto, and being familiar with the various conditions
affecting the work, the undersigned hereby agrees to furnish all materials, perform all labor, and all
else necessary to complete the work in strict accordance with the specifications for prices as follows:
In case this proposal is accepted, the undersigned is hereby bound to enter into contract within
ten(10) days after receipt of notice of acceptance for above mentioned work, in accordance with such
specifications.
day
(Type or Print Name)
2
Subscribed and Sworn
before me this
of
Notary public of
My commission expires
(Seal)
Signature
INSTRUCTIONS TO BIDDERS
NO DEPOSIT OR FEE IS REQUIRED FOR SPECIFICATIONS
QUALIFICATIONS OF BIDDERS
All bidders must be prepared to present suitable evidence of their financial standing and to fumish
a list of similar work recently completed.
No verbal instructions or information to bidders will be binding. The specifications will be
considered as clear and complete unless written attention is called to any discrepancies or
incompleteness before the opening of bids. Should any written inquiries be received by the Business
Administrator, these inquiries will be answered in the form of bulletins and issued to all bidders.
These bulletins shall be considered a part of these specifications.
Bids will be considered as conclusive evidence of complete examination of specifications and
samples. It is understood that parties making bids accept all the terms and conditions expressed and
contained in the specifications attached to the proposal submitted.
A proposal Form/Signature Page is provided in these specifications. This form must be used in
submitting a proposal and all pages of the form must be completely filled out and signed by the
bidder.
PRESENTATION OF BIDS
Each bid must be enclosed in a sealed envelope and clearly marked on the outside:
"BID PROPOSAL
"(see advertisement, page 1), and delivered to the Office of the
Township Clerk, 1261 Chews Landing Rd., Laurel Springs, New Jersey 08021.
WITHDRAWALS
No proposal may be withdrawn later than 4:30 p.m. prevailing time on the day of the opening of the
bids. No modifications or explanations of any bid will be allowed after the same is sealed and
delivered to the Township Clerk. The proposals will be opened and read publicly by the Township
Council.
The Township Council reserves the right to reject any or all bids or parts thereof as deemed to be in
the best interest of the Township and to waive any immaterial informalities as may be permitted by
law.
FORM OF CONTRACT
The successful bidder will be required to execute a written contract with the Township Council
within ten(10) days after notice of the acceptance of their proposal.
BID BOND
Each bid shall be accompanied by a certified check, cashier's check or bid bond duly executed by
the bidder as the principal and having as surety thereon a surety company approved by the
Township of Gloucester in the amount not less than ten percent (10%), but in no case in excess
of $20,000.00 or the amount of bid. Any such bid bond shall be without endorsement or
conditions. Bid shall also be accompanied with a certificate letter from a surety company stating
that it will provide the bidder with the completion bond.
SURETY BOND
The successful bidder will be required to furnish a surety bond in the amount of one hundred
percent (100%) of the contract price, the condition of which shall be in the full and complete
execution and performance of each and all of the terms contained in the contract, proposal,
specifications and instructions to bidders. The bond shall meet all requirements of the Township
Council.
NOTE: Surety bond is automatically required when the contract price exceeds nine hundred
ninety nine dollars and ninety nine cents, ($999.99); when the contract price is under $999.99,
surety bond may be required by the Township Council if they deem it necessary and in the best
interest of the Township.
Entire cost of bond(s) shall be paid for by the individuals, firms, or corporations with whom the
contract(s) are entered into for the execution of any other purchases, or the furnishing or hiring of
any materials or supplies.
WE ARE WAIVING
THE REQUIREMENT FOR A
SURETY BOND
NOT THE BID BOND
WHICH IS LOCATED ON
PAGE 7
CONSENT OF SURETY
A performance bond will be required from the successful contractor on this project, and
consequent, all bidders shall, with their bid, a certificate in substantially the following form:
TO:
(Owner)
RE:
(Contractor)
(Project Description)
This is to certify that the
(Surety Company)
will provide to
(Owner)
a performance bond
in the full amount of awarded contract in the event that said contractor is awarded a contract for
the above project.
(CONTRACTOR)
(Authorized Agent of Surety Company)
Date:
CERTIFICATE OF SURETY MUST BE SIGNED BY AN AUTHORISED AGENT
OR REPRESENTATIVE OF A SURETY COMPANY AND NOT BY THE
INDIVIDUAL OR COMPANY REPRESENTATIVE SUBMITTING THE BID.
SPECIFICATIONS
These specifications are intended to cover the furnishing of all materials and the performance of all
work that may be required or necessary for the complete compliance of the contract and the
tontractor will be required to do all things. Where plans, drawings or schematics accompany certain
sections of the specifications, these shall be considered as a part of these specifications.
INTERPRETATIONS OF SPECIFICATIONS
Should the contractor discover discrepancies in the specifications, the matter shall be immediately
brought to the attention of the Township of Gloucester and the discrepancies corrected by written
agreement before preceding further.
All explanation, interpretations and instructions required under these specifications will be given by
the Township upon written request from bidders.
Equipment to be furnished (if applicable) shall be new, first-class, or as specifically stipulated in the
detailed specifications and shall meet with the approval of the Township Council or their designated
representative.
All equipment if applicable, shall conform to the requirements of these specifications and any
equipment rejected by the Council as not complying with these specifications shall be immediately
removed and replaced with acceptable equipment.
EXTRA WORK
No extras or additional work will be allowed or paid for unless such extras or additional work is
ordered in writing by the Township and the price fixed and agreed before such work is performed.
ADDITIONS OR DEDUCTIONS
The Council of the Township of Gloucester shall have the right, without invalidating the contract,
to make additions to or deductions from the work covered by these specifications and in case such
deductions in cost shall be made between the Council and the contractor, but must be agreed to in
writing.
PROTECTION BY CONTRACTOR
The contractor agrees to indemnify and save harmless the Township and their representatives from
all suits or actions of every nature and description brought against them or either of them, or on
account of the use of patented or copyrighted material, appliances, products, or processes, with legal
protection. The contractor shall not transfer or sublet any portion of the work covered by these
specifications without written consent of the Township.
PROPOSAL FORMS
GENERAL CLAUSE
As noted under "instructions to bidders", attached to these specifications is a "Proposal
Form/Signature Form", which must be completely filled out and signed by each bidder.
As these Instructions to Bidders, Specifications, Form of Proposal, Signature Page, General and
Special Clauses, etc. all refer to each other and together constitute a whole legal binding agreement
and must be returned together as when delivered to bidder.
NO BID WILL BE ACCEPTED UNLESS SUBMITTED ON THE FORMS FURNISHED HEREIN
All bids must be sealed, marked and delivered in accordance with the instructions in paragraph 5,
and 6. Bids will be opened and read publicly by the Business Administrator at the time and day
specified in the Advertisement for Bids. Reading of the bids will take place at the Municipal
Building, 1261 Chews Landing Road, Laurel Springs, NJ 08021.
DELIVERY
In general, deliveries shall be at such time and place as may be fixed by Council and shall not be
made except upon definite instructions. See "Specifications" for delivery required under these
present specifications.
DISPOSAL OF MATERIALS, SUPPLIED ETC...NOT APPROVED.
Bidders shall understand that when materials, supplies, etc. have been delivered to the job which do
not comply with the specifications and have not been approved, they shall be immediately removed
upon notification to the contractor and replaced with material, supplied, etc., in full accordance with
the specifications.
PAYMENTS
Payments shall be made to the contractor within sixty(60) days of receipt of invoice, after inspection
and acceptance of the material and/or work and approval of the invoice by the Township Council
unless otherwise stipulated by the Township in the form of a contract.
NUMBER OF WORKING DAYS
The contract shall contain the date which the work shall be completed or shall specify the number
of working days to be allowed for its completion and/or delivery of materials equipment and
supplies.
EXEMPTION FROM FEDERAL EXCISE AND NEW JERSEY SALES TAX
The Township of Gloucester is exempt from Federal Excise Taxes and the New Jersey Sales Tax.
Net prices as shown in the proposal shall exclude said Federal and State Tax amounts.
NOTE: This provision shall not apply to construction, repair and/or maintenance contracts where
bidder purchases supplies, materials, and/or equipment and includes costs thereof in computation
of his bid or proposal.
NEW JERSEY PREVAILING WAGE ACT
All work on this project shall comply with the requirements under the 1963 Revised Statutes of New
Jersey Chapter 150, "Prevailing Rate of Wages on Public Contracts".
Current applicable Wage Rate Determination of the State of the New Jersey Department of Labor
shall become part of the contract.
DOMESTIC PRODUCTS
Only manufactured products of the United States, wherever available, shall be used in connection
with this undertaking, pursuant to 40A:11-18 of the Revised Statutes of the State of New Jersey.
PUBLIC DISCLOSURE
Chapter 33 of the Public Laws of 1977 provides that no Corporation or Partnership shall be awarded
any State, County, Municipal, or School District contract for the performance of any work or the
furnishing of any materials or supplies, unless prior to the receipt of the bid or accompanying the bid
of said Corporation or Partnership there is submitted a statement. The statement shall set forth the
names and addresses of all stockholders in the Corporation or Partnership who own ten percent
(10%) or more if its stock or any class, or of all individual partners in the Partnership who owns a
ten percent(10%) or greater interest therein.
FAILURE TO SUPPLY THIS INFORMATION WITH "FORM OF PROPOSAL" WILL BE
CAUSE TO REJECT THE BID
Full firm name of Bidder
Address
City, State, Zip Code
Phone Number
Signature of Bidder
Fax Number
GLOUCESTER TOWNSHIP
SPECIFICATIONS
2015 FORD F-550
FOUR WHEEL DRIVE DUMP TRUCK
GLOUCESTER TOWNSHIP
General Specifications: DUMP TRUCK
I. The specifications contained herein are intended to describe a heavy duty chassis for a dump truck.
II. The bidder will submit a binding proposal on the forms accompanying these specifications, in the manner
indicated in the Notice to Bidders. The bid shall be submitted in a sealed envelope with the words "BID
ENCLOSED-DUMP TRUCK".
III. A complete unit ready for use, shall be delivered to the Township no more than 180 days from the
signing of a contract.
IV. Placement of the compactor body on its chassis shall be such that when fully loaded, the overall weight
shall be distributed according to the specified axle weights for those vehicles and it's intended use.
V. The bidder shall guarantee that all articles of equipment including all parts thereof are of first quality
throughout. The bidder further warranties all equipment, and all parts thereof against any defects of
workmanship, design, construction and materials, and guarantees to repair or replace without cost of the
owner, any article that has become defective, in service and not proven to have been caused by
negligence on the part of the user. Within twelve (12) months from the date of acceptance by owner.
VI. Service under the guarantee and, subsequent to the expiration of the guarantee, service required as part of
the maintenance of the equipment, shall be available from a shop operated by the bidder, or under the
control of the bidder, or under contract with the bidder. The shop shall be located no more than one half
hours drive, over regularly-used roads during normal business hours, from the center of the Township.
Any bidder whose service facilities do not meet the criteria as set forth in this section shall submit with
the bid evidence satisfactory to the Township of a firm commitment, by a reputable and established
service organization, for complete satisfaction of the terms of this section. That commitment shall be for
no less than one (1) year from the date delivery of the vehicle.
VII. There shall be a 20-working day trial period for reach vehicle, during which time the vehicle will be
used, prior to final acceptance of the vehicle by the Township. During this 20-day period, the bidder
shall immediately remedy any and all faults in the new vehicle brought to the bidder's attention by the
Township.
VIII. Vehicle(s) shall be delivered with all specified components included and with a full charge of all fluids.
Complete service manuals will be supplied at the time of delivery.
IX. These specifications are meant to be complete and informative. They are not assumed to be exhaustive.
All items required to make a complete, finished, working unit must be included whether specified or not.
If a bidder has questions about the specifications, the questions should be addressed, in writing, to the
Township Public Works Dept., in advance of the bid opening. Responses, in writing, will be made
available to all bidders.
X. Payment will be in a lump sum following acceptance of the vehicle by the Township. Payment will be
made within thirty (30) days of when the bidder presents a voucher for payment. The voucher may be
submitted upon acceptance of the vehicle by the Township.
XI. The complete end unit is to be supplied by the successful bidder. Splitting of bids is not acceptable.
XII. Warranty service will be the responsibility of the successful bidder, if service is required during the base
warranty period, the supplying vendor is responsible for the towing of the vehicle and any parts or
service required to make the necessary repairs.
XIII. Unless noted, explained and approved prior to the bid opening: The specified items are to be provided
exactly as described. IF NOT EXCEPTION IS TAKEN, THE WORD NONE MUST BE WRITTEN IN
THE EXCEPTION FIELD. The terms APPROVAL EQUAL apply to the truck, all mounted equipment,
parts, performance, documentation, training and accessories. Equal or better will be judged by the end
user (Lower Township Public Works). If a Bidder declares that an item is equal or better; they are
required to provide - demonstrations, written explanations, comparisons, as well as written technical and
performance data with quantified, verifiable conclusions to support their claim. Failure to submit the
complete information prior to the bid opening will result in the immediate rejection of the entire bid.
GLOUCESTER TOWNSHIP
TECHNICAL SPECIFICATIONS
2014 FORD F-550 4X4 DUMP TRUCK
OR APPROVAL EQUAL
Unless an exception is noted and approved; all items and equipment are to be supplied exactly as specified. If no
exception is taken-write the word NONE on the line provided.
2015 FORD F-550 4X4 SUPER DUTY OR APPROVED EQUAL REGULAR CAB
141" WB, 60" CA DRW
Comply Exactly? Yes No If no, what item(s)
Exceptions:
MECHANCIAL:
6.7 LITER 300HP, 660 FT.LB. TORQUE, TURBO DIESEL ENGINE INCLUDES: ENGINE BLOCK
HEATER, TACHOMETER, 200 AMP ALT, DUAL 78 AMP BATTERIES.
Comply Exactly? Yes No If no, what item(s)
Exceptions:
HD 6 SPEED ELECTRONIC AUTOMATIC TRANSMISSION W/LIVE DRIVE PTO Provision
19,500# GVWR MINIMUM
SPRINGS, Front - Twin Coil Mono Beam 6000 lb capacity
SPRINGS, Rear - LEAF - 13500 lb capacity
13,500 #Rear Axle 4.88 ratio Limited Slip
MONO-BEAM FRONT AXLE 7000#
HD GAS SHOCK ABSORBERS
FRONT TIRES: 225/70R X 19.5 14 Ply ALL TERRAIN
DUAL REAR WHEELS
REAR TIRES: (4) 225/70R19.5 14 PLY ALL TERRAIN
POWER STEERING
POWER 4 WHEEL DISC BRAKES
40 GALLON FUEL CAPACITY
5 GALLON DEF TANK MOUNTED INSIDE FRAME RAIL
FRONT AND REAR STABILIZER BARS
DUAL NOTE HORN
MUD FLAPS FRONT AND REAR
2 SPEED TRANSFER CASE
Comply Exactly? Yes No If no, what item(s)
Exceptions:
EXTERIOR:
ARGENT FRONT BUMPER
BRIGHT WINDSHIELD MOLDINGS ARGENT GRILLE
AERO HALOGEN HEADLIGHTS W/IMPACT RESISTANT LENSES-
WRAPAROUND
FRONT PARKING/TURN SIGNAL LIGHTS, ROOF CLEARANCE LIGHTS
EXTERIOR (CON'T):
DUAL SIDE MOUNTED HEATED MIRRORS WITH
CONVEX SECTION-MOUNTING
WIDTH SUFFICIENT TO SEE AROUND MOUNTED EQUIPMENT
TINTED GLASS
SLIDING REAR WINDOW
INTERVAL WIPERS
EXTERIOR PAINT: WHITE TO BE SELECTED FROM-
MANUFACTURERS COLOR CHARTS PROVIDED WITH BID
SNOW PLOW PREP PACKAGE
TRAILER TOW PACKAGE
RUNNING BOARDS
Comply Exactly? Yes No If no, what item(s)
Exceptions:
INTERIOR:
INTERIOR COLOR: BLACK OR MED STONE VINYL TRIM FULL VINYL-BENCH FRONT
SEAT FOLDING SEAT BACK, BLACK RUBBER FLOOR MATS
BLACK SCUFF PLATES
BLACK VINYL STEERING WHEEL
INSTRUMENTS: VOLTMETER, OIL PRESSURE/TEMP/FUEL GAUGES
W/INDICATOR-LIGHTS
INSIDE HOOD-RELEASE
SIDE WINDOW-DEMISTERS
FACTORY INSTALLED AIR CONDITIONING
(4) AIR REGISTERS
AM/FM STEREO ELECTRONIC ROAD W/DIGITAL CLOCK, POWER POINT
COLOR KEYED INSTRUMENT PANEL W/BLACK APPLIQUES, DAY/NIGHT
REAR VIEW MIRROR
COLOR KEYED DOOR TRIM PANEL W/BLACK HANDLES AND REFLECTOR
COLOR KEYED VINYL SUN VISORS W/LH RETAINER BAND, DOME AND
GLOVE BOXLIGHTS
DUAL DOOR OPERATED COURTESY LIGHTS, COLOR KEYED SAFETY
SEAT BELTS
ELECTRIC WINDOWS
ELECTRIC DOOR LOCKS
CIGAR LIGHTER
AUXILIARY PWR POINT
FRONT PASSENGER ASSIST HANDLE
COLOR-KEYED MOLDED CLOTH HEADLINER
11.5" DAY/NIGHT REARVIEW MIRROR
COLOR-KEYED DOOR TRIM PANEL-INC: HARD ARMREST, GRAB HANDLE,
REFLECTOR
COLOR-KEYED CLOTH SUN VISORS INC: LH RETAINER STRAP,
DUAL FRONT COLOR-KEYED COAT HOOKS
FRONT OPERATED DOME LAMP
GRAY FABRIC BACK PANEL COVER
SAFETY
4 WHEEL ANTI-LOCK BRAKES
DRIVER/FRONT PASSENGER AIRBAG SUPPLEMENTAL RESTRAINT-
SYSTEM
COLOR-KEYED SAFETY BELTS W/ADJUSTABLE D-RINGS
DUAL-NOTE ELECTRIC HORN
Comply Exactly? Yes No If no, what item(s)
Exceptions:
PRELIMINARY WARRANTY
New Vehicle Bumper-to-Bumper - 3 years/36,000 miles to include all components except tires wear items,
maintenance, and roadside assistance.
Safety Restraint Coverage - 5 years/50000 miles
Corrosion Perforation - 5 years Unlimited miles
Emissions Performance - Federal Emissions
Emissions Defect - 3 years/36,000 miles on selected parts
Engine: 5 years, 60,000 miles
Bidder must submit description, coverage terms, limitations and exceptions of all warranties (standard and
extended) with the bid package.
EXCEPTIONS:
Service and Repair
In order for the Township to facilitate maintenance and repair of this vehicle, the bidder must maintain a
full service and parts facility capable of performing all preventative maintenance, warranty repair, and
major repair to the vehicle being bid. Should the Township require expedited or emergency vehicle
service, the bidder shall supply the name and telephone number and/or cell number of the contact who
can be reached (7) days a week to coordinate this service. The bidder must provide a statement
containing this information, along with the location of the service facility to be used, the service and parts
hours provided, and the approximate distance in mileage from the owner's location. Bidders who are
located further than the preferred distance from the Township shall provide transportation to and from the
DPW facility for all warrantable repairs and/or adjustments. This shall include towing the vehicle, if
necessary. In addition, any dealer outside the State of New Jersey will be responsible to reimburse the
Township for any tolls incurred by any and all vehicle (including those used to pick up drivers, etc.)
involved in transporting vehicles for warranty work during the entire warranty period. This shall include
repairs for engine, transmission and rear axles in addition to all other chassis components.
MILES TO SERVICE FACILITY
EXCEPTIONS:
MANUALS/ WARRANTY
The end unit will be delivered with the following items:
(1) Fire Extinguisher, interior mounted (under Passenger seat)
(2) Sets of Manufacturers, Line Setting Sheets for chassis, mounted equipment, and optional equipment.
Successful bidder will supply at least 4 hours of operation, maintenance and service training for the engine,
transmission, body and related support systems for the vehicle. Training must be completed at delivery of the
truck.
EXCEPTIONS:
GLOUCESTER TOWNSHIP
PROPOSAL PAGE
SUPPLY AND DELIVERY
2014 FORD F-550 4X4 CHASSIS WITH
DUMP BODY OR APPROVED EQUAL
The Undersigned as bidder, declares that the only person, persons, company or parties interested in this Proposal
are named herein.
The undersigned declares that he has carefully examined each and every item of the annexed form of Contract,
Information for Bidders, and the Specifications therein referred to, and that he fully understands the same; and
that he proposes and agrees that if this Proposal is accepted, he will contract with the Township in the form of the
annexed official contract/agreement to provide the system in the manner and within the time therein prescribed.
The prices submitted in the Proposal are for the specified services/equipment which shall be complete as
specified, delivered at a site specified, placed in operation, and include the cost of the unit complete, including
demonstration, fuel, etc., also the delivery to the site specified, placing in operation.
One (1) 2015 FORD F-550 4X4 DUMP TRUCK: $
TOTAL (1) UNITS $
CHASSIS:
DUMP BODY:
SNOW PLOW
YEAR
MAKE
MAKE
EXCEPTIONS TO SPECIFICATIONS:
MAKE
MODEL
MODEL
YES
PER UNIT
MODEL
Full firm name of Bidder
Address
City, State, Zip Code
Phone Number
Signature of Bidder
Fax Number
SPECIFICATIONS HEAVY DUTY STAINLESS DUMP BODY
NO
THE DUMP BODY REQUIRED UNDER THESE SPECIFICATIONS SHALL BE
CONSTRUCTED OF 304 STAINLESS STEEL. THE BODY, HOIST AND CYLINDER
ARE ALL TO BE MANUFACTURED BY THE SAME COMPANY.
HOIST TO BE Ν.Τ.Ε.Α. RATED TWIN ARM UNDERBODY DESIGN.
LITERATURE MUST BE SUPPLIED FOR DUMP BODY PLOW AND SPREADER
ANY DEVIATIONS TO THESE SPECICATIONS MUST BE NOTED ON SPACE
AVAILABLE.
MINIMUM BODY DIMENSIONS
COMPLY
YES NO
INSIDE LENGTH
9FT
INSIDE WIDTH
7'
OVERALL WIDTH
96"
SIDE HEIGHT
18"
END HEIGHT
24"
REAR POST HEIGHT
24"
CAPACITY
3-5 CUBIC YARD WATER LEVEL
EXCEPTIONS:
MINIMUM BODY CONSTRUCTION
SIDE STEEL 10 GA 304 (ONE PIECE SIDE WALL)
INTEGRAL WITH RUNNING BOARD/RUBRAIL TO SLOPE 30
DEGREES.
FLOOR TO BE 10 GA 304 STAINLESS STEEL
FLOOR RADIUS 2" FULL LENGTH AND INTEGRAL WITH INTERIOR FLOOR
FULL LENGTH WELDING
TOP RAIL: 4" X 4" X 1/8" TUBING.
SIDE BRACES: 2 PER SIDE 8 GAUGE 4" WIDE VERTICAL FACE 304
STAINLESS
BOTTOM RAIL: SLOPED DIRT SHEDDER TYPE FORMED IN
SIDE SHEET
REAR CORNER POST: 6" MINIMUM, 3/16" DROP TYPE FULL DEPΤΗ
TIED TO 4" REAR APRON
EXCEPTIONS:
COMPLY
YES NO
GUSSET PLATES FOR SIDE BOARDS TO BE A MINIMUM 2 ½" X 6" HIGH
FRONT AND REAR
TAILGATE: 2 VERTICAL END BOX BRACES AND BOXED TOP RAIL BRACING
3 PANEL TYPE WITH 2 FULL LENGTH HORIZONTAL DIRT SHEDDER BRACES.
DOUBLE ACTING DESIGN SOCKET, 5/16" SPREADER CHAINS AND 1"LOWER PINS,
TOP QUICK LATCH STAINLESS STEEL NO EXCEPTION
EXCEPTIONS:
3" STRUCTURAL CROSSMEMBERS ON 12" CENTERS
LONGITUDINALS: 6" STRUCTURAL CHANNEL
LIGHTING: SET OF LED OVAL STOP TURN AND TAIL LIGHTS IN REAR CORNER
POSTS OF BODY. STD REFLECTORS. BODY SIDE LIGHTS ARE
RUBBERM MOUNTED WITH LEXAN LENSES AND ARE COMPLETELY
WATERPROOF. REFLECTORS ARE TO BE NON RUSTING MATERIAL.
ALL WIRING IS ENCASED IN PLASTIC WIRE LOOM LACED THROUGH STEEL
CHANNEL WITHIN THE BODY SUB FRAME.
BACK UP ALARM: TYPE "C" 97 DECIBEL LEVEL
BODY UP INDICATOR LIGHT: AS REQUIRED BY OSHA
WELDING: CONTINUOUS EXTERIOR WELDING REQUIRED
½ CAB PROTECTOR
EXCEPTIONS:
MINIMUM HOIST REQUIREMENTS
CYLINDER: TO HAVE CHROME PLATED PISTON ROD WITH RELACEABLE
PACKING. CYLINDER TO BE DOUBLE ACTING WITH MAXIMUM REQUIREMENTS
OF 2000 PSI BOTH SIDES OF PISTON. TOP
CYLINDER PIN
3" CR. BOTTOM PIN 2 3/16" CR. CYLINDER BORE I.D. ΤΟ ΒΕ
A MINIMUM OF 5" AND STROKE ΤΟ ΒΕ 24".
COMPLY
YES NO
HOIST SUB FRAME: FULL LENGTH SEVERE DUTY UNITIZED CONSTRUCTION
WITH 14" HI TENSILE FORMED CHANNEL
LONG MEMBERS
LIFT ARMS: 2 EACH @ " THICK EACH MINIMUM
LIFT LINK: 2 EACH 2 7/8" OD X 1½" TUBING
GUIDES: FOR DUMP BODY ALIGNMENT
LIFT LINK PINS: 1 1/4" OD
DUMP ANGLE: 55 DEGREES
DOUBLE ACTING HOIST: POWER UP POWER DOWN,
500 PSI DOWN SIDE RELIEF VALVE
BODY PROP
BODY AND HOIST : MUST BE PRODUCT OF ONE (1)
MANUFACTURE TO PRECLUDE ANY PROBLEMS OF MATING AND WARRANTY
EXCEPTIONS:
HYDRAULICS
COMPLY
YES NO
FAN BELT DRIVEN GEAR PUMP WITH ELECTRIC CLUTCH.
PRODUCE SUFFICIENT G.P.M. FOR DUMP BODY (POWER UP
AND DOWN), AND UNDER TAILGATE SALT SPREADER
THE HYDRAULIC RESERVOIR/VALVE ENCLOSURE
COMBINATION SHALL BE MOUNTED W/ A 15 GALLON
CAPACITY
THE RESERVOIR SHALL BE EQUIPPED WITH THE
FOLLOWING: ¼" MAGNETIC DRAIN PLUG, 14" FULL FLOW
BRASS BALL VALVE, 2" X 1 1/4" NPT SUCTION STRAINER
WITH 100 MESH SCREEN AND 3 PSI BYPASS VALVE, TANK
MOUNT RETURN LINE FILTER WITH A BUILT IN BREATHER,
AND SIGHT TEMPERATURE GUAGE EXTERNALLY MOUNTED FACING FRONT OF
TRUCK.
COMPLY
YES NO
THE TANK MOUNTED FILTER SHALL BE A 10 MICRON
ABSOLUTE AND RATED FOR NO LESS THAN 40GPM AND
HAVE DIRT HOLING CAPACITY OF 42 GRAMS
RE: FORCE AMERICA TEFB21016VG
THE FILTER SHALL HAVE A CONDITION IDICATOR
WITH AN OPTIONAL ELECTRIC SENDING UNIT
THE ENCLOSURE WILL USE A GASKET LESS PASSIVE
SEAL.
THE ENCLOSURE LID WILL BE REMOVABLE BY ONE PERSON
WITHOUT THE USE OF TOOLS. THE COVER WILL PROТЕСТ
THE FOLLOWING: HYDRAULIC VALVE, ALL VALVE FITTINGS,
HOSE ENDS, TANK MOUNT RETURN FILTER AND BREATHER,
VISUAL AND ELECTRICAL BYPASS SENDING UNITS, AND ANY
ELECTRIAL CONNECTIONS.
THE DIRECTIONAL CONTROL VALVE MUST BE
ACCESIBLE ON ALL SIX SIDES WITHOUT REMOVING
VALVE FROM ENCLOSURE FOR EASE OF SERVICE
HYDRAULIC VALVE
THE HYDRAULIC VALVE SHALL BE A MODULAR
STACKABLE MANIFOLD WITH LEVEL PORT DESIGN.
EACH HYDRAULIC FUNCTION REQUIRES AN INDIVIDUAL
MANIFOLD BE STACKED TOGETHER TO FORM A MANIFOLD
BASE.
INLET SHALL CONSIST OF SAE #12 INLET PORTING
SAE #16 OUTLET PORTING AND OPTIONAL SAE #16 POWER
BEYOND AND SAE #4 LOAD SENSE. AN ADJUSTABLE MAIN
RELIEF WILL BE CONTAINED WITHIN THE INLET TO LIMIT
SYSTEM PRESSURE
THE USE OF AN ELECTRICAL UNLOADER AND DOUBLE
PULL DOUBLE THROW ELECTRIC SWITCHES IS NOT
АССЕРТABLE
EXCEPTIONS:
EACH HYDAULIC VALVE SECTION MUST BE SERVICABLE
WITHOUT REMOVING ANY HYDRAULIC HOSES OR ANY
OTHER HYDRAULIC COMPONENTS.
HOIST SECTION SHOULD CONTAIN A DOWNSIDE DIRECT
ACTING RELIEF ADJUSTABLE FROM 300 TO 1800 PSI TO
PROTECT TRUCK FRAME FROM FORCES ASSOCIATED
WITH POWER HOIST LOWER. A COUNTER BALANCE VALVE
IS ALSO TO BE CONTAINED WITHIN THE HOIST MANIFOLD
ΤΟ ΜΑΙΝΤAIN A CONSTANT DOWN SPEED NO MATTER
THE LOAD. BONNETED CABLE FOR OPERATION
VALVE SEGMENTS HALL BE FORCE AMERICA ADD-A-FOLD
MODEL 2010
SPREADER CONTROL CONSOLE
THE SPERADER CONTROL SHALL REGULATE THE AUGER
AND SPINNER SPEEDS. THERE SHALL BE TWO INDIVIDUAL
DETENTED KNOBS PROVIDING PROPORTIONAL CONTROL
FROM CLOSED TO FULLY OPEN ON THE CONTROL VALVE
OF THE AUGER AND SPINNER.
FRONT FACE PANEL SHALL HAVE STANDBY INDICATOR
LIGHT ACTIVATED BY PUSHING THE AUGER DIAL,
BLAST MODE ADJUSTABEL FOR MOMENTARY OR TIMED
UP TO 16 SECONDS WITH CANCELLATION AND FLASHING
INDICATOR LIGHT.
REMOTE STANDBY AND BLAST INPUTS, SWITCH
SELECTABLE SPEEDOMETER INTERRUPT (SANDER
SHUTDOWN WHEN VEHICLE STOPS), FIVE AUXILLIARY
SWITCHES, REVERSE POLARITY PROTECTED, ADJUSTABLE
BACK LIGHTING VIA VEHICLE CONTROLS. RE: FORCE
AMERICA SSC-2150INTY.
EXCEPTIONS:
COMPLY
YES NO
SPECIFICATIONS UNDER TAILGATE SPREADER 304 STAINLESS STEEL
GENERAL: THE UNIT (S) REQUIRED UNDER THESE
SPECIFICATIONS SHALL BE OF THE UNDER TAILGATE TYPE. THE UNIT
SHALL CONSIST OF A STEEL HOPPER THROUGH, AUGER FEED
CONVEYOR, DISTRIBUTOR SPINNER ASSEMBLY, POWER DRIVE SYSTEM
AND ALL COMPONENTS NECESSARY TO MAKE A COMPLETE OPERATING
UNIT. IT SHALL BE CAPABLE OF SPREADING UNIFORMLY SAND, SALT,
CINDERS, CALCIUM CHLORIDE OR MIXTURES UP TO A WIDTH OF 30 FEET.
BIDDERS MUST PROPOSE TO FURNISH BIDS WITH EXCEPTIONS. ANY
EXCEPTIONS TO THESE SPECIFICATIONS WILL BE CONSIDERED
UNRESPONSIVE.
BODY:
BODY SHALL BE 304 STAINLESS STEEL
7 GUAGE FORMED AUGER THROUGH CONTINUOUSLY
WELDED TO 4" THICK END PANELS.
THE REAR SIDE TROUGH SHALL HINGE
DOWN FOR CLEANING AND REMOVAL OF
FOREIGN MATERIAL. THE DOOR SHALL BE FULL
LENGTH OF THE AUGER WITH 4 HINGE POINTS
AND HAVE DUAL OVER CENTER LATCHES AT
EACH END OF DOOR.
A 7 GUAGE STEEL HINGED COVER PLATE TO
BE PROVIDED SO THAT MATERIAL MAY BE
DUMPED OVER SPREADER WHEN PLATE IS
DOWN. WHEN PLATE IS UP IT WILL PERMIT
DUMPING OF MATERIAL IN AUGER THROUGH.
AN EASILY REMOVABLE COVER PLATE SHALL
BE LOCATED AT DISCHARGE END OF TROUGH
TO RESTRICT MATERIAL FREE FLOW THROUGH
OPENING. THE MOUNTING BRACKETS WITH SLIDE
BARS AND LOCK PINS. "QUICK-MOUNT" STABILIZER
BRACES SHALL BE PROVIDED.
COMPLY
YES NO
EXCEPTIONS:
COMPLY
YES NO
BODY CORNER FILL PLATES TO CONTROL MATERIAL
FLOW FROM DUMP
--- Document: Specifications for the purchase of 2014 25 yard leaf vacuum ---
SPECIFICATIONS FOR THE PURCHASE OF
2014 25 YARD LEAF VACUUM
FOR THE TOWNSHIP OF GLOUCESTER
COUNTY OF CAMDEN
Oude Maya
MAYOR
BUSINESS ADMINISTRATOR
BID OPENING DATE: April 9, 2014 10:45 AM
SPECIFICATIONS # P.W.: 14-05
DEPARTMENT HEAD
SOLICITOR
TOWNSHIP OF GLOUCESTER, CAMDEN COUNTY
NOTICE TO BIDDERS
NOTICE is hereby given that sealed proposals for the:
2014 25 YARD LEAF VACUUM
BID SPECIFICATION NUMBER: PW: 14-05
will be received no later than 10:00 am prevailing time on April 2, 2014, at the Municipal
Building, Chews-Clementon Road, Chews Landing, New Jersey
PROPOSALS must be addressed to the Township Council, PO Box 8, Blackwood, New Jersey,
08012 and will be opened and read publicly at the above time and date, and should be in a sealed
envelope marked:
2014 25 YARD LEAF VACUUM
DO NOT OPEN UNTIL: April 9, 2014@ 10:45AM
PROPOSAL forms, instructions to bidders, specifications and other bidding documents may be
examined or obtained at the office of the Township Clerk, 1261 Chews Landing Road, Laurel
Springs, New Jersey, during normal business hours.
The Township Council reserves the right to reject any or all proposals in whole or in part, and to
waive such informalities as may be permitted by law.
BIDDERS are required to comply with the requirements of P.L. 1975, Chapter 127, and P.L.
1977, Chapter 33.
Information on Affirmative Action Program requirements is available at the office of the
Township Clerk, Municipal Complex, Chews-Clementon Road, Laurel Springs, New Jersey.
Rosemary DiJosie
BID PROPOSAL FORM
(Contract Title and Bid Number, if applicable)
(Description of goods/services being bid)
The undersigned proposes to furnish and deliver the above goods/services pursuant to the bid
specification and made part hereof:
Amount in words
$
Amount in numbers
Company Name
Address
Signature of Authorized Agent
Title
Telephone Number
Date
Federal I.D. # or Social Security #
Type or Print Name
PROPOSAL FORM/SIGNATURE PAGES
To:
Township Council
Gloucester Township
1261 Chews Landing Road
Laurel Springs, NJ 08021
Council:
Date:
This proposal is submitted in accordance with your advertisement inviting proposals to be received
for the project identified as:
Having carefully examined the "Advertisement for Bids:, Bidding Instruction", General Clauses",
"Plans", etc. hereinafter, bulletins applying thereto, and being familiar with the various conditions
affecting the work, the undersigned hereby agrees to furnish all materials, perform all labor, and all
else necessary to complete the work in strict accordance with the specifications for prices as follows:
In case this proposal is accepted, the undersigned is hereby bound to enter into contract within
ten(10) days after receipt of notice of acceptance for above mentioned work, in accordance with such
specifications.
day
(Type or Print Name)
2
Subscribed and Sworn
before me this
of
Notary public of
My commission expires
(Seal)
Signature
INSTRUCTIONS TO BIDDERS
NO DEPOSIT OR FEE IS REQUIRED FOR SPECIFICATIONS
QUALIFICATIONS OF BIDDERS
All bidders must be prepared to present suitable evidence of their financial standing and to furnish
a list of similar work recently completed.
No verbal instructions or information to bidders will be binding. The specifications will be
considered as clear and complete unless written attention is called to any discrepancies or
incompleteness before the opening of bids. Should any written inquiries be received by the Business
Administrator, these inquiries will be answered in the form of bulletins and issued to all bidders.
These bulletins shall be considered a part of these specifications.
Bids will be considered as conclusive evidence of complete examination of specifications and
samples. It is understood that parties making bids accept all the terms and conditions expressed and
contained in the specifications attached to the proposal submitted.
A proposal Form/Signature Page is provided in these specifications. This form must be used in
submitting a proposal and all pages of the form must be completely filled out and signed by the
bidder.
PRESENTATION OF BIDS
Each bid must be enclosed in a sealed envelope and clearly marked on the outside:
"BID PROPOSAL
"(see advertisement, page 1), and delivered to the Office of the
Township Clerk, 1261 Chews Landing Rd., Laurel Springs, New Jersey 08021.
WITHDRAWALS
No proposal may be withdrawn later than 4:30 p.m. prevailing time on the day of the opening of the
bids. No modifications or explanations of any bid will be allowed after the same is sealed and
delivered to the Township Clerk. The proposals will be opened and read publicly by the Township
Council.
The Township Council reserves the right to reject any or all bids or parts thereof as deemed to be in
the best interest of the Township and to waive any immaterial informalities as may be permitted by
law.
FORM OF CONTRACT
The successful bidder will be required to execute a written contract with the Township Council
within ten(10) days after notice of the acceptance of their proposal.
BID BOND
Each bid shall be accompanied by a certified check, cashier's check or bid bond duly executed by
the bidder as the principal and having as surety thereon a surety company approved by the
Township of Gloucester in the amount not less than ten percent (10%), but in no case in excess
of $20,000.00 or the amount of bid. Any such bid bond shall be without endorsement or
conditions. Bid shall also be accompanied with a certificate letter from a surety company stating
that it will provide the bidder with the completion bond.
SURETY BOND
The successful bidder will be required to furnish a surety bond in the amount of one hundred
percent (100%) of the contract price, the condition of which shall be in the full and complete
execution and performance of each and all of the terms contained in the contract, proposal,
specifications and instructions to bidders. The bond shall meet all requirements of the Township
Council.
NOTE: Surety bond is automatically required when the contract price exceeds nine hundred
ninety nine dollars and ninety nine cents, ($999.99); when the contract price is under $999.99,
surety bond may be required by the Township Council if they deem it necessary and in the best
interest of the Township.
Entire cost of bond(s) shall be paid for by the individuals, firms, or corporations with whom the
contract(s) are entered into for the execution of any other purchases, or the furnishing or hiring of
any materials or supplies.
WE ARE WAIVING
THE REQUIREMENT FOR A
SURETY BOND
NOT THE BID BOND
WHICH IS LOCATED ON
PAGE 7
CONSENT OF SURETY
A performance bond will be required from the successful contractor on this project, and
consequent, all bidders shall, with their bid, a certificate in substantially the following form:
ΤΟ:
(Owner)
RE:
(Contractor)
(Project Description)
This is to certify that the
(Surety Company)
will provide to
(Owner)
a performance bond
in the full amount of awarded contract in the event that said contractor is awarded a contract for
the above project.
(CONTRACTOR)
(Authorized Agent of Surety Company)
Date:
CERTIFICATE OF SURETY MUST BE SIGNED BY AN AUTHORISED AGENT
OR REPRESENTATIVE OF A SURETY COMPANY AND NOT BY THE
INDIVIDUAL OR COMPANY REPRESENTATIVE SUBMITTING THE BID.
SPECIFICATIONS
These specifications are intended to cover the furnishing of all materials and the performance of all
work that may be required or necessary for the complete compliance of the contract and the
contractor will be required to do all things. Where plans, drawings or schematics accompany certain
sections of the specifications, these shall be considered as a part of these specifications.
NTERPRETATIONS OF SPECIFICATIONS
Should the contractor discover discrepancies in the specifications, the matter shall be immediately
brought to the attention of the Township of Gloucester and the discrepancies corrected by written
agreement before preceding further.
All explanation, interpretations and instructions required under these specifications will be given by
the Township upon written request from bidders.
Equipment to be furnished (if applicable) shall be new, first-class, or as specifically stipulated in the
detailed specifications and shall meet with the approval of the Township Council or their designated
representative.
All equipment if applicable, shall conform to the requirements of these specifications and any
equipment rejected by the Council as not complying with these specifications shall be immediately
removed and replaced with acceptable equipment.
EXTRA WORK
No extras or additional work will be allowed or paid for unless such extras or additional work is
ordered in writing by the Township and the price fixed and agreed before such work is performed.
ADDITIONS OR DEDUCTIONS
The Council of the Township of Gloucester shall have the right, without invalidating the contract,
to make additions to or deductions from the work covered by these specifications and in case such
deductions in cost shall be made between the Council and the contractor, but must be agreed to in
writing.
PROTECTION BY CONTRACTOR
The contractor agrees to indemnify and save harmless the Township and their representatives from
all suits or actions of every nature and description brought against them or either of them, or on
account of the use of patented or copyrighted material, appliances, products, or processes, with legal
protection. The contractor shall not transfer or sublet any portion of the work covered by these
specifications without written consent of the Township.
GENERAL CLAUSE
PROPOSAL FORMS
As noted under "instructions to bidders", attached to these specifications is a "Proposal
Form/Signature Form", which must be completely filled out and signed by each bidder.
As these Instructions to Bidders, Specifications, Form of Proposal, Signature Page, General and
Special Clauses, etc. all refer to each other and together constitute a whole legal binding agreement
and must be returned together as when delivered to bidder.
NO BID WILL BE ACCEPTED UNLESS SUBMITTED ON THE FORMS FURNISHED HEREIN
All bids must be sealed, marked and delivered in accordance with the instructions in paragraph 5,
and 6. Bids will be opened and read publicly by the Business Administrator at the time and day
specified in the Advertisement for Bids. Reading of the bids will take place at the Municipal
Building, 1261 Chews Landing Road, Laurel Springs, NJ 08021.
DELIVERY
In general, deliveries shall be at such time and place as may be fixed by Council and shall not be
made except upon definite instructions. See "Specifications" for delivery required under these
present specifications.
DISPOSAL OF MATERIALS, SUPPLIED ETC...NOT APPROVED.
Bidders shall understand that when materials, supplies, etc. have been delivered to the job which do
not comply with the specifications and have not been approved, they shall be immediately removed
upon notification to the contractor and replaced with material, supplied, etc., in full accordance with
the specifications.
PAYMENTS
Payments shall be made to the contractor within sixty (60) days of receipt of invoice, after inspection
and acceptance of the material and/or work and approval of the invoice by the Township Council
unless otherwise stipulated by the Township in the form of a contract.
NUMBER OF WORKING DAYS
The contract shall contain the date which the work shall be completed or shall specify the number
of working days to be allowed for its completion and/or delivery of materials equipment and
supplies.
EXEMPTION FROM FEDERAL EXCISE AND NEW JERSEY SALES TAX
The Township of Gloucester is exempt from Federal Excise Taxes and the New Jersey Sales Tax.
Net prices as shown in the proposal shall exclude said Federal and State Tax amounts.
NOTE: This provision shall not apply to construction, repair and/or maintenance contracts where
bidder purchases supplies, materials, and/or equipment and includes costs thereof in computation
of his bid or proposal.
NEW JERSEY PREVAILING WAGE ACT
All work on this project shall comply with the requirements under the 1963 Revised Statutes of New
Jersey Chapter 150, "Prevailing Rate of Wages on Public Contracts".
Current applicable Wage Rate Determination of the State of the New Jersey Department of Labor
shall become part of the contract.
DOMESTIC PRODUCTS
Only manufactured products of the United States, wherever available, shall be used in connection
with this undertaking, pursuant to 40A:11-18 of the Revised Statutes of the State of New Jersey.
PUBLIC DISCLOSURE
Chapter 33 of the Public Laws of 1977 provides that no Corporation or Partnership shall be awarded
any State, County, Municipal, or School District contract for the performance of any work or the
furnishing of any materials or supplies, unless prior to the receipt of the bid or accompanying the bid
of said Corporation or Partnership there is submitted a statement. The statement shall set forth the
names and addresses of all stockholders in the Corporation or Partnership who own ten percent
(10%) or more if its stock or any class, or of all individual partners in the Partnership who owns a
ten percent(10%) or greater interest therein.
FAILURE TO SUPPLY THIS INFORMATION WITH "FORM OF PROPOSAL" WILL BE
CAUSE TO REJECT THE BID
Full firm name of Bidder
Address
City, State, Zip Code
Phone Number
Signature of Bidder
Fax Number
TOWNSHIP OF GLOUCESTER, NJ
SPECIFICATION FOR A 25 CUBIC YARD
TRAILER MOUNTED SELF-CONTAINED VACUUM LEAF COLLECTOR
1.0 General:
1.01 The intent of these specifications is to cover the requirement to manufacture a YES NO
heavy-duty trailer mounted self-contained vacuum leaf collector that vacuums
from the right (passenger) side of the unit.
1.02 The design of the unit shall incorporate the latest available technology and YES
engineering capacities.
1.03 All bolts shall have aircraft quality nylon lock nuts on the unit and any YES
component that is riveted shall use only stainless steel rivets.
1.04 For superior strength and durability of the machine, tab and slot construction YES
procedures shall be used for all metal fabricated components.
1.05 The proposed unit shall be a current production model; proto type or obsolete YES
units will not be considered.
1.06 The proposed unit bid must be a regularly manufactured unit with at least ten YES
(10) references available (please provide references with bid).
1.07 The leaf collection unit shall meet or exceed all OSHA, federal and state YES
regulations and requirements.
NO
NO
NO
NO
NO
NO
Deviations
1.08 Each bidder must check either "Yes" or "No" for each section. If "Yes" is YES
checked, bidder will be expected to supply exactly what is described. If "No" is
checked, please provide a detail explanation of the deviation, no matter how
minor it may be. If the bidder fails to respond either "Yes" or "No", the bid will
be rejected for non-compliance.
2.0 Power:
2.01 A John Deere model 4045T (or equal) four-cylinder turbo charged diesel YES NO
engine certified and rated for 84HP at 2500 RPMs provides the power.
2.02 The engine is equipped with a 12-volt starter, alternator and a heavy-duty air YES
cleaner.
2.03 A heavy-duty 6.62" diameter x 21" long muffler that is horizontally mounted YES
shall be supplied.
2.04 The engine sound rating shall be no higher than 80 dBa at 50 feet.
2.05 For maximum safety, a 2.5" diameter stainless steel exhaust pipe shall root the YES
engine exhaust out to the lower driver's side of the unit, no exceptions.
2.06 To reduce the possibility of the radiator from becoming clogged with leaf dust, YES
a pressurized "trash" style radiator shall be used.
2.07 The radiator shall have a minimum of 3 cores to provide maximum cooling. YES
2.08 For maximum engine cooling, a 18" diameter fan with seven 5" wide blades YES
NO
NO
YES
NO
NO
NO
NO
Deviations
NO
shall be provided.
2.09 The fan blades shall be at a 40° chord angle and are capable of producing YES
NO
7,600 cfm to pull the air through the radiator.
2.10 The radiator shall be equipped with a bottom hinged secondary screen.
2.11 The radiator screen shall be constructed out of 1/2" expanded metal backed YES
NO
YES
NO
with 1/8" hardware screening. The use of fine window screening is not
acceptable due to the lack of air that can pass through and the overall
durability of it.
2.12 The secondary radiator screen shall be powder coated black to prevent YES NO
corrosion; painted screen assemblies are not acceptable.
2.13 The secondary radiator screen shall be held in place by two adjustable over- YES NO
center clamps and can be opened and cleaned without powering down the
unit.
1
3.0 Engine Controls:
Deviations
3.01 The engine controls are to be mounted in an instrument panel for easy access YES
NO
in clear view at the operator's eye level and reachable with ease.
3.02 The instrument panel shall be side hinged to allow easy access to the YES
instrument control wiring.
3.03 Controls include voltmeter, oil pressure gauge, water temperature gauge, YES
throttle, tachometer and hour meter.
3.04 A remote throttle controller shall be mounted to the intake suction nozzle YES
handle
3.05 All engine-monitoring gauges must be illuminated with back lighting for early YES
morning or late evening operation.
NO
NO
NO
NO
3.06 All engine gauges shall be of marine quality to insure proper functioning in all YES
weather conditions.
NO
3.07 All electrical controls and gauges are connected via circuit board with circuit
breaker protection. The use of electrical wiring strips and fuses is not YES
acceptable.
NO
YES
NO
3.08 A relay shall be provided to isolate any external loads from the control circuit.
3.09 All electrical connections associated with the engine shall be made with heat YES
NO
shrink connectors, no exceptions.
3.10 An automatic safety engine shutdown for low oil pressure and high water YES
NO
temperature shall be provided.
3.11 LED indicator lights shall indicate what function has caused the engine to
shutdown; water temperature, oil pressure, E-stop or inspection door/hose.
4.0 Engine Enclosure:
4.01 The engine is fully enclosed in a custom metal housing.
4.02 The enclosure shall have front and rear access doors that protect operators
from all belts, fans and moving parts.
Deviations
YES
NO
YES
NO
4.03 Front and rear access doors shall have stamped louvers for optimum YES
ventilation; open holes used for ventilation will not be acceptable.
4.04 The top of the engine enclosure shall be completely removable without the use YES
of tools; enclosures that are bolted together will not be acceptable.
4.05 All access doors shall be securely held in place by adjustable twist latches. YES
4.06 The top of the engine compartment shall have hinged doors for convenient YES
access to the radiator cap and oil fill.
4.07 Adjustable twist latches shall secure the top access door.
YES
NO
NO
NO
NO
NO
5.0 Fuel Tank:
Deviations
5.01 A 40-gallon minimum capacity fuel tank shall be supplied.
YES
NO
5.02 The tank shall be constructed out of the strongest of cross link polyethylene YES
resins and is roto-molded in a manner to have a wall thickness of 1/4" over the
entire surface of the tank.
NO
5.03 Stainless steel, aluminum or steel fuel tank(s) will not be acceptable due to their YES
corrosive nature and or their tendency to crack due to vibration with this type of
machine.
NO
5.04 The fuel line pickup inside the fuel tank shall have a screen mesh for filtration YES
as well as a check vale.
NO
6.0 Fluid Drive Coupler Direct Drive:
Deviations
6.01 The fluid drive coupler shall be provided with a 2-1/4" diameter hardened shaft. YES
NO
6.02 PTO shaft shall turn on 2 roller bearings that are pressed into the housing.
YES NO
6.03 A remote grease line to lubricate the outboard double spherical roller bearing YES
NO
shall be provided.
6.04 The fluid drive coupler shall bolt directly to the engine bell housing.
YES
NO
2
7.0 PTO Safety Engagement System:
Deviations
7.01 The PTO and clutch shall be equipped with a non-electric safety engagement YES NO
system that prevents abrupt engagement of the PTO at high RPM's.
Information MUST be provided with bid packet on this item, no exceptions.
7.02 The PTO and clutch shall have an adjustable hydraulic cylinder that YES
automatically ensures that every engagement is exactly the same no matter
what operator activates it.
NO
7.03 The assist cylinder shall be leak proof and incorporate a constant velocity speed YES
control to ensure precise engagement speed of the PTO every time.
NO
7.04 Bidder shall supply of a list of ten (10) references that are currently using a YES
NO
PTO safety engagement system on their unit, no exceptions.
7.05 For safety reasons, the operator must be able to completely disengage the YES
NO
drive mechanism while the engine is running; fluid drive couplers are not
acceptable alternatives to the PTO safety engagement system.
8.0 Trailer:
Deviations
8.01 Trailer is constructed of heavy-duty enclosed tubular steel, formed and welded YES
NO
for a properly balanced trailer frame.
8.02 The chassis is constructed out of 3" x 8" tubular steel with 1/4" thick walls, the YES
NO
use of I-beams or channel will not be acceptable due to their open design.
8.03 The overall dimensions of the trailer with the suction hose attached shall not YES
NO
exceed 119" high, 101" wide and 314" long.
8.04 Two 4.5" axles with a combined rating of 24,000 pounds support the power YES
NO
unit, trailer base and self-dumping box.
8.05 Dual LT7.50 x 16 tires shall be mounted on steel wheels; a total of eight (8) YES_ NO
tires shall be supplied.
8.06 The trailer shall be equipped with electric brakes for all wheels.
YES
NO
8.07 Trailer shall include a heavy-duty 6" x 6" tubular steel tow bar.
YES
NO
8.08 The tow bar shall be bolted to the trailer main frame to accommodate different YES
NO
length bars if so desired, no exceptions.
8.09 For maximum safety and strength, the draw bar shall slide into a receiving YES
NO
tube.
8.10 The tow bar shall extend a minimum of 8' from the front of the trailer chassis to YES
NO
insure proper hose storage for a safe travel position.
8.11 A heavy-duty 3" ID pintle eye shall be supplied.
YES
NO
8.12 The pintle eye shall be adjustable for height without any tools by utilizing three YES_
NO
7/8" diameter x 8" long clevis pins with clip rings.
8.13 The trailer is equipped with a heavy-duty hydraulic parking jack powered from YES
NO
the engine driven gear hydraulic pump.
8.14 Two safety chains with hooks shall be bolted to the trailer tongue assembly. YES
NO
8.15 The trailer shall have a rear bumper that is 75" wide and 6.5" tall, no YES
NO
exceptions.
8.16 The bumper shall be mounted approximately 19" from the ground.
YES
NO
8.17 The bumper shall have four flush mounted stop and taillights with turn signal YES
NO
indicators.
8.18 The trailer shall also all DOT required clearance lights as well as red/white YES
NO
reflective tape around the perimeter of the unit.
8.19 At the rear of the unit two strobe lights shall be flush mounted within the YES
NO
skirting of the box container. Lights mounted on the rear doors of the unit are
not acceptable.
8.20 At the rear of the unit two strobe lights shall be flush mounted within the YES
NO
3
skirting of the box container. Lights mounted on the rear doors of the unit are
not acceptable.
8.21 The strobe lights shall be wired with an on/off rocker switch located on the YES
engine control panel.
8.22 All wiring for the trailer shall be run through protective looming and have YES
protective rubber grommets when passing through steel openings.
NO
NO
8.23 The 12-volt battery shall be located on the side of the trailer frame, outside the YES
NO
engine compartment for safety.
8.24 The battery shall be located in a lockable battery box.
YES
NO
9.0 Box Container:
Deviations
9.01 The box has a useable inside capacity of not less than 25 cubic yards and is YES
self-dumping.
NO
9.02 Top of the box is equipped three easily removable 1/2" expanded metal mesh YES_
NO
screens with a smaller 1/8" metal screening on the inside of the box for proper
ventilation. The use of larger screens or dust tarps will not be acceptable.
9.03 The top screens slide into a channel and are bolted in place. Top screens YES
NO
welded in place are not acceptable.
9.04 Top screens shall be capable of being removed without requiring personnel to YES
NO
enter the interior of the hopper, no exceptions.
9.05 The box shall be designed so that optional bottom exhaust panels can be YES
NO
added at a later date with no modifications to existing box required.
9.06 The box is constructed out of 12-gauge steel and is bolted to the platform YES
NO
floor. Hoppers that are welded to the platform floor are not acceptable.
9.07 The box is structurally supported by a minimum of four 3" channels vertically YES_
NO
positioned on the sides and tied into cross members across the top. Units
without top cross members will not be acceptable.
9.08 The interior walls of the box are smooth and the floor has drain holes to help YES_ NO
eliminate additional water weight.
9.09 The floor of the box shall be supported by channel cross members.
YES
NO
9.10 For improved driver visibility while towing the unit, the hopper body platform YES
NO
shall have a maximum width of 88", no exceptions.
9.11 The front of the box shall extend over the suction blower and engine to provide YES
NO
additional protection.
9.12 Front of the box shall be angled to provide a built-in brush guard to guide low YES_ NO
hanging branches up and over the unit. Units with flat or vertical front hopper
walls are not acceptable.
9.13 There shall be a 1/4" thick abrasion resistant deflector to insure proper YES NO
settlement of leaves in the box.
9.14 The box is equipped with dual rear doors securely fastened at the top and YES_ NO
bottom of each door. Bidder must supply photographs or drawings of proposed
hopper door if not so indicated on the general brochure, no exceptions.
9.15 Each door has its perimeter structurally framed with 3" channel along with one YES
NO
3" channel center horizontal member.
9.16 When the doors close, they shall over lap each other to form a proper seal. YES
NO
9.17 There shall be a full hopper width rubber skirting that is 1/4" thick x 2" located YES NO
at the top rear portion of the hopper that creates a tight seal when the rear
doors are closed.
9.18 The rear doors shall be opened and closed via a dual cam lockable bar lock YES
NO
mechanism latch that incorporates a safety latch.
9.19 The cams shall connected to 3/4" OD x 3/16" lock rods that run from the bottom YES
NO
of each door to the top.
9.20 Door(s) that drag through the material being dumped during the dump cycle YES
NO
will not be acceptable
9.21 Door(s) that require the hopper to be raised or rely on props to hold open the YES
NO
4
door(s) will not be acceptable due to safety reasons.
9.22 The doors shall be side hinged and shall fasten to the box sides with safety YES
NO
chains and spring hooks when dumping.
9.23 Each door shall be supported by a minimum of three hinge assemblies.
YES
NO
9.24 The door hinges are secured to the hopper sides and supported by a minimum YES_ NO
of a 4" x 1/4" channel member.
10.0 Dumping Hoist:
Deviations
10.01 The box is dumped via a Crysteel scissors style lifting mechanism incorporating YES_
twin hydraulic cylinders capable of dumping 26.6 tons. Systems with single
NO
hydraulic cylinders will not be acceptable.
10.02 Both dumping cylinders shall have a 5" diameter piston with a minimum stroke YES
NO
of 27".
10.03 The lift mechanism is powered up and down. Single acting dump systems are YES
NO
not acceptable.
10.04 The hopper shall be capable of dumping to not less than a 52° dump angle to YES_
NO
assure that all material exits the hopper, no exceptions.
10.05 The rear dumping hinge assembly shall be a minimum of 1/2" thick steel with YES
NO
a 2" diameter pins.
10.06 The dumping hoist shall come standard with a manufactures five-year YES
NO
warranty, no exceptions.
10.07 The dump control valve is located at the front of the unit and is easily YES
NO
accessible even when hose is in the travel position.
10.08 There shall be a hydraulic check valve incorporated into the container box YES NO
dump cylinder that prevents the box container from falling should a hydraulic
line, hose or fitting fail, no exceptions.
10.09 The hopper shall have an automatic guide system to realign the hopper and YES_ NO
the blower housing when the hopper is lowered back down into a working
position, no exceptions.
11.0 Hydraulic Systems:
Deviations
11.01 The unit shall be equipped with two completely independent hydraulic YES
NO
systems.
11.02 The first is a gear driven hydraulic pump directly coupled to the engine's YES
NO
auxiliary drive to operate the box dumping system and front jack.
11.03 This system operates at 3000 psi and is "live" as soon as the engine is YES_
NO
started.
11.04 A hydraulic reservoir is supplied with an in-line hydraulic filter.
YES
NO
11.05 Hydraulic tank shall be conveniently mounted and include a sight gauge and YES
NO
fill cap that are accessible from the front side of the engine.
11.06 All hydraulic lines running to the dumping hoist shall be stainless steel YES
NO
tubing. No exceptions.
11.07 The stainless steel hydraulic tubes for the hoist shall be run on the inside of YES
NO
the trailer frame; securely held in place with rubber squeeze clamps.
YES
NO
hydraulic hose boom.
11.08 Hydraulic rubber hoses laying on the trailer deck or not securely fastened will YES
NO
not be accepted.
11.09 The second system incorporates and electric/hydraulic pump that powers the YES
NO
11.10 This system operates off of the 12-volt battery and does not require the YES
NO
engine to operate.
5
12.0 Suction Impeller:
Deviations
12.01 The impeller diameter shall be a minimum of 32" diameter with six gusseted YES
NO
blades.
12.02 The blades are constructed out of 3/8" thick abrasive resistant T-1 steel with a YES
NO
Brinell hardness exceeding 400.
12.03 For maximum vacuum and superior wear characteristics, the suction blades YES_ NO
shall be straight (flat) with no curve or cups formed in them. No exception to
this requirement.
12.04 Suction blades are to be robotically welded to a backing plate.
YES_ NO
12.05 The impeller back plate shall have a minimum thickness of 1/4", no exceptions. YES NO
12.06 The suction impeller blades shall be keyed and notched into the back plating YES NO
along with external gussets to provide the safest and strongest bond.
12.07 The suction impeller blades shall have a gently serrated tip to lower the YES
NO
operating noise level.
12.08 The suction impeller shall be secured to the drive shaft via a taper locking hub YES_
NO
to provide a better-fit and easy removal.
12.09 The taper locking hub shall have a safety ring to protect it from direct impact YES
NO
of foreign material.
12.10 The suction impeller shall be both statically and dynamically balanced.
YES
NO
12.11 The suction impeller shall be stress relieved via Bonal stress relief technology. YES
NO
This will ensure the safest and most durable impeller. A copy of the Bonal
stress report shall be supplied with the new unit
13.0 Blower Housing:
Deviations
13.01 The blower housing shall be located at the side of the trailer and bolted in YES
NO
place.
13.02 The outer scroll of the blower housing is constructed out of 10-gague steel. YES
NO
13.03 The front and back plates of the blower housing are constructed out of 7- YES
NO
gauge steel.
13.04 The interior of the housing is equipped with a two-piece slip in liner YES
NO
constructed out of 1/4" thick abrasion resistant steel that requires no bolts.
13.05 An additional bolt in 1¼" thick liner shall be provided to protect the housing YES
NO
from material that gets carried over before it exits the housing, no exception.
13.06 A barrel style suction inlet shall be located on the curbside of the unit. YES
NO
13.07 The barrel style inlet shall provide a travel/working position for suction hose. YES
NO
13.08 Two 1" diameter flange bearings will allow the barrel to pivot; swivel inlets YES
NO
without bearings are not acceptable.
13.09 The pivot point of the barrel inlet shall be is the same line as the bearings that YES
NO
support the suction hose boom for optimum performance.
13.10 The barrel inlet shall lock into a travel position as well as a working position; YES
NO
swivel inlets that do not lock into position will not be acceptable.
13.11 A spring loaded locking handle shall be located on the bottom side of the YES
NO
barrel inlet to release the swivel and automatically lock it into either the travel
or work position.
13.12 An inspection/clean out door is provided with a safety kill switch that shuts the YES
NO
engine down when opened or improperly closed.
13.13 The inspection/clean out door shall be side hinged and require no more than YES
NO
two (2) nuts to be removed to open.
13.14 The bottom of the blower housing shall have a drain to help prevent water YES NO
from accumulating when not in use.
6
14.0 Intake Hose:
Deviations
14.01 The intake hose shall be 16" diameter x 100" long of heavy-duty wire YES NO
reinforced flexible rubber hose with a wall thickness of 3/8".
14.02 Intake hose shall be suspended from the hydraulic boom arm by an YES
adjustable chain, for operator
--- Document: Specifications for the purchase of 2014 9-yard chassis and dump body ---
SPECIFICATIONS FOR THE PURCHASE OF
2014 9-YARD CHASSIS AND DUMP BODY
FOR THE TOWNSHIP OF GLOUCESTER
COUNTY OF CAMDEN
1 May
MAYOR
BUSINESS ADMINISTRATOR
BID OPENING DATE: April 9, 2014 10:00 AM
SPECIFICATIONS # P.W.: 14-02
DEPARTMENT HEAD
SOLICITOR
TOWNSHIP OF GLOUCESTER, CAMDEN COUNTY
NOTICE TO BIDDERS
NOTICE is hereby given that sealed proposals for the:
2014 9-YARD CHASSIS AND DUMP BODY
BID SPECIFICATION NUMBER: PW: 14-02
will be received no later than 10:00 am prevailing time on April 9, 2014, at the Municipal
Building, Chews-Clementon Road, Chews Landing, New Jersey
PROPOSALS must be addressed to the Township Council, PO Box 8, Blackwood, New Jersey,
08012 and will be opened and read publicly at the above time and date, and should be in a sealed
envelope marked:
2014 9-YARD CHASSIS AND DUMP BODY
DO NOT OPEN UNTIL: April 9, 2014@ 10:00AM
PROPOSAL forms, instructions to bidders, specifications and other bidding documents may be
examined or obtained at the office of the Township Clerk, 1261 Chews Landing Road, Laurel
Springs, New Jersey, during normal business hours.
The Township Council reserves the right to reject any or all proposals in whole or in part, and to
waive such informalities as may be permitted by law.
BIDDERS are required to comply with the requirements of P.L. 1975, Chapter 127, and P.L.
1977, Chapter 33.
Information on Affirmative Action Program requirements is available at the office of the
Township Clerk, Municipal Complex, Chews-Clementon Road, Laurel Springs, New Jersey.
Rosemary DiJosie
BID PROPOSAL FORM
(Contract Title and Bid Number, if applicable)
(Description of goods/services being bid)
The undersigned proposes to furnish and deliver the above goods/services pursuant to the bid
specification and made part hereof:
Amount in words
$
Amount in numbers
Company Name
Address
Signature of Authorized Agent
Title
Telephone Number
Date
Federal I.D. # or Social Security #
Type or Print Name
PROPOSAL FORM/SIGNATURE PAGES
To:
Township Council
Gloucester Township
1261 Chews Landing Road
Laurel Springs, NJ 08021
Council:
Date:
This proposal is submitted in accordance with your advertisement inviting proposals to be received
for the project identified as:
Having carefully examined the "Advertisement for Bids:, Bidding Instruction", General Clauses",
"Plans", etc. hereinafter, bulletins applying thereto, and being familiar with the various conditions
affecting the work, the undersigned hereby agrees to furnish all materials, perform all labor, and all
else necessary to complete the work in strict accordance with the specifications for prices as follows:
In case this proposal is accepted, the undersigned is hereby bound to enter into contract within
ten(10) days after receipt of notice of acceptance for above mentioned work, in accordance with such
specifications.
day
(Type or Print Name)
,2
Subscribed and Sworn
before me this
of
Notary public of
My commission expires
(Seal)
Signature
INSTRUCTIONS TO BIDDERS
NO DEPOSIT OR FEE IS REQUIRED FOR SPECIFICATIONS
QUALIFICATIONS OF BIDDERS
All bidders must be prepared to present suitable evidence of their financial standing and to furnish
a list of similar work recently completed.
No verbal instructions or information to bidders will be binding. The specifications will be
considered as clear and complete unless written attention is called to any discrepancies or
incompleteness before the opening of bids. Should any written inquiries be received by the Business
Administrator, these inquiries will be answered in the form of bulletins and issued to all bidders.
These bulletins shall be considered a part of these specifications.
Bids will be considered as conclusive evidence of complete examination of specifications and
samples. It is understood that parties making bids accept all the terms and conditions expressed and
contained in the specifications attached to the proposal submitted.
A proposal Form/Signature Page is provided in these specifications. This form must be used in
submitting a proposal and all pages of the form must be completely filled out and signed by the
bidder.
PRESENTATION OF BIDS
Each bid must be enclosed in a sealed envelope and clearly marked on the outside:
"BID PROPOSAL
"(see advertisement, page 1), and delivered to the Office of the
Township Clerk, 1261 Chews Landing Rd., Laurel Springs, New Jersey 08021.
WITHDRAWALS
No proposal may be withdrawn later than 4:30 p.m. prevailing time on the day of the opening of the
bids. No modifications or explanations of any bid will be allowed after the same is sealed and
delivered to the Township Clerk. The proposals will be opened and read publicly by the Township
Council.
The Township Council reserves the right to reject any or all bids or parts thereof as deemed to be in
the best interest of the Township and to waive any immaterial informalities as may be permitted by
law.
FORM OF CONTRACT
The successful bidder will be required to execute a written contract with the Township Council
within ten(10) days after notice of the acceptance of their proposal.
BID BOND
Each bid shall be accompanied by a certified check, cashier's check or bid bond duly executed by
the bidder as the principal and having as surety thereon a surety company approved by the
Township of Gloucester in the amount not less than ten percent (10%), but in no case in excess
of $20,000.00 or the amount of bid. Any such bid bond shall be without endorsement or
conditions. Bid shall also be accompanied with a certificate letter from a surety company stating
that it will provide the bidder with the completion bond.
SURETY BOND
The successful bidder will be required to furnish a surety bond in the amount of one hundred
percent (100%) of the contract price, the condition of which shall be in the full and complete
execution and performance of each and all of the terms contained in the contract, proposal,
specifications and instructions to bidders. The bond shall meet all requirements of the Township
Council.
NOTE: Surety bond is automatically required when the contract price exceeds nine hundred
ninety nine dollars and ninety nine cents, ($999.99); when the contract price is under $999.99,
surety bond may be required by the Township Council if they deem it necessary and in the best
interest of the Township.
Entire cost of bond(s) shall be paid for by the individuals, firms, or corporations with whom the
contract(s) are entered into for the execution of any other purchases, or the furnishing or hiring of
any materials or supplies.
WE ARE WAIVING
THE REQUIREMENT FOR A
SURETY BOND
NOT THE BID BOND
WHICH IS LOCATED ON
PAGE 7
CONSENT OF SURETY
A performance bond will be required from the successful contractor on this project, and
consequent, all bidders shall, with their bid, a certificate in substantially the following form:
TO:
(Owner)
RE:
(Contractor)
(Project Description)
This is to certify that the
(Surety Company)
will provide to
(Owner)
a performance bond
in the full amount of awarded contract in the event that said contractor is awarded a contract for
the above project.
(CONTRACTOR)
(Authorized Agent of Surety Company)
Date:
CERTIFICATE OF SURETY MUST BE SIGNED BY AN AUTHORISED AGENT
OR REPRESENTATIVE OF A SURETY COMPANY AND NOT BY THE
INDIVIDUAL OR COMPANY REPRESENTATIVE SUBMITTING THE BID.
SPECIFICATIONS
These specifications are intended to cover the furnishing of all materials and the performance of all
work that may be required or necessary for the complete compliance of the contract and the
contractor will be required to do all things. Where plans, drawings or schematics accompany certain
sections of the specifications, these shall be considered as a part of these specifications.
INTERPRETATIONS OF SPECIFICATIONS
Should the contractor discover discrepancies in the specifications, the matter shall be immediately
brought to the attention of the Township of Gloucester and the discrepancies corrected by written
agreement before preceding further.
All explanation, interpretations and instructions required under these specifications will be given by
the Township upon written request from bidders.
Equipment to be furnished (if applicable) shall be new, first-class, or as specifically stipulated in the
detailed specifications and shall meet with the approval of the Township Council or their designated
representative.
All equipment if applicable, shall conform to the requirements of these specifications and any
equipment rejected by the Council as not complying with these specifications shall be immediately
removed and replaced with acceptable equipment.
EXTRA WORK
No extras or additional work will be allowed or paid for unless such extras or additional work is
ordered in writing by the Township and the price fixed and agreed before such work is performed.
ADDITIONS OR DEDUCTIONS
The Council of the Township of Gloucester shall have the right, without invalidating the contract,
to make additions to or deductions from the work covered by these specifications and in case such
deductions in cost shall be made between the Council and the contractor, but must be agreed to in
writing.
PROTECTION BY CONTRACTOR
The contractor agrees to indemnify and save harmless the Township and their representatives from
all suits or actions of every nature and description brought against them or either of them, or on
account of the use of patented or copyrighted material, appliances, products, or processes, with legal
protection. The contractor shall not transfer or sublet any portion of the work covered by these
specifications without written consent of the Township.
GENERAL CLAUSE
PROPOSAL FORMS
As noted under "instructions to bidders", attached to these specifications is a "Proposal
Form/Signature Form", which must be completely filled out and signed by each bidder.
As these Instructions to Bidders, Specifications, Form of Proposal, Signature Page, General and
Special Clauses, etc. all refer to each other and together constitute a whole legal binding agreement
and must be returned together as when delivered to bidder.
NO BID WILL BE ACCEPTED UNLESS SUBMITTED ON THE FORMS FURNISHED HEREIN
All bids must be sealed, marked and delivered in accordance with the instructions in paragraph 5,
and 6. Bids will be opened and read publicly by the Business Administrator at the time and day
specified in the Advertisement for Bids. Reading of the bids will take place at the Municipal
Building, 1261 Chews Landing Road, Laurel Springs, NJ 08021.
DELIVERY
In general, deliveries shall be at such time and place as may be fixed by Council and shall not be
made except upon definite instructions. See "Specifications" for delivery required under these
present specifications.
DISPOSAL OF MATERIALS, SUPPLIED ETC...NOT APPROVED.
Bidders shall understand that when materials, supplies, etc. have been delivered to the job which do
not comply with the specifications and have not been approved, they shall be immediately removed
upon notification to the contractor and replaced with material, supplied, etc., in full accordance with
the specifications.
PAYMENTS
Payments shall be made to the contractor within sixty(60) days of receipt of invoice, after inspection
and acceptance of the material and/or work and approval of the invoice by the Township Council
unless otherwise stipulated by the Township in the form of a contract.
NUMBER OF WORKING DAYS
The contract shall contain the date which the work shall be completed or shall specify the number
of working days to be allowed for its completion and/or delivery of materials equipment and
supplies.
EXEMPTION FROM FEDERAL EXCISE AND NEW JERSEY SALES TAX
The Township of Gloucester is exempt from Federal Excise Taxes and the New Jersey Sales Tax.
Net prices as shown in the proposal shall exclude said Federal and State Tax amounts.
NOTE: This provision shall not apply to construction, repair and/or maintenance contracts where
bidder purchases supplies, materials, and/or equipment and includes costs thereof in computation
of his bid or proposal.
NEW JERSEY PREVAILING WAGE ACT
All work on this project shall comply with the requirements under the 1963 Revised Statutes of New
Jersey Chapter 150, "Prevailing Rate of Wages on Public Contracts".
Current applicable Wage Rate Determination of the State of the New Jersey Department of Labor
shall become part of the contract.
DOMESTIC PRODUCTS
Only manufactured products of the United States, wherever available, shall be used in connection
with this undertaking, pursuant to 40A:11-18 of the Revised Statutes of the State of New Jersey.
PUBLIC DISCLOSURE
Chapter 33 of the Public Laws of 1977 provides that no Corporation or Partnership shall be awarded
any State, County, Municipal, or School District contract for the performance of any work or the
furnishing of any materials or supplies, unless prior to the receipt of the bid or accompanying the bid
of said Corporation or Partnership there is submitted a statement. The statement shall set forth the
names and addresses of all stockholders in the Corporation or Partnership who own ten percent
(10%) or more if its stock or any class, or of all individual partners in the Partnership who owns a
ten percent(10%) or greater interest therein.
FAILURE TO SUPPLY THIS INFORMATION WITH "FORM OF PROPOSAL" WILL BE
CAUSE TO REJECT THE BID
Full firm name of Bidder
Address
City, State, Zip Code
Phone Number
Signature of Bidder
Fax Number
SPECIFICATIONS FOR A REAR DISCHARGE
MULTI-PURPOSE ALL SEASON BODY
GENERAL:
This specification shall describe a 304 Stainless Steel HENDERSON FLAT FLOOR MUNIbody® Rear
Discharge (AR400 Floor) combination dump/spreader body or equal. Bidders must submit with their bid
complete specifications on the unit they propose to furnish.
MINIMUM BODY REQUIREMENTS
Capacity to be 9 cubic yards struck without sideboards/ 11 cubic yards with
sideboards
Inside length 11')
The inside of the body shall be 86" wide to maximize capacity and lower the
center of gravity of the unit.
Side height of 36 inches. Tailgate height of 48" Headsheet height of 52
inches with internal doghouse.
SIDES & HEADSHEET
One piece sides constructed of 304 steel, 75,000 PSI tensile strength.
Boxed formed top rails constructed of 10ga 304, 75,000 PSI tensile
strength and be of dirt shedding design.
Sides to be reinforced with (1) horizontal fully welded side brace construted
of 10ga 304, 75,000 PSI tensile strength. Horizontal bracing to be of dirt
shedding design.
Lower rubrail to be constructed of 10ga 304 steel and be of dirt shedding
design.
Headsheet and one-piece sides to be 7 gauge 304, 75,000 PSI tensile
strength.
Headsheet shall be vertical.
Headsheets which are sloped to
accommodate the hoist are NOT ACCEPTABLE.
2" wide side board pockets.
17" x 5" x 1½" 304 rear corner posts are tied into a ¼" formed channel on the
front and rear lower side of bolster..
CONVEYOR/FLOOR
Floor Construced of 1/4" AR400 with 5" round floor to side radius.
12.5" truck frame to body floor height for lower center of gravity and lower
mounting height.
1½" 304SS formed inner sill which also forms the conveyor chain guard. 7
gauge 304SS formed outer longsills.
1/4" AR400, (190,000 PSI yield, 200,000 PSI tensile strength, Brinnell
Hardness of 400), conveyor bed floor.
Formed 3/8" thick tie plate to fully extend between the left and right side of
the body, located at the rear of the unit. This tie plate will provide additional
structural support at the rear of the body to prevent sagging at the rear
corner posts.
2" diameter drive and idler shafts with 8 tooth sprockets. Drive sprockets
are double keyed with ½" keys to shaft. Sprockets shall be heat treated to
50 Rockwell C hardness.
Conveyor driven by a 25:1 planetary gearcase and piston motor driving rear
shaft.
Product features are based on published information at the time of publication. Product features are subject to change
without notice. (10/28/2010csm)
28" wide conveyor.
D667K pintle chain (24,500 lb. tensile/strand).
1/2" X 1-1/2" conveyor crossbars spaced on every other link.
The rear apron shall have a bolt on cover plate which allows for easy
access to gearcase.
SPINNER CHUTE ASSEMBLY: RECIEVER MOUNTED D/S FRAME
Spinner assembly must be adjustable left to right, front to back, and up and
down to assure accurate placement of material on spinner disc to facilitate
control of spread pattern.
Front spinner baffle is fixed for protection of chassis undercarriage
10 ga., 20" diameter spinner disc to have replaceable machined hubs
Six (6) 10 ga., 304 Stainless Steel bolt-on replaceable spinner vanes for
counterclockwise rotation.
Spinner hydraulic motor shall mount directly on bottom of spinner disc.
Motor shall be enclosed in a removeable material shedding protective
cover.
Spinner assembly to be reciever mount type drivers side frame
TAILGATE:
7ga 304 tailgate sheet, 75,000 PSI tensile
Full perimeter boxing with all horizontal edges sloped outward.
Tailgate must be double acting (NO EXCEPTIONS)
Tailgate shall be seven panel design with (2) vertical braces and (2)
horizontal braces.
Flush mount, 1/2" flame cut tailgate pivots
Heavy duty offset hinge plates, 1" flame cut
3/4" latch hooks with 3/8" latch plates
1-1/4" hot rolled upper and lower pins
7 gauge 9" x 24" rear feedgate
The screwjack operated feedgate. Two 1½" diameter 304 stainless steel
sliding guides are required for easy feedgate movement. The feedgate is
positively locked into position with a stainless steel locator pin.
Single brake chamber air tailgate latches with overcenter linkage. Pivot
shafts include stainless steel bushings to eliminate seizing
HOIST:
Front mounted telescopic hoist with small internal doghouse (maximum 12"
deep).
Single cylinder, trunnion mount (inverted cylinder not acceptable).
Ν.Τ.Ε.Α. class 40.
3 stage cylinder with 4" first stage diameter
Wear and corrosion resistant nitrided cylinder tubes.
Minimum two-year cylinder warranty
Connecting pivots to have replaceable greaseless composite bushings.
5 degree oscillating cylinder collar.
REAR HINGE ASSEMBLY:
6" x 8" x 1/2" structural angle
2" 303 Stainless Steel hinge pins connecting to 2-1/2" hinge blocks using
replaceable greaseless composite bushings for a minimal pin-to-bushing
clearance.
Product features are based on published information at the time of publication. Product features are subject to change
without notice. (10/28/2010csm)
LIGHT PACKAGE:
Rubber mounted, shock resistant stop/turn/tail light in each rear corner
post. Highly visible, yet recessed for protection. Four red rear, two side
mounted red rear reflectors, and two side mounted amber front reflectors.
Includes a one piece sealed wiring harness
Rubber mounted, shock resistant I.C.C. 3-light cluster, for mounting in a
supplied fabricated light bar
All lights to be L.E.D.
PAINT PREPARATION:
All surfaces are high pressure cleaned & phosphated
Natural
Conveyor cover in 3/16" AR400 steel bolt in type
Polyurethane spinner disc
Underbody pan
Product features are based on published information at the time of publication. Product features are subject to change
without notice. (10/28/2010csm)
SNOW PLOW
Henderson Hitch with "Level lift" design allows continuous level lift in any position.
Height of moldboard: 36" (height measured from road surface to inside of arc).
Length of moldboard: 120".
"J" Moldboard style shall have approximately 20" and the last 12" a minimum of 6" radius
Cutting path at 35° for 132' length plow is 108".
7 ga. Grade 50 rolled moldboard with ten (10) 1/2" x 3-1/2" ribs for extra strength and
rigidity. Continuous welded one-piece rib with notches at top to allow moisture to escape.
EXCEED Spec by 1/2" for additional strength.
Reinforced 4" x 4" x 3/8" bottom angle.
The top shall be reinforced at the top by a self-formed channel that wraps around top edge of
ribs.
Two horizontal braces for added rigidity of ½" x 3"x3" angle are mounted at the upper
moldboard support arm mounts. EXCEED spec of 2" x 2".
Attack angle is adjustable to 5º, 10°, and 20° with (3) attachment holes
on the upper moldoard attachment point using 1"pins.
5/8" x 8" cutting edge with AASHO punching 3"3"12"
using grade 8 x 5/8" plow bolts with Brinell Hardness of 250 minimum and 325 maximum
The cutting edge banking plate of 5/8" x 3" steel shall be welded and braced with 1/2" x 2-1/2"
gussets welded between each cutting edge bolt postion.
Cutting edge shall be flush with moldboard face to prevent snow build up on top of the cutting
edge.
Lift chain shall be zinc plated 7/16" proof coil chain, repair link, two (2) ½" anchor shackles
and a 7/16" grab hook clevis. There will be two (2) tabs welded to table assembly, equally
spaced from center pin, for the lift chain.
Rubber baffle (1/2" x 12" wide x 11')shall mount at top of moldboard with ¼" x 2" x 11"
steel keeper bar.
FULL TRIP ASSEMBLY:
Full moldboard trip with (5) five external extension springs made of ASTM-A229 oil
tempered ½" round wire, 4-1/2" O.D. x 24 active coils with end hooks to form a 90 Degree
right angle to each other.
Spring force shall be at 30.5" with minimum 1,050 lbs and allow for 14" of stretch without
deformation.
Springs are designed to allow for plow to trip when coming in contact with solid object and
returning automatically to the original plowing position after clearing object. The springs will
hold moldboard in plowing position otherwise.
Trip spings will have adjustable spring tension mounting holes to adjust tripping spring
tension. Each spring will adjust individually by a threaded "J" hook. This tripping post must
be independent of the springs and have holes for each spring. Tripping post must not interfer
with tripping of plow.
A tripping mechanism will be a mechanical telescoping design constructed of 1-1/4" x 2"
inside bar, 3/4" x 2-1/4" outside bar and reinforced with ¼" x 2" bars.
Two (2) 1" diameter pins with mininum tensile strength of 72,000 lbs shall connect tripping
post to moldboard.
Product features are based on published information at the time of publication. Product features are subject to change
without notice. (10/28/2010csm)
PUSH FRAME:
Push frame width: 96" overal width, 4" x 4" x 3/8" wall structural tube. EXCEED spec with
extended mounting of pins for reinforcement and EXCEED spec with structural wall tubing
over angle.
Semi-circle table: be of arc design and be of solid continuous structural angle measuring 4" x
4" x ½". In the circular arc portion, a ³¼" x 4" burned plate in the shape conforing to the 4" x
4" x ½" structural angle will be welded in place. This plate will include eleven (11) notches
1-1/4" deep x 1-1/8" wide at the bottom and 1-1/2" wide at the outer edge.
Circular arc portion shall be welded at each end with an overlap to structural angles measuring
4" x 4" x ½" that continues the length of semi-circle and joins to front angle measuring 4" x
4" x 3/8" square beam with reinforcement on each side with 3-1/2" x 3-1/2" x ½" structural
angles.
½" thick steel lugs welded to the top of the 4" x4" x 3/8" square structural tube for attaching
the carrying chain.
A-frame shall attach to front center of table with 1-3/4" diameter vertical headed pin with
retainer to lock rotation of the pin to the A-frame. EXCEED Spec of 1-1/4". Pin held in place
with 3/8" diameter roll pin.
Five (5) moldboard-to-push frame pivot points with 1-1/4" pins through ten (10) 5/8" thick
push frame lugs, two (2) per connection point. Moldboard has (4) 1-½" long bushings and
one (1) 6-1/4" long center bushing to provide 7.8" square inches of area on the push frame
connection and 14 square inches of bearing area on the moldboard. EXCEED. Pin to be a
minimum of 72,000 lbs of tensile strength.
Twin 3" x 10" nitrided hydraulic cylinders are for heavy duty power reversing attaching to the
pushframe with 1" pins.
Latching mechanism shall operate automatically and monitor the moldboard in any of the
eleven (11) positions from 35 degrees or left in 7 degree increments
Pushframe shall be constructed of two (2) 4" 13.8 lbs ship channels with bracing and be in
form of an "A".
Top and bottom of push frame shall be ½" triangular shaped plate.
Welded to front of triangular plates shall be a pair of ½" x 3" steel brackets and between them
a curved socket member shall provide to relieve the pivot pin of thrust stress.
The attachment pin at this point shall be a minimum of 1-1/4" diameter axle quality steel that
shall engage with corresponding ears on the front angle of the semi-circle frame.
An assembly welded to form a continuous trust beam at the center of this box construction of
plates and channel in-line of the forward rotation
The first forward member to be minimum of 4" @ 7.7 lbs I-Beam bearing against the push
ears in the front and extending to the rear to butt against a tubular telescopic member
extending further to the rear and attach to a cross channel with a 1" bolt.
Telescoping onto the the tubular member shall be a sliding yoke having (2) pair of ears at the
front connecting to the hydraulic reversing clyinders to the rear of the sliding yoke.
A latch part shall be incorporated which continues further to the rear and presses against a
heavy duty latch spring measuring 5-7/16" O.D. x ½" diameter spring wire with 9" of free
travel. Spring shall be made of AISI 5160 hot rolled spring steel and heat treated after cooling.
Spring to be closed and ground.
The latch shall seat against a circular plate welded to the rear cross channel
Lubrication fittings shall be supplied to ease movement of the slide assembly.
Product features are based on published information at the time of publication. Product features are subject to change
without notice. (10/28/2010csm)
A guide plate will be welded to the rear of the top triangular plate to control the position of the
yoke assembly and latch part. This plate shall also extend forward to be in a position above
the circular arch angle.
Two (2) rear channels of the push frame shall be provided with a heavy duty 1" thick steel ear
bolted to the push frame. Ear spacing of plow portion hitch shall be 21" to fit truck portion
pin hitch using 1-1/4" diameter pins.
PAINT:
All metal surfaces are to be cleaned to remove slag, splatter, oxide, and oil residue.
All surfaces are high-pressure cleaned and degreased with phosphate solution prior to
painting. Moldboard, Push frame assembly and hitch components are powder coat DuPont
Dulux Omaha Orange Enamel #93-082 equivalent in powder coating.
RUBBER DEFLECTOR
12" Rubber deflector
RUBBER CUTTING EDGE
1 ½' X 10"
LEVEL LIFT ASSEMBLY
The level lift assembly shall provide automatic control which will hold a raised plow.
moldboard an equal distance from the ground at the bottom of the cutting edge
Level lift design hold an equal elevation regardless of height raised above the road surface and
regardless of moldboard plowing angle.
The moldboard plowing angle must be able to be changed to any desired position, maintaining
equal elevation without first lowering plow, changing plow angle, and then re-lifting.
PLOW MARKERS
Two (2) Safety Orange constructed of high-density polyethylene measuring approximately 1-
1/4" O.D. x 36" long.
MOLDBOARD WHEELS
Two (2) each 10" diameter wheels from abrasion resistant steel with Timken bearings
Screw adjustable brackets with screw handles. Bolt on type
Product features are based on published information at the time of publication. Product features are subject to change
without notice. (10/28/2010csm)
CURB GUARDS
Two (2) moldboard shoes of A36 steel 5/8" thick x 6" wide x 14" long. One mounted on each
end of plow to wrap around the edge of snow plow moldboard at the cutting edge level.
Each curb guard will have (2) 11/16" diameter bolt holes and mounted to top of snow plow
cutting edge on front side.
The Center of the first bolt hole shall be 1-1/2" from the flat square end of the shoe. The
center of the second bolt hole shall be 3" from the center of the first bolt hole. Bolt holes shall
be positioned 1-1/2" down from the top edge of the curb shoe.
WELDING:
All welds are continuous
PLOW HITCH
4" x 4" Upright lift frame beam
½" x 6" x 28" upright adjustable tapered plate, 10 adjustable holes with 2 1" pins
3/8" x 6 ½" X 25" Long formed plate angle
Lift arm support-4" x 4" x ½" angle
Bottom support plate 3/8" x 5 ½" x 8" x 6" formed "Z" section
Horizontal wide flange 4" x 4" x 13 lb. wide flange
Hinge shackles ½" x 8" x 4" equipped with 14" x 7" B.H. hinge pins with
Cotter pins on 21" centers
Adjustable extension formed channel, 6 adjustable holes with ¼" x 1 ½" high tensile
corrosion resistng bolts, hex nut and locking washers
Oscillating bar 2 1½" diameter x 11½" long with ½" steel plate shroud
Connecting pin 1" x 10" rivet with tapered point cotter pin and washer
Axle clamp ½" x 6" inside horizontal dim. X 6 ½" inside vertical dimension. Formed plate
angle with serrated locking pads.
Shroud ½" x 4 ½" plate double welded
Hook bolts ¼" x 12" with serrated lock block and eleastic stop nuts
Bumper angle 4" x 6" x 1½" angle with ½" x 4" x 4" shackles
Lift arm to be 9 7/8' wide at rear, 4" wide in front
Lift chain
3" x 10" double acting lift cylinder
Product features are based on published information at the time of publication. Product features are subject to change
without notice. (10/28/2010csm)
HYDRAULIC PUMP/PTO:
The hydraulic pump shall be a Parker PGP330 or equal series gear pump that shall be
direct mounted to a Hot Shift PTO. The pump shall have a flow rate of 15.96 GPM at
1000 engine rpm. The pump shall have a B-B splined drive shaft. The suction hose to
the pump shall be a minimum of 1/½" I.D. SAE 100-R4 hose. The power take off
shall be a Parker Hot Shift 277 series PTO mounted on the left, right, or topside of the
transmission with a ratio of 103% of engine speed.
SHUT DOWN SYSTEM:
There shall be a sensor for low oil/high temp mounted in the top of the reservoir. It
will be a normally open circuit rated for 3 amps. When the oil reaches a critical level
this circuit will close sending a signal to the hot shift power take off, disengaging the
pump and shutting off the flow of oil to the system. At the same time, a signal will be
sent to an indicator mounted in the cab alerting the operator of system shut down. A
low oil manual override switch will allow the operator to momentarily override the
system shutdown to raise the plow or lower the dump body, in order to return to a
maintenance facility.
RESERVOIR/VALVE ENCLOSURE:
•
*
The hydraulic reservoir will be of 35 gallons nominal capacity.
The hydraulic reservoir will be constructed of 10-gauge steel and be internally
baffled.
Mounting bracket is to be designed and supplied by the reservoir supplier.
Mounting system should allow for a 1" frame clearance for frame obstructions.
Shall be mounted in a manner as to not transmit any truck torsional loads thru
the tank.
The enclosure will use a gasket-less passive technology. (No rubber seals,
gaskets, or weather stripping.)
The enclosure lid will be removable within seconds by one person without the
use of tools.
All valve fittings, hose ends, filter, filler breather, sending units and any
electrical connections are to be protected by enclosure cover.
The reservoir supplier will provide all valve fittings (JIC connections) and
plumb the return line from the valve to the filter.
The cover will protect from both road and pressure washer spray.
The use of bulkhead fittings is not permitted.
The directional control valve must be easily accessible from all (6) sides
Product features are based on published information at the time of publication. Product features are subject to change
without notice. (10/28/2010csm)
.
without the use of tools.
Hose exit and entrance must allow for components to be mounted adjacent to
the enclosure.
A 2" full flow brass ball valve shall be plumbed at the suction port of the tank.
The valve/tank assembly shall be a Force America model "VT35 Valve/Tank
Assembly" or prior approved equal.
FILTER:
Hydraulic oil filter shall be mounted in the reservoir. Hydraulic filter shall be a 16-
micron absolute and rated for no less than 60 GPM. Filter shall be a
TEF31016VG16SP-UG60E115. The filter will come with both a visual and electrical
bypass indicator. A warning light shall be mounted in the cab and wired to the
electrical indicator.
VALVE CONTROLS:
The valve controls shall be Morse remote control system with dynamic rod seal
cables. Must be bulkhead type connections at the hydraulic valve sections. Valve
controls shall be mounted at the right of the driver. The hoist section shall have a
center lock to
--- Document: Specifications for the purchase of 20 Yard Refuse Truck ---
MAYOR
SPECIFICATIONS FOR THE PURCHASE OF
20 YARD REFUSE TRUCK
FOR THE TOWNSHIP OF GLOUCESTER
COUNTY OF CAMDEN
DEPARTMENT HEAD
BUSINESS ADMINISTRATOR
BID OPENING DATE: April 9, 2014 11:00 AM
SPECIFICATIONS # P.W.: 14-07
SOLICITO
TOWNSHIP OF GLOUCESTER, CAMDEN COUNTY
NOTICE TO BIDDERS
NOTICE is hereby given that sealed proposals for the:
20 YARD REAR LOAD REFUSE TRUCK
BID SPECIFICATION NUMBER: PW: 14-07
will be received no later than 11:00 am prevailing time on April 9, 2014, at the Municipal
Building, Chews-Clementon Road, Chews Landing, New Jersey
PROPOSALS must be addressed to the Township Council, PO Box 8, Blackwood, New Jersey,
08012 and will be opened and read publicly at the above time and date, and should be in a sealed
envelope marked:
20 YARD REAR LOAD REFUSE TRUCK
DO NOT OPEN UNTIL: April 9, 2014 @ 11:00 AM
PROPOSAL forms, instructions to bidders, specifications and other bidding documents may be
examined or obtained at the office of the Township Clerk, 1261 Chews Landing Road, Laurel
Springs, New Jersey, during normal business hours.
The Township Council reserves the right to reject any or all proposals in whole or in part, and to
waive such informalities as may be permitted by law.
BIDDERS are required to comply with the requirements of P.L. 1975, Chapter 127, and P.L.
1977, Chapter 33.
Information on Affirmative Action Program requirements is available at the office of the
Township Clerk, Municipal Complex, Chews-Clementon Road, Laurel Springs, New Jersey.
Rosemary DiJosie
BID PROPOSAL FORM
(Contract Title and Bid Number, if applicable)
(Description of goods/services being bid)
The undersigned proposes to furnish and deliver the above goods/services pursuant to the bid
specification and made part hereof:
Amount in words
$
Amount in numbers
Company Name
Address
Signature of Authorized Agent
Title
Telephone Number
Date
Federal I.D. # or Social Security #
Type or Print Name
PROPOSAL FORM/SIGNATURE PAGES
To:
Township Council
Gloucester Township
1261 Chews Landing Road
Laurel Springs, NJ 08021
Council:
Date:
This proposal is submitted in accordance with your advertisement inviting proposals to be received
for the project identified as:
Having carefully examined the "Advertisement for Bids:, Bidding Instruction", General Clauses",
"Plans", etc. hereinafter, bulletins applying thereto, and being familiar with the various conditions
affecting the work, the undersigned hereby agrees to furnish all materials, perform all labor, and all
else necessary to complete the work in strict accordance with the specifications for prices as follows:
In case this proposal is accepted, the undersigned is hereby bound to enter into contract within
ten(10) days after receipt of notice of acceptance for above mentioned work, in accordance with such
specifications.
day
(Type or Print Name)
.2
Subscribed and Sworn
before me this
of
Notary public of
My commission expires
(Seal)
Signature
INSTRUCTIONS TO BIDDERS
NO DEPOSIT OR FEE IS REQUIRED FOR SPECIFICATIONS
QUALIFICATIONS OF BIDDERS
All bidders must be prepared to present suitable evidence of their financial standing and to furnish
a list of similar work recently completed.
No verbal instructions or information to bidders will be binding. The specifications will be
considered as clear and complete unless written attention is called to any discrepancies or
incompleteness before the opening of bids. Should any written inquiries be received by the Business
Administrator, these inquiries will be answered in the form of bulletins and issued to all bidders.
These bulletins shall be considered a part of these specifications.
Bids will be considered as conclusive evidence of complete examination of specifications and
samples. It is understood that parties making bids accept all the terms and conditions expressed and
contained in the specifications attached to the proposal submitted.
A proposal Form/Signature Page is provided in these specifications. This form must be used in
submitting a proposal and all pages of the form must be completely filled out and signed by the
bidder.
PRESENTATION OF BIDS
Each bid must be enclosed in a sealed envelope and clearly marked on the outside:
"BID PROPOSAL
"(see advertisement, page 1), and delivered to the Office of the
Township Clerk, 1261 Chews Landing Rd., Laurel Springs, New Jersey 08021.
WITHDRAWALS
No proposal may be withdrawn later than 4:30 p.m. prevailing time on the day of the opening of the
bids. No modifications or explanations of any bid will be allowed after the same is sealed and
delivered to the Township Clerk. The proposals will be opened and read publicly by the Township
Council.
The Township Council reserves the right to reject any or all bids or parts thereof as deemed to be in
the best interest of the Township and to waive any immaterial informalities as may be permitted by
law.
FORM OF CONTRACT
The successful bidder will be required to execute a written contract with the Township Council
within ten(10) days after notice of the acceptance of their proposal.
BID BOND
Each bid shall be accompanied by a certified check, cashier's check or bid bond duly executed by
the bidder as the principal and having as surety thereon a surety company approved by the
Township of Gloucester in the amount not less than ten percent (10%), but in no case in excess
of $20,000.00 or the amount of bid. Any such bid bond shall be without endorsement or
conditions. Bid shall also be accompanied with a certificate letter from a surety company stating
that it will provide the bidder with the completion bond.
SURETY BOND
The successful bidder will be required to furnish a surety bond in the amount of one hundred
percent (100%) of the contract price, the condition of which shall be in the full and complete
execution and performance of each and all of the terms contained in the contract, proposal,
specifications and instructions to bidders. The bond shall meet all requirements of the Township
Council.
NOTE: Surety bond is automatically required when the contract price exceeds nine hundred
ninety nine dollars and ninety nine cents, ($999.99); when the contract price is under $999.99,
surety bond may be required by the Township Council if they deem it necessary and in the best
interest of the Township.
Entire cost of bond(s) shall be paid for by the individuals, firms, or corporations with whom the
contract(s) are entered into for the execution of any other purchases, or the furnishing or hiring of
any materials or supplies.
WE ARE WAIVING
THE REQUIREMENT FOR A
SURETY BOND
NOT THE BID BOND
WHICH IS LOCATED ON
PAGE 7
CONSENT OF SURETY
A performance bond will be required from the successful contractor on this project, and
consequent, all bidders shall, with their bid, a certificate in substantially the following form:
TO:
(Owner)
RE:
(Contractor)
(Project Description)
This is to certify that the
(Surety Company)
will provide to
(Owner)
a performance bond
in the full amount of awarded contract in the event that said contractor is awarded a contract for
the above project.
(CONTRACTOR)
(Authorized Agent of Surety Company)
Date:
CERTIFICATE OF SURETY MUST BE SIGNED BY AN AUTHORISED AGENT
OR REPRESENTATIVE OF A SURETY COMPANY AND NOT BY THE
INDIVIDUAL OR COMPANY REPRESENTATIVE SUBMITTING THE BID.
SPECIFICATIONS
These specifications are intended to cover the furnishing of all materials and the performance of all
work that may be required or necessary for the complete compliance of the contract and the
contractor will be required to do all things. Where plans, drawings or schematics accompany certain
sections of the specifications, these shall be considered as a part of these specifications.
INTERPRETATIONS OF SPECIFICATIONS
Should the contractor discover discrepancies in the specifications, the matter shall be immediately
brought to the attention of the Township of Gloucester and the discrepancies corrected by written
agreement before preceding further.
All explanation, interpretations and instructions required under these specifications will be given by
the Township upon written request from bidders.
Equipment to be furnished (if applicable) shall be new, first-class, or as specifically stipulated in the
detailed specifications and shall meet with the approval of the Township Council or their designated
representative.
All equipment if applicable, shall conform to the requirements of these specifications and any
equipment rejected by the Council as not complying with these specifications shall be immediately
removed and replaced with acceptable equipment.
EXTRA WORK
No extras or additional work will be allowed or paid for unless such extras or additional work is
ordered in writing by the Township and the price fixed and agreed before such work is performed.
ADDITIONS OR DEDUCTIONS
The Council of the Township of Gloucester shall have the right, without invalidating the contract,
to make additions to or deductions from the work covered by these specifications and in case such
deductions in cost shall be made between the Council and the contractor, but must be agreed to in
writing.
PROTECTION BY CONTRACTOR
The contractor agrees to indemnify and save harmless the Township and their representatives from
all suits or actions of every nature and description brought against them or either of them, or on
account of the use of patented or copyrighted material, appliances, products, or processes, with legal
protection. The contractor shall not transfer or sublet any portion of the work covered by these
specifications without written consent of the Township.
GENERAL CLAUSE
PROPOSAL FORMS
As noted under "instructions to bidders", attached to these specifications is a "Proposal
Form/Signature Form", which must be completely filled out and signed by each bidder.
As these Instructions to Bidders, Specifications, Form of Proposal, Signature Page, General and
Special Clauses, etc. all refer to each other and together constitute a whole legal binding agreement
and must be returned together as when delivered to bidder.
NO BID WILL BE ACCEPTED UNLESS SUBMITTED ON THE FORMS FURNISHED HEREIN
All bids must be sealed, marked and delivered in accordance with the instructions in paragraph 5,
and 6. Bids will be opened and read publicly by the Business Administrator at the time and day
specified in the Advertisement for Bids. Reading of the bids will take place at the Municipal
Building, 1261 Chews Landing Road, Laurel Springs, NJ 08021.
DELIVERY
In general, deliveries shall be at such time and place as may be fixed by Council and shall not be
made except upon definite instructions. See "Specifications" for delivery required under these
present specifications.
DISPOSAL OF MATERIALS, SUPPLIED ETC...NOT APPROVED.
Bidders shall understand that when materials, supplies, etc. have been delivered to the job which do
not comply with the specifications and have not been approved, they shall be immediately removed
upon notification to the contractor and replaced with material, supplied, etc., in full accordance with
the specifications.
PAYMENTS
Payments shall be made to the contractor within sixty (60) days of receipt of invoice, after inspection
and acceptance of the material and/or work and approval of the invoice by the Township Council
unless otherwise stipulated by the Township in the form of a contract.
NUMBER OF WORKING DAYS
The contract shall contain the date which the work shall be completed or shall specify the number
of working days to be allowed for its completion and/or delivery of materials equipment and
supplies.
EXEMPTION FROM FEDERAL EXCISE AND NEW JERSEY SALES TAX
The Township of Gloucester is exempt from Federal Excise Taxes and the New Jersey Sales Tax.
Net prices as shown in the proposal shall exclude said Federal and State Tax amounts.
NOTE: This provision shall not apply to construction, repair and/or maintenance contracts where
bidder purchases supplies, materials, and/or equipment and includes costs thereof in computation
of his bid or proposal.
NEW JERSEY PREVAILING WAGE ACT
All work on this project shall comply with the requirements under the 1963 Revised Statutes of New
Jersey Chapter 150, "Prevailing Rate of Wages on Public Contracts".
Current applicable Wage Rate Determination of the State of the New Jersey Department of Labor
shall become part of the contract.
DOMESTIC PRODUCTS
Only manufactured products of the United States, wherever available, shall be used in connection
with this undertaking, pursuant to 40A:11-18 of the Revised Statutes of the State of New Jersey.
PUBLIC DISCLOSURE
Chapter 33 of the Public Laws of 1977 provides that no Corporation or Partnership shall be awarded
any State, County, Municipal, or School District contract for the performance of any work or the
furnishing of any materials or supplies, unless prior to the receipt of the bid or accompanying the bid
of said Corporation or Partnership there is submitted a statement. The statement shall set forth the
names and addresses of all stockholders in the Corporation or Partnership who own ten percent
(10%) or more if its stock or any class, or of all individual partners in the Partnership who owns a
ten percent(10%) or greater interest therein.
FAILURE TO SUPPLY THIS INFORMATION WITH "FORM OF PROPOSAL" WILL BE
CAUSE TO REJECT THE BID
Full firm name of Bidder
Address
City, State, Zip Code
Phone Number
Signature of Bidder
Fax Number
AFFIRMATIVE ACTION COMPLIANCE NOTICE
N.J.S.A 10:5-31 and N.J.A.C. 17:27
GOODS AND SERVICES CONTRACTS
(INCLUDING PROFESSIONAL SERVICES)
This form is a summary of the successful bidder's requirement to comply with requirements of
N.J.S.A. 10:5-31 and N.J.A.C. 17:27.
The successful bidder shall submit to the public agency, after notifications of award but prior to
execution of this contract, one of the following three documents as forms of evidence.:
(a) A photocopy of a valid letter that the contractor is operating under an existing Federally
approved or sanctioned Affirmative Action Program (good for one year from the date of the
letter):
OR
(b) A photocopy of a Certificate of Employee Information Report approval, issued in
accordance with N.J.A.C. 17:27-4
OR
c) A photocopy of an Employee Information Report (Form AA302) provided by the Division
and distributed to the public agency to be completed by the contractor
The successful vendor may obtain the Affirmative Action Employee Information Report (AA302)
from the contraction unit during normal business hours.
The successful vendor(s) must submit the copies of the AA302 Report to the Division of Contract
Compliance and Equal Employment Opportunity in Public Contracts (Division). The Public Agency
copy is submitted to the public agency, and the vendor copy is retained by the vendor.
The undersigned vendor certifies that he/she is aware of the commitment to comply with the
requirements of N.J.S.A. 10:5-31 and N.J.A.C. 17:27 and agrees to furnish the required forms of
evidence.
The undersigned vendor further understands that his/her bid shall be rejected as non-responsive if
said contractor fails to comply with the requirements of N.J.S.A. 10:5-31 and N.J.A.C. 17:27.
COMPANY:
PRINT NAME:
SIGNATURE
TITLE:
DATE:
SUPPLEMENT TO BID SPECIFICATIONS
NON-DISCRIMINATION
During the performance of a contract, the contractor agrees as follows:
1.
2.
3.
4.
5.
The contractor or subcontractor, where applicable, will not discriminate against any
employee or applicants for employment because of age, race, creed, color, national origin,
ancestry, marital status, or sex. The contractor will take affirmative action to ensure that
such applicants are recruited and employed, and that employees are treated during
employment, without regard to their age, race, creed, color, national origin, ancestry, marital
status or sex. Such action shall include, but not be limited to the following: employment,
upgrading, demotion or transfer; recruitment or recruitment advertising; layoff or
termination; rates of pay or other forms of compensation; and selection for training, including
apprenticeship. The contractor agrees to post in conspicuous places, available to employees
and applicants for employment, notice to be provided by the Public Agency Equal
Employment Opportunity Officer setting forth provisions of the non-discrimination clause.
The contractor or subcontractor, where applicable, will in all solicitations or advertisements
for employees placed by or on behalf of the contractor, state that all qualified applicants will
receive consideration for employment without regard to age, race, creed, color, national
origin, ancestry, marital status or sex.
The contractor or subcontractor, where applicable, will send to each labor union or
representative of workers with which it has collective bargaining agreement or other contract
or understanding a notice, to be provided by the Public Agency Equal Employment
Opportunity Officer advising the labor union or workers representative of the contractor's
commitments under this act and shall post copies of the notice in a conspicuous place
available to employees and applicants for employment.
The contractor or subcontractor, where applicable agrees to comply with any regulations
promulgated by the Treasurer pursuant to P.L., c.127, as amended and supplemented from
time-to-time.
The contractor or subcontractor agrees to attempt in good faith to employ minority and
female workers consistent with the applicable county employment goals prescribed by
section 5.2 of the regulations promulgated by the Treasurer pursuant to P.L. 1975, c. 127 as
amended and supplemented from time-to-time or in accordance with a binding determination
of applicable county employment goals, determined by the Affirmative Action Office
pursuant to section 5.2 of the regulations promulgated by Treasurer pursuant to P.L. 1975,
c, 127 as amended and supplemented from time-to-time.
6.
The contractor or subcontractor agrees to inform in writing all recruitment agencies,
including employment agencies, placement bureaus, colleges, universities, labor unions, that
it does not discriminate on the basis of age, creed, color, national origin, ancestry, marital
status, or sex, and that it will discontinue the use of any recruitment agency which engages
in direct or indirect discriminatory practices.
7.
The contractor or subcontractor agrees to revise any of its testing procedures, if necessary,
to assure that all personnel testing conforms with the principles of job-related testing, as
established by the statues and court decisions of the State of New Jersey and as established
and by application Federal Law and applicable Federal Court decisions.
8.
The contractor or subcontractor agrees to review all procedures relating to transfer,
upgrading, downgrading and layoff to ensure that all such actions are taken without regard
to age, creed, color, national origin, ancestry, marital status or sex and conform with the
applicable employment goals consistent with the statutes and court decisions of the State of
New Jersey, and applicable Federal Law and applicable Federal Court decisions.
Provisions 4, 5, 6, 7, or 8 not required for subcontractors with (4) or fewer employees or a
contractor who has presented evidence of a Federally approved or sanctioned Affirmative
Action Program
Submitted By:
Name of Firm
Signature
Title
Date
Gloucester Township
Chassis specification for 1 new rear loader
Manufacturer's Productions Sheet:
The successful vendor shall furnish one (1) copy of the actual Factory Production Sheet,
for each unit furnished. The copies of the Production Sheet shall be submitted at the time
of the Township inspection of unit.
General Instructions:
No Dealer advertisements shall appear on the unit. NO EXCEPTIONS.
Brake linings shall be non-asbestos. The vendor awarded the contract is required to
furnish certification, in writing, that the brakes do not contain asbestos. The
certification shall be furnished to the Township inspector at the time of inspection of the
unit for delivery condition and compliance with specifications.
Errors and Omissions:
Inadvertent omissions and/or errors which may require changes in the attached
specifications must be brought to the attention of the Township Director of Central
Purchasing before the bid submission date. All questions shall be answered in writing,
to all prospective bidders by addendum. Verbal responses shall not be binding.
Following the award, should the successful vendor discover and errors or omissions in
the work undertaken and executed by him, he shall immediately notify the Director of
Central Purchasing, who shall promptly verify the same. If, with the knowledge of such
error or omission and prior to the correction thereof, the Bidder proceeds with any work
affected thereby, he shall do so at his own risk. The work done shall not be considered as
work done under and in performance of this agreement, unless and until approved and
accepted in writing, by the Director of Central Purchasing.
It is the responsibility of the furnishing vendor to deliver a complete, operative and
efficiently functioning unit.
Specifications Deviations or Substitution:
These specifications are not intended to be restrictive, but are meant to describe the type
of unit required for use by the Township. Bidders are warned, however, that failure to
meet the minimum provisions noted herein will be deemed sufficient reason to reject
a bid.
Further, these specifications address the minimum performance requirements of the
Gloucester Township. The Township will consider alternate products, provided that they
meet these minimum performance requirements and is summited to the township one
week prior to the bid opening.
If the Bidder is basing his proposal on equipment other than what is specified and
wishes the equipment he proposes to be considered as an "Approved Equivalent",
he shall submit on a separate sheet in the exact format of the specifications
contained herein, an item description, including the make, model and
manufacturer's name of that which he proposes to substitute. For purposes of
comparison, include only those items on each sheet as given in these specifications.
Such Bidder shall also include, but not as a substitute for the above, manufacturer's
literature and specifications.
It shall further be the responsibility of the Bidder when offering an alternate, to furnish
proof via manufacturer's drawings, blueprints, certifications, etc., that such is equal or
superior to the units specified. Failure to submit the description, descriptive
literature or deviations as listed above will mean the Bidder intends to supply the
particular item as designated in the specifications and the Township will so demand.
No substitution will be permitted after receipt of the bids.
EXCEPTIONS:
CHASIS CAB SPECIFICATIONS - International Model #7400 SBA-4X2 (or an
approved equivalent)
All standard and optional equipment listed shall be Original Equipment Manufacturer's
(OEM) items when available. NO EXCEPTIONS.
Dimensions:
Wheelbase.
Cab-To-Axle.
.205" Inches
85" Inches
Front axle to be setback 32" for better turning in tight areas and even weight distribution
Note: The City reserves the right to determine final cab-to-axle dimension
at issuance of Purchase Order.
GVWR....
Bumper to Back of Cab..
Shoulder Room.
Hip Room...
Door Width..
Cab Height, Interior.
Cab Width....
.39,000 lbs. (minimum)
107" Inches
71" Inches
.70" Inches
.37" Inches
.56" Inches (minimum)
.82" Inches (minimum)
Overall Width.
....80" Inches
Additions to the cab such as bubble roof to allow for head clearance, shall not be
accepted. NO EXCEPTIONS.
Compatibility Clause:
The successful vendor shall be responsible to ensure compatibility with body
components. NO EXCEPTIONS.
Engine and Related Equipment:
Diesel - International DT 466 Six (6) cylinder 300 peak HP 860 lb/ft @1400
RPM fully electronic, in-line turbocharged, air to air intercooler, wet sleeve,
electronically controlled unit injectors.
300 peak HP (minimum), 860 lb/ft torque @ 1300 RPM (minimum)
All engine and engine related system fluids shall remain as a stable liquid,
unaided within the normal expected vehicle ambient temperature operating range
of -20 degrees F to 100 degrees F
Block heater Phillips with extended life coated oil pan 120 volt/1250 watt with
"Y" cord from socket with provisions in oil pan for dealer installed 120 volt/150
watt oil pan heater.
Electronic road speed governor
Hand throttle, electronic, Electronic cruise control
Heavy Duty cooling. 1228 square inch radiator and 678 Sqin charged air cooler
and a 342 sq in low temperature radiator.
Silicone radiator and heater hoses with heat shrink clamps to prevent cold coolant
leaks (NO EXCEPTIONS)
Fan Drive Horton Drivemaster "two speed" direct drive with residual torque
device for disengaged fan speed with nylon fan blades (or and approved
equivalent)
Air cleaner, single element with integral snow separation module and dash
mounted restriction indicator Donaldson (or and approved equivalent)
Filters - primary fuel, oil
Heated fuel/water separator thermostatic fuel temperature controlled electric
heater includes standard equipment water-in-fuel sensor. (or an approved
equivalent)
Electronic engine speed control for PTO, remote mounted for body builder or
future access
Oil pan magnetic drain plug
Engine shutdown system, automatic with the warning lights and alarm, oil
pressure, coolant temperature and coolant level. System must include automatic
30 second override
Anti-Freeze, (extended life type), -40°F protection, with "low coolant" level
warning light and alarm
Electrical System:
•
•
e
Computer controlled wiring system with self-diagnostics and data link connector
in the cab for vehicle programming. Dash to have LCD screen to read out all
fault codes
Wiring shall be color coded and continuously numbered
Jump Start Terminal - remote mounted with clear access (vehicles requiring the
removal of the battery box cover or connections of jumper cables directly to
battery studs will not be considered)
Cigar lighter to be supplied
Power source cigar type receptacle without plug and card
Jump Start terminal-remote mounted with clear access(vehicles requiring the
removal of the battery box cover or connection to jumper cables directly to
battery studs will not be considered.
Radio AM/FM weather band
Batteries - (3) 12 volt, 2100 CCA (minimum) Delphi W1150D(or an approved
equivalent). NOTE: Battery mounting shall not interfere with the installation of
hydraulic and body components. The battery box shall have a plastic or
aluminum protective lid and shall be mounted behind the cab.
Battery terminals to be sealed
Alternator - 185 amp (minimum) Leece-Neville BLP2361H pad mounted (or an
approved equivalent)
Lights - Cab Maker, (5) LED type
Headlamp, (2) Halogen
Daytime running, (2)
Directional Marker, (2) Front Corner of Hood, (2) Top of Fender
(Amber front/rear)
Tail with integral stop, turn, backup and license plate (2)
Interior Dome, door activated.
NOTE: The vehicles exterior lighting system, including headlamp, tail
And marker lights, must automatically activate whenever the
Wiper switch is engaged (NO EXCEPTIONS)
Flasher - 40 amp, rated no load, solid state flasher with self protection and self
diagnostics
Turn Signal Switch - electronic, with "flash-to-pass" feature
Circuit Protectors - manual resent, SAE Type III, with trip indicators
Body Builder Electrical Connector - connection plug is to be located at the rear of
frame for body builder connection to stop, tail, turn and marker light circuits,
ignition controlled auxiliary feed and ground. NOTE: The body builder will not
be permitted to splice into any chassis wiring harness.
Back-up Alarm - chassis supplied, 102 DBA
Snow plow lighting --Chassis manufacturer to supply a 36" auxiliary wiring
harness with back lighted switch shall be supplied for plow lights and turn signals.
Note body builder will not be permitted to splice into any chassis wiring
harness
2-way radio wiring effects factory installed. Wiring should have a 20 amp fuse
protection includes ignition wire with a 5 amp fuse wire ends heat shrink and
routed to center of header console in cab
Clearance marker lights to be L.E.D
Windshield wiper speed control will force wipers to slowest intermittent speed
when park brake is set and wipers on.
Head lights will automatically turn on if windshield wipers are turned on.
Test exterior lights, pre-trip inspection will cycle all exterior lamps except back-
up lights.
Parking brake alarm- Electric horn to sound in a repetitive manner when vehicle
park brake is "NOT" set with ignition off and any door opened.
Body builder circuits, six (6) body circuits switches shall supplied in the
instrument panel with one (1) weather protected power module mounted at rear of
cab. The power module is to be six (6) channelss capable, 20 amps per channel, 80
amp max output. The dash switches are to control the power module. The dash
mounted switches must be back-lighted.
Exhaust System:
Single Horizontal Muffler and vertical tail pipe includes tail pipe guard frame
mounted right side located in such a way that it does not interfere with the body
builder installations. 2007 after treatment device frame mounted outside right rail
under cab. Cab mounted exhaust not acceptable.
Frame:
Main Frame - 10.125" inches x 3.580" inches x .312" inches 120,000 PSI
Reinforcement-total dimensions with reinforcement 10.813" inches x 3.892"
inches x .312 inches, 120,000 PSI. Reinforcement must be full "C" channel
reinforcement, one piece, extending the entire length of the main frame rail
Front tow hooks
31.72 section modulus (minimum) – 3,806,400 RBM's (minimum)
2 rear tow hooks.
Front Bumper -- full width steel with swept-back ends .NOTE: The body builder
shall not weld to or "burn" holes in the bumper.
Fuel Tank:
70 gallon capacity, non polished aluminum mounted on the left side under the cab
door, (minimum). NOTE: A minimum of two (2) self-cleaning steps shall be
provided on both sides of the cab, with the lower step not exceeding twenty
(20") inches from the ground.
Transmission:
*
*
Automatic - 6-speed Allison Model 3500 RDS-P (or an approved equivalent)
PTO Provisions (NO EXCEPTIONS)
Input/Output electrical connection provisions must be provided for dump and salt
spreading applications
Synthetic Lube - Transynd (or an approved equivalent)
Transmission Oil Temperature Gauge, dash mounted
Transmission Oil Level Sensor, with readout at shift selector
Spin-on Oil Filter
Magnetic Oil Drain Plug
Shift Control, Push Button Type - dash mounted (NO EXCEPTIONS)
Front Axle and Related Equipment:
•
16,000 lbs. capacity Meritor MFS 16-143A (or an approve equivalent)
Wide Track, 71.5" king pin center. Front axle shall be set forward
configuration.
Wheel Seals, oil lubricated, includes wheel bearings
Shock Absorbers
Spring Pins, rubber bushed, maintenance free
Drag Link and Tie Rods, greaseable
Power Steering - gear driven
Rear Axle and Related Equipment:
26,000 lbs. capacity - Meritor RS-26-160 single reduction standard track 26,000
lb capacity with "R" wheel ends and driver controlled locking differential
Ratio - vehicle shall be geared to obtain a speed of approximately 70 MPH and
shall be programmed not to exceed 65 MPH.
Magnetic Oil Drain Plug
Wheel Seals
Synthetic Lubrication, factory installed
Suspension, Front:
•
16,000 lbs. capacity, Parabolic springs with shock absorber.
Aux rubber springs need to be supplied on each side
Suspension, Rear:
Rear suspension to be single vari-rate 31,000 lb capacity includes 4500 lb multi
leaf auxiliary springs.(or an approved equivalent)
Drive Shaft:
Heavy duty
Brake System and Related Equipment:
Anti-Lock Brake System - Four channel control full vehicle control system and
automatic traction control (NO EXCEPTIONS)
Air Brakes - Front, Cam Type 16.5" Inches x 6" Inches
Rear, Cam Type 16.5" Inches x 7" Inches
Compressor - 13.2 CFM, Gear Driven, with air supply piped from air cleaner
Automatic Slack Adjusters, front & rear
Brake Lines - all color coded nylon
Supply tractor Package with glad hands
Brake chambers on rear rear axle to located inside rear tire envelope to meet all
asphalt spreader/paver clearance requirements
Manual Drain Cocks
Dual Air Pressure Gauges
Low Air Pressure Warning Light and Alarm
Air Activated, Spring Loaded Parking Brake, with dash mounted control
Air Dryer, Heated, Bendix AD-IP(or an approved equivalent)
Drain valve bendix DV-2 with heater for wet air tank
NOTE: All brake lining material shall be non-asbestos. The successful
vendor shall be required to furnish certification from the manufacturer
stating that all brake linings are non-asbestos. NO EXCEPTIONS.
Cab and Related Equipment:
Conventional Style Cab, galvanized steel, with tilting three (3) piece construction
hood, and stationary grille. Fenders are to be replaceable, independently of hood.
Cab Air Ride Suspension with shock absorber
•
.
*
Injection Molded TPO (or an approved equivalent) Fender Extensions
extensions are not to be glued to hood assembly, but rather shall be attached with
removable screws or other hardware.
Grille Assembly - bright finished and stationary
Radiator Stone Guard - aluminum mesh type, stone guard mounted between grille
and radiator
Horn - both dual electric and air horn shall be provided. Horn activation shall be
located on the steering wheel for both. NOTE: The air horn shall be mounted
under the hood - cab roof mounting is not acceptable
Glass - all cab glass shall be tinted. Vent windows shall be provided, and must
pivot open.
Interior grab handles to be safety yellow.
Body Builder Pass Through - a knockout opening shall be provided in the cab
floor for the body builder
Mirrors - Two (2) Rectangular Heads, approximately 16" inches x 7" inches, with
additional integral convex mirrors, mounted on a "breakaway" type "C" bracket.
Both the main and convex mirrors are to be heated and thermostatically
controlled. An additional 6"x 10" inches "look-down" convex mirror is to be
mounted on the upper right side mirror bracket. This mirror shall be located in
such a manner as to view the area directly at or below the passenger side door.
Mirrors must be break away type mirrors NOTE: No exceptions
All mirror bracket must be powder coated
Radio- AM/FM with weather band
Windshield Wipers - 2-speed electric, single motor, with intermittent switch. (or
an approved equivalent)
Gauges - air pressure (2), oil pressure, voltmeter, engine coolant temperature,
fuel, hour meter, tachometer, transmission oil temperature, odometer, trip hours,
trip miles.
Warning Lights and Alarms -- Low air pressure, low fuel, low oil pressure, low
coolant level, high coolant temperature, low battery voltage, low windshield
wiper fluid
Grab Handles - entry assist, located inside the cab, left and right. Seating -
Driver - National Air Suspension (or an approved equivalent) vinyl high back
with integral headrest fully adjustable and with air operated lumbar support.
Passenger two man, vinyl, high back with integral headrest and under seat
storage.
Windshield to be heated in glass.
Heater/Defroster/air conditioner chassis manufacturer installed
Air condition to have built in shut down system to control damage incase of a
failure
Seat belts to be safety orange
Filter minder dash mounted
Sun visors - right and left with center extenders
Sun visor exterior with integrated marker lights.
Overhead Console - with dual storage pockets
Full Headliner and Padded Door Panels
Adjustable Steering Column - infinite position type
Cab to have exterior sun visor with integral L.E.D marker lights
Cab Interior - manufacturer's standard, City color preference is gray.
NOTE: Cab shall also include all manufacturers' standard equipment.
Tires and Wheels:
Front-12R22.55 Tubeless type, Radial Load, Range L (16 Ply), Highway Tread (or
an approved equivalent), Disc, 9.0" inches x 22
--- Document: Specifications for the purchase of lighting for Community Park ---
MAYOR
SPECIFICATIONS FOR THE PURCHASE OF
LIGHTING FOR COMMUNITY PARK
FOR THE TOWNSHIP OF GLOUCESTER
COUNTY OF CAMDEN
BUSINESS ADMINISTRATOR
BID OPENING DATE: APRIL 9, 2014 @ 11:15 AM
SPECIFICATIONS # P.W.:14-08
DEPARTMENT HEAD
SOLICITOR
TOWNSHIP OF GLOUCESTER, CAMDEN COUNTY
NOTICE TO BIDDERS
NOTICE is hereby given that sealed proposals for the:
LIGHTING FOR COMMUNITY PARK
BID SPECIFICATION NUMBER: PW: 14-08
will be received no later than 11:15 am prevailing time on April 9, 2014, at the Municipal
Building, Chews-Clementon Road, Chews Landing, New Jersey
PROPOSALS must be addressed to the Township Council, PO Box 8, Blackwood, New Jersey,
08012 and will be opened and read publicly at the above time and date, and should be in a sealed
envelope marked:
LIGHTING FOR COMMUNITY PARK OR EQUAL
DO NOT OPEN UNTIL: APRIL 9, 2014 @ 11:15 AM
PROPOSAL forms, instructions to bidders, specifications and other bidding documents may be
examined or obtained at the office of the Township Clerk, 1261 Chews Landing Road, Laurel
Springs, New Jersey, during normal business hours.
The Township Council reserves the right to reject any or all proposals in whole or in part, and to
waive such informalities as may be permitted by law.
BIDDERS are required to comply with the requirements of P.L. 1975, Chapter 127, and P.L.
1977, Chapter 33.
Information on Affirmative Action Program requirements is available at the office of the
Township Clerk, Municipal Complex, Chews-Clementon Road, Laurel Springs, New Jersey.
Rosemary DiJosie
BID PROPOSAL FORM
(Contract Title and Bid Number, if applicable)
(Description of goods/services being bid)
The undersigned proposes to furnish and deliver the above goods/services pursuant to the bid
specification and made part hereof:
Amount in words
$
Amount in numbers
Company Name
Address
Signature of Authorized Agent
Title
Telephone Number
Date
Federal I.D. # or Social Security #
Type or Print Name
PROPOSAL FORM/SIGNATURE PAGES
To:
Township Council
Gloucester Township
1261 Chews Landing Road
Laurel Springs, NJ 08021
Council:
Date:
This proposal is submitted in accordance with your advertisement inviting proposals to be received
for the project identified as:
Having carefully examined the "Advertisement for Bids:, Bidding Instruction", General Clauses",
"Plans", etc. hereinafter, bulletins applying thereto, and being familiar with the various conditions
affecting the work, the undersigned hereby agrees to furnish all materials, perform all labor, and all
else necessary to complete the work in strict accordance with the specifications for prices as follows:
In case this proposal is accepted, the undersigned is hereby bound to enter into contract within
ten(10) days after receipt of notice of acceptance for above mentioned work, in accordance with such
specifications.
day
(Type or Print Name)
,2
Subscribed and Sworn
before me this
of
Notary public of
My commission expires
(Seal)
Signature
INSTRUCTIONS TO BIDDERS
NO DEPOSIT OR FEE IS REQUIRED FOR SPECIFICATIONS
QUALIFICATIONS OF BIDDERS
All bidders must be prepared to present suitable evidence of their financial standing and to furnish
a list of similar work recently completed.
No verbal instructions or information to bidders will be binding. The specifications will be
considered as clear and complete unless written attention is called to any discrepancies or
incompleteness before the opening of bids. Should any written inquiries be received by the Business
Administrator, these inquiries will be answered in the form of bulletins and issued to all bidders.
These bulletins shall be considered a part of these specifications.
Bids will be considered as conclusive evidence of complete examination of specifications and
samples. It is understood that parties making bids accept all the terms and conditions expressed and
contained in the specifications attached to the proposal submitted.
A proposal Form/Signature Page is provided in these specifications. This form must be used in
submitting a proposal and all pages of the form must be completely filled out and signed by the
bidder.
PRESENTATION OF BIDS
Each bid must be enclosed in a sealed envelope and clearly marked on the outside:
"BID PROPOSAL
"(see advertisement, page 1), and delivered to the Office of the
Township Clerk, 1261 Chews Landing Rd., Laurel Springs, New Jersey 08021.
WITHDRAWALS
No proposal may be withdrawn later than 4:30 p.m. prevailing time on the day of the opening of the
bids. No modifications or explanations of any bid will be allowed after the same is sealed and
delivered to the Township Clerk. The proposals will be opened and read publicly by the Township
Council.
The Township Council reserves the right to reject any or all bids or parts thereof as deemed to be in
the best interest of the Township and to waive any immaterial informalities as may be permitted by
law.
FORM OF CONTRACT
The successful bidder will be required to execute a written contract with the Township Council
within ten(10) days after notice of the acceptance of their proposal.
BID BOND
Each bid shall be accompanied by a certified check, cashier's check or bid bond duly executed by
the bidder as the principal and having as surety thereon a surety company approved by the
Township of Gloucester in the amount not less than ten percent (10%), but in no case in excess
of $20,000.00 or the amount of bid. Any such bid bond shall be without endorsement or
conditions. Bid shall also be accompanied with a certificate letter from a surety company stating
that it will provide the bidder with the completion bond.
SURETY BOND
The successful bidder will be required to furnish a surety bond in the amount of one hundred
percent (100%) of the contract price, the condition of which shall be in the full and complete
execution and performance of each and all of the terms contained in the contract, proposal,
specifications and instructions to bidders. The bond shall meet all requirements of the Township
Council.
NOTE: Surety bond is automatically required when the contract price exceeds nine hundred
ninety nine dollars and ninety nine cents, ($999.99); when the contract price is under $999.99,
surety bond may be required by the Township Council if they deem it necessary and in the best
interest of the Township.
Entire cost of bond(s) shall be paid for by the individuals, firms, or corporations with whom the
contract(s) are entered into for the execution of any other purchases, or the furnishing or hiring of
any materials or supplies.
WE ARE WAIVING
THE REQUIREMENT FOR A
SURETY BOND
NOT THE BID BOND
WHICH IS LOCATED ON
PAGE 7
CONSENT OF SURETY
A performance bond will be required from the successful contractor on this project, and
consequent, all bidders shall, with their bid, a certificate in substantially the following form:
TO:
(Owner)
RE:
(Contractor)
(Project Description)
This is to certify that the
(Surety Company)
will provide to
(Owner)
a performance bond
in the full amount of awarded contract in the event that said contractor is awarded a contract for
the above project.
(CONTRACTOR)
(Authorized Agent of Surety Company)
Date:
CERTIFICATE OF SURETY MUST BE SIGNED BY AN AUTHORISED AGENT
OR REPRESENTATIVE OF A SURETY COMPANY AND NOT BY THE
INDIVIDUAL OR COMPANY REPRESENTATIVE SUBMITTING THE BID.
SPECIFICATIONS
These specifications are intended to cover the furnishing of all materials and the performance of all
work that may be required or necessary for the complete compliance of the contract and the
tontractor will be required to do all things. Where plans, drawings or schematics accompany certain
sections of the specifications, these shall be considered as a part of these specifications.
NTERPRETATIONS OF SPECIFICATIONS
Should the contractor discover discrepancies in the specifications, the matter shall be immediately
brought to the attention of the Township of Gloucester and the discrepancies corrected by written
agreement before preceding further.
All explanation, interpretations and instructions required under these specifications will be given by
the Township upon written request from bidders.
Equipment to be furnished (if applicable) shall be new, first-class, or as specifically stipulated in the
detailed specifications and shall meet with the approval of the Township Council or their designated
representative.
All equipment if applicable, shall conform to the requirements of these specifications and any
equipment rejected by the Council as not complying with these specifications shall be immediately
removed and replaced with acceptable equipment.
EXTRA WORK
No extras or additional work will be allowed or paid for unless such extras or additional work is
ordered in writing by the Township and the price fixed and agreed before such work is performed.
ADDITIONS OR DEDUCTIONS
The Council of the Township of Gloucester shall have the right, without invalidating the contract,
to make additions to or deductions from the work covered by these specifications and in case such
deductions in cost shall be made between the Council and the contractor, but must be agreed to in
writing.
PROTECTION BY CONTRACTOR
The contractor agrees to indemnify and save harmless the Township and their representatives from
all suits or actions of every nature and description brought against them or either of them, or on
account of the use of patented or copyrighted material, appliances, products, or processes, with legal
protection. The contractor shall not transfer or sublet any portion of the work covered by these
specifications without written consent of the Township.
PROPOSAL FORMS
GENERAL CLAUSE
As noted under "instructions to bidders", attached to these specifications is a "Proposal
Form/Signature Form", which must be completely filled out and signed by each bidder.
As these Instructions to Bidders, Specifications, Form of Proposal, Signature Page, General and
Special Clauses, etc. all refer to each other and together constitute a whole legal binding agreement
and must be returned together as when delivered to bidder.
NO BID WILL BE ACCEPTED UNLESS SUBMITTED ON THE FORMS FURNISHED HEREIN
All bids must be sealed, marked and delivered in accordance with the instructions in paragraph 5,
and 6. Bids will be opened and read publicly by the Business Administrator at the time and day
specified in the Advertisement for Bids. Reading of the bids will take place at the Municipal
Building, 1261 Chews Landing Road, Laurel Springs, NJ 08021.
DELIVERY
In general, deliveries shall be at such time and place as may be fixed by Council and shall not be
made except upon definite instructions. See "Specifications" for delivery required under these
present specifications.
DISPOSAL OF MATERIALS, SUPPLIED ETC...NOT APPROVED.
Bidders shall understand that when materials, supplies, etc. have been delivered to the job which do
not comply with the specifications and have not been approved, they shall be immediately removed
upon notification to the contractor and replaced with material, supplied, etc., in full accordance with
the specifications.
PAYMENTS
Payments shall be made to the contractor within sixty (60) days of receipt of invoice, after inspection
and acceptance of the material and/or work and approval of the invoice by the Township Council
unless otherwise stipulated by the Township in the form of a contract.
NUMBER OF WORKING DAYS
The contract shall contain the date which the work shall be completed or shall specify the number
of working days to be allowed for its completion and/or delivery of materials equipment and
supplies.
EXEMPTION FROM FEDERAL EXCISE AND NEW JERSEY SALES TAX
The Township of Gloucester is exempt from Federal Excise Taxes and the New Jersey Sales Tax.
Net prices as shown in the proposal shall exclude said Federal and State Tax amounts.
NOTE: This provision shall not apply to construction, repair and/or maintenance contracts where
bidder purchases supplies, materials, and/or equipment and includes costs thereof in computation
of his bid or proposal.
NEW JERSEY PREVAILING WAGE ACT
All work on this project shall comply with the requirements under the 1963 Revised Statutes of New
Jersey Chapter 150, "Prevailing Rate of Wages on Public Contracts".
Current applicable Wage Rate Determination of the State of the New Jersey Department of Labor
shall become part of the contract.
DOMESTIC PRODUCTS
Only manufactured products of the United States, wherever available, shall be used in connection
with this undertaking, pursuant to 40A:11-18 of the Revised Statutes of the State of New Jersey.
PUBLIC DISCLOSURE
Chapter 33 of the Public Laws of 1977 provides that no Corporation or Partnership shall be awarded
any State, County, Municipal, or School District contract for the performance of any work or the
furnishing of any materials or supplies, unless prior to the receipt of the bid or accompanying the bid
of said Corporation or Partnership there is submitted a statement. The statement shall set forth the
names and addresses of all stockholders in the Corporation or Partnership who own ten percent
(10%) or more if its stock or any class, or of all individual partners in the Partnership who owns a
ten percent(10%) or greater interest therein.
FAILURE TO SUPPLY THIS INFORMATION WITH "FORM OF PROPOSAL" WILL BE
CAUSE TO REJECT THE BID
Full firm name of Bidder
Address
City, State, Zip Code
Phone Number
Fax Number
Signature of Bidder
MUSCO
Lighting
Gloucester Township Community Park
Quotation Price-Materials Only
Musco's Light Structure Green™™™ as described below and delivered to the job site
Equipment Description
Light Structure Green™™ System delivered to your site
Also Includes:
*
•
*
•
8- Galvanized steel poles (6-70'; 2-80')
UL Listed remote electrical component enclosures
Pole length wire harness
42- Factory-aimed and assembled luminaires
Energy savings of more than 50% over a standard lighting system
50% less spill and glare light than Musco's prior industry leading technology
Musco Constant 25M product assurance and warranty program that eliminates 100% of your maintenance costs for 25 years,
including labor and materials
Guaranteed constant light level of 50 footcandles for infield, 30 footcandles for outfield for 25 years
One group re-lamps at the end of the lamps' rated life, 5000 hours
Control Link Control & Monitoring System for flexible control and solid management of your lighting system
Lighting Contactors sized for 480 Volt 1 phase
Sales tax, labor, and unloading of the equipment is not included as part of this quote.
:
Delivery to the job site from the time of order, submittal approval, and confirmation of order details including voltage and phase,
pole locations is approximately 30-45 days. Due to the built-in custom light control per luminaire, pole locations need to be
confirmed prior to production. Changes to pole locations after the product is sent to production could result in additional charges.
Notes
Quote is based on:
Musco Lighting scan 105074lsg.pdf.
Structural Foundation Design 105074fndtn.pdf.
Shipment of entire project together to one location
Field size of 330/380/330
Structural code and wind speed = 2009 IBC, 100 MPH 1.0 Importance Factor, Exposure C.
Confirmation of pole locations prior to production
Owners supplied Musco precast concrete bases
AFFIRMATIVE ACTION COMPLIANCE NOTICE
N.J.S.A 10:5-31 and N.J.A.C. 17:27
GOODS AND SERVICES CONTRACTS
(INCLUDING PROFESSIONAL SERVICES)
This form is a summary of the successful bidder's requirement to comply with requirements of
N.J.S.A. 10:5-31 and N.J.A.C. 17:27.
The successful bidder shall submit to the public agency, after notifications of award but prior to
execution of this contract, one of the following three documents as forms of evidence.:
(a) A photocopy of a valid letter that the contractor is operating under an existing Federally
approved or sanctioned Affirmative Action Program (good for one year from the date of the
letter):
OR
(b) A photocopy of a Certificate of Employee Information Report approval, issued in
accordance with N.J.A.C. 17:27-4
OR
c) A photocopy of an Employee Information Report (Form AA302) provided by the Division
and distributed to the public agency to be completed by the contractor
The successful vendor may obtain the Affirmative Action Employee Information Report (AA302)
from the contraction unit during normal business hours.
The successful vendor(s) must submit the copies of the AA302 Report to the Division of Contract
Compliance and Equal Employment Opportunity in Public Contracts (Division). The Public Agency
copy is submitted to the public agency, and the vendor copy is retained by the vendor.
The undersigned vendor certifies that he/she is aware of the commitment to comply with the
requirements of N.J.S.A. 10:5-31 and N.J.A.C. 17:27 and agrees to furnish the required forms of
evidence.
The undersigned vendor further understands that his/her bid shall be rejected as non-responsive if
said contractor fails to comply with the requirements of N.J.S.A. 10:5-31 and N.J.A.C. 17:27.
COMPANY:
PRINT NAME:
SIGNATURE
TITLE:
DATE:
SUPPLEMENT TO BID SPECIFICATIONS
NON-DISCRIMINATION
During the performance of a contract, the contractor agrees as follows:
1.
2.
3.
4.
5.
The contractor or subcontractor, where applicable, will not discriminate against any
employee or applicants for employment because of age, race, creed, color, national origin,
ancestry, marital status, or sex. The contractor will take affirmative action to ensure that
such applicants are recruited and employed, and that employees are treated during
employment, without regard to their age, race, creed, color, national origin, ancestry, marital
status or sex. Such action shall include, but not be limited to the following: employment,
upgrading, demotion or transfer; recruitment or recruitment advertising; layoff or
termination; rates of pay or other forms of compensation; and selection for training, including
apprenticeship. The contractor agrees to post in conspicuous places, available to employees
and applicants for employment, notice to be provided by the Public Agency Equal
Employment Opportunity Officer setting forth provisions of the non-discrimination clause.
The contractor or subcontractor, where applicable, will in all solicitations or advertisements
for employees placed by or on behalf of the contractor, state that all qualified applicants will
receive consideration for employment without regard to age, race, creed, color, national
origin, ancestry, marital status or sex.
The contractor or subcontractor, where applicable, will send to each labor union or
representative of workers with which it has collective bargaining agreement or other contract
or understanding a notice, to be provided by the Public Agency Equal Employment
Opportunity Officer advising the labor union or workers representative of the contractor's
commitments under this act and shall post copies of the notice in a conspicuous place
available to employees and applicants for employment.
The contractor or subcontractor, where applicable agrees to comply with any regulations
promulgated by the Treasurer pursuant to P.L., c.127, as amended and supplemented from
time-to-time.
The contractor or subcontractor agrees to attempt in good faith to employ minority and
female workers consistent with the applicable county employment goals prescribed by
section 5.2 of the regulations promulgated by the Treasurer pursuant to P.L. 1975, c. 127 as
amended and supplemented from time-to-time or in accordance with a binding determination
of applicable county employment goals, determined by the Affirmative Action Office
pursuant to section 5.2 of the regulations promulgated by Treasurer pursuant to P.L. 1975,
c, 127 as amended and supplemented from time-to-time.
6.
The contractor or subcontractor agrees to inform in writing all recruitment agencies,
including employment agencies, placement bureaus, colleges, universities, labor unions, that
it does not discriminate on the basis of age, creed, color, national origin, ancestry, marital
status, or sex, and that it will discontinue the use of any recruitment agency which engages
in direct or indirect discriminatory practices.
7.
The contractor or subcontractor agrees to revise any of its testing procedures, if necessary,
to assure that all personnel testing conforms with the principles of job-related testing, as
established by the statues and court decisions of the State of New Jersey and as established
and by application Federal Law and applicable Federal Court decisions.
8.
The contractor or subcontractor agrees to review all procedures relating to transfer,
upgrading, downgrading and layoff to ensure that all such actions are taken without regard
to age, creed, color, national origin, ancestry, marital status or sex and conform with the
applicable employment goals consistent with the statutes and court decisions of the State of
New Jersey, and applicable Federal Law and applicable Federal Court decisions.
Provisions 4, 5, 6, 7, or 8 not required for subcontractors with (4) or fewer employees or a
contractor who has presented evidence of a Federally approved or sanctioned Affirmative
Action Program
Submitted By:
Name of Firm
Signature
Title
Date
AFFIDAVIT FOR AFFIRMATIVE ACTION
(This Affidavit is part of the Proposal)
STATE OF:
COUNTY OF:
being duly sworn, deposes and says that he/she resides at:
and that he/she is the
of
who signed the foregoing Proposal of Bids, that during the course of this contract, he/she will agree
to the Plan for Affirmative Action.
Subscribed and Sworm to
before me on the
day
of
20
(Notary Public)
My Commission Expires:
(Seal)
GOODS, PROFESSIONAL SERVICES AND
GENERAL SERVICE CONTRACTS
During the performance of this contract, the contractor agrees as follows:
The contractor or subcontractor, where applicable, will not discriminate against any employee or
applicant for employment because of age, race, creed, color, national origin, ancestry, marital status,
sex, affectional or sexual orientation. The contractor will take affirmative action to ensure that such
applicants are recruited and employed, and that employees are treated during employment, without
regard to their age, race, creed, color, national origin, ancestry, marital status, sex, affectional or
sexual orientation. Such action shall include, but not be limited to the following: employment,
upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates
of pay or other forms of compensation; and selection for training, including apprenticeship. The
contractor agrees to post in conspicuous places, available to employees and applicants for
employment, notices to be provided by the Public Agency Compliance Officer setting forth
provisions of the nondiscrimination clause.
The contractor or subcontractor, where applicable will, in all solicitations or advertisements for
employees placed by or on behalf of the contractor, state that all qualified applicants will receive
consideration for employment without regard to age, race, creed, color, national origin, ancestry,
marital status, sex, affectional or sexual orientation. The contractor or subcontractor, where
applicable, will send to each labor union or representative or workers with which it has a collective
bargaining agreement or other contract or understanding, a notice, to be provided by the agency
contracting officer advising the labor union or workers' representative of the contractor's
commitments under this act and shall post copies of the notice in conspicuous places available to
employees and applicants for employment.
The contractor or subcontractor, where applicable, agrees to comply with the regulations
promulgated by the Treasurer to P.L. 1975, c.127, as amended and supplemented from time-to-time
and the Americans with Disabilities Act. The contractor or subcontractor agrees to attempt in good
faith to employ minority and female workers consistent with the applicable county employment goals
prescribed by N.J.A.C. 17:27-5.2 promulgated by the Treasurer pursuant to P.L. 1975, c.127 as
amended and supplemented from time-to-time or in accordance with a binding determination of the
applicable county employment goals determined by the Affirmative Action Office pursuant to
N.J.A.C. 17:27-5.2 promulgated by the Treasurer pursuant to P.L. 1975, c.127, as amended and
supplemented from time-to-time.
The contractor or subcontractor agrees to inform in writing appropriate recruitment agencies in the
area, including employment agencies, placement bureaus, colleges, universities, labor unions, that
it does not discriminate on the basis of age, creed, color, national origin, ancestry, marital status, sex,
affectional or sexual orientation, and that it will discontinue the use of any recruitment agency which
engages in direct or indirect discriminatory practices. The contractor or subcontractor agrees to
revise any of its testing procedures, if necessary, to assure that all personnel testing conforms with
the principles of job-related testing, as established by the statutes and court decisions of the State of
New Jersey and as established by applicable Federal Law and applicable Federal Court decisions.
The contractor or subcontractor agrees to review all procedures relating to transfer, upgrading,
downgrading and layoff to ensure that all such actions are taken without regard to age, creed, color,
national origin, ancestry, marital status, sex, affectional or sexual orientation, and conform with the
applicable employment goals, consistent with the statutes and court decisions of the State of New
Jersey, and applicable Federal law and applicable Federal Court decisions. The contractor and its
subcontractors shall furnish such reports or other documents to the Affirmative Action Office as may
be requested by the office from time-to-time in order to carry out the purposes of these regulations,
and public agencies shall furnish such information as may be requested by the Affirmative Action
Office for conducting a compliance investigation pursuant to Subchapter 10 of the Administrative
Code(NJAC 17:27).
SIGNATURE
(NAME) PRINT OR TYPE
COMPANY NAME:
DATE:
NON-COLLUSION AFFIDAVIT
State of New Jersey
County of
SS:
I,
residing in
(Name of Affiant)
(Name of Municipality)
in the County of
and State of
age, being duly sworn according to law on my oath depose and say that:
of full
I am
(Title or Position)
of the firm of
(Name of Firm)
and that I
(Title of Bid Proposal)
the bidder making this Proposal for the bid entitled
executed the said proposal with full authority to do so that said bidder has not, directly or indirectly
entered into any agreement, participated in any collusion, or otherwise taken any action in restraint
of free, competitive bidding in connection with the above named project; and that all statements
contained in said proposal and in this affidavit are true and correct, and made with full knowledge
relies upon the truth of the statements contained in said Proposal
(Name of contracting unit)
that the
and in the statements contained in this affidavit in awarding the contract for the said project.
I further warrant that no person or selling agency has been employed or retained to solicit or secure
such contract upon an agreement or understanding for a commission, percentage, brokerage, or
contingent fee, except bona fide employees or bona fide established commercial or selling agencies
maintained by
Subscribed and sworn
before me this
day
of
,2
Notary public of
My Commission expires
(Seal)
(Type or Print Name)
(Signature)
CERTIFICATE OF BIDDER SHOWING ABILITY TO PERFORM CONTRACT
of the (City, Town, Township, Borough, etc.)
I,
of
State of
oath depose and say that:
1.
in the County of
and the
of full age, being duly sworn according to law on my
I am a(n) owner, partner, shareholder or officer of the company set forth
below and am duly authorized to execute this affidavit on its behalf.
(Check Appropriate Statements(s))
I own, lease or control the necessary equipment required by the plans,
specifications, and advertisements under which bids are asked for.
I do not own, lease or control all the necessary equipment required by plans,
specifications, and advertisements under which bids are asked for.
If the bidder is not the actual owner or lessee of all the necessary equipment
provide the source from which the equipment will be obtained (Attach
additional sheets if necessary.)
Attach certification from the owner or person in control of the equipment
definitely granting to the bidder the control of the equipment required during
such time as may be necessary for the completion of that portion of the
contract for which it is necessary.)
Subscribed and sworn
before me this
day
of
2
Notary Public of
My Commission Expires:
(Title)
(Name of Company)
(Seal)
PROOF OF BUSINESS REGISTRATION
N.J.S.A. 52:32-44 required that each contractor submit proof of business registration with the bid
proposal. Proof of registration shall be a copy of the bidder's Business Registration
Certificate(BRC). A BRC is obtained from the New Jersey Division of Revenue. Information on
obtaining a BRC is available on the internet at www.nj.gov/dca/lgs/lpcl/busregis/bus or by phone
at (609) 292-1730. N.J.S.A. 52:32-44 imposes the following requirements on contractors and all
subcontractors that knowingly provide goods or perform services for a contractor fulfilling this
contract:
1)
2)
3)
The contractor shall provide written notice to its subcontractors and suppliers to submit proof
of business registration to the contractor;
Prior to receipt of final payment from a contracting agency, a contractor must submit to the
contracting agency an accurate list of all subcontractors or attest that none was used;
During the term of this contract, the contractor and its affiliates shall collect and remit and
shall notify all subcontractors and their affiliates that they must collect and remit to the
Director, New Jersey Division of Taxation, the Use Tax due pursuant to the Sales and Use
Tax Act, (N.J.S.A. 54:32B-1 et seq) on all sales of tangible personal property delivered into
this state.
A contractor, subcontractor or supplier who fails to provide proof of business registration or provides
false business registration information shall be liable to a penalty of $25 for each day of violation,
not to exceed $50,000 for each business registration not properly provided or maintained under a
contract with a contracting agency. Information on the law and its requirements is available by
calling (609) 292-9292.
NEW JERSEY "BUSINESS REGISTRATION CERTIFICATE" FORM
P.L. 2004 Ch. 57 requires that Business Organization's, be registered with the New Jersey
Department of Treasury, Division of Revenue. The definition in the law is as follows:
"Contractor" means a business organization that seeks to enter or has entered into a contract with
a contracting agency, to provide goods, services, or a construction project, the cost of which exceeds
15% of the contracting unit's bid threshold.
Please indicate below, for the bidder and all subcontractors listed on the "Subcontractor Declaration"
herein, as to their registration with the NJ Department of Treasury, Division of Revenue in
accordance with P.L. 2004, Ch57.
Proof of registration is required for all contractor's and named subcontractor's. Proofof registration
means a copy of the organization's Business Registration Certificate". No other form can be
substituted to fulfill this requirement.
Copies of the Business Registration Certificate shall be submitted and attached to this form.
Name
Bidder
(Subcontractor)
(Subcontractor)
(Subcontractor)
(Subcontractor)
Subscribed and Sworn
before me this
day
of
20
Not Registered
Notary Public of
Signature
My Commission Expires
(Type or Print Name)
(Seal)
Registration
Number
CONSTRUCTION CONTRACT
During the performance of this contract the contractor agrees as follows:
1)
The contractor or subcontractor, where applicable, will not discriminate against any
employee or applicant for employment because of age, race, creed, color, national
origin, ancestry, marital status, or sex. The contractor will take affirmative action to
ensure that such applicants are recruited and employed, and that employees are
treated during employment, without regard to their age, race, creed, color, national
origin, ancestry, marital status or sex. Such action shall include, but not be limited
to the following: employment, upgrading, demotion, or transfer; recruitment or
recruitment advertising; layoff or termination; rates of pay or other forms of
compensation; and selection for training, including apprenticeship. The contractor
agrees to post in conspicuous places, available to employees and applicants for
employment, notices to be provided by the Public Agency Equal Employment
Opportunity Officer setting forth provisions of this non-discrimination clause.
2)
The contractor or subcontractor, where applicable, will in all solicitations or
advertisements for employees placed by or on behalf of the contractor, state that all
qualified applicants will receive consideration for employment without regard to age,
race, creed, color, national origin, ancestry, marital status or sex.
3)
The contractor or subcontractor, where applicable, will send to each labor union or
representative of workers with which it has a collective bargaining agreement or
other contract or understanding, a notice, to be provided by the Public Agency Equal
Employment Opportunity Officer advising the labor union or worker's representative
of the contractor's commitments under this act and shall post copies of the notice in
a conspicuous place available to employees and applicants for employment.
4)
The contractor or subcontractor, where applicable, agrees to comply with any
regulations promulgated by the Treasurer pursuant to P.L. 1975, c 127, as amended
and supplemented from time-to-time.
5)
When hiring workers in each construction trade, the contractor or subcontractor
agrees to attempt in good faith to employ minority workers in each construction trade
consistent with applicable employment goal prescribed section 7.3 of said regulation;
provided however, that the Affirmative Action Office may, in its discretion, exempt
a contractor or subcontractor from compliance with the good faith procedures
prescribed by the following provision 1, 2 and 3 as long as the Affirmative Action
Office is satisfied that the contractor is employing workers provided by a union
which provides evidence, in accordance with standards prescribed by the Affirmative
Action Office, that its percentage of active "card carrying" members who are
minority workers is equal to or greater that the applicable employment goal
prescribed by section 7.3 of the regulations promulgated by the treasurer pursuant to
P.L. 1975, c. 127, as amended and supplemented from time-to-time. The contractor
or subcontractor agrees that a good faith effort shall include compliance with the
following procedures:
A.
B.
If the contractor or subcontractor has a referral agreement or
arrangement with a union for a construction trade, the contractor or
subcontractor shall within (3) days of the contractor award, seek
assurance from the union that it will cooperate with the contractor or
subcontractor as it fulfills its affirmative action obligations under this
contract and in accordance with the regulations promulgated by the
Treasurer pursuant to P.L. 1975, c. 127, as it is supplemented and
amended from time-to-time. If the contractor or subcontractor is unable
to obtain said assurance from the construction trade union at least five (5)
days prior to the commencement of construction work, the contractor or
subcontractor agrees directly to attempt to hire minority workers
consistent with the applicable employment goal. If the contractors' or
subcontractors' prior experience with a construction trade union
regardless of whether the union provided said assurance indicates a
significant possibility that the trade union will not refer sufficient minority
workers consistent with the applicable employment goal by complying
with following hiring procedures prescribed under(2): and the contractor or
subcontractor further agrees immediately to take said action if it determines
or is so notified by the Affirmative Action Office that the union is not
referring minority workers consistent with the applicable employment goal.
If the hiring of a work force consistent with the employment goal has not or
cannot be achieved for each construction trade by adhering to the procedures
of the preceding provision (1), or if the contractor of subcontractor does not
have a referral agreement or arrangement with a union for a construction
trade, the contractor or subcontractor agrees to take the following actions
consistent with the applicable county employment goal:
1
--- Document: Specifications for the purchase of Leeboy RA-400 Spray Patcher Truck or equivalent ---
SPECIFICATIONS FOR THE PURCHASE OF
LEEBOY RA-400 SPRAY PATCHER TRUCK OR EQUIVALENT
FOR THE TOWNSHIP OF GLOUCESTER
COUNTY OF CAMDEN
budd Map
MAYOR
BUSINESS ADMINISTRATOR
BID OPENING DATE: April 2, 2014 10:00 AM
SPECIFICATIONS # P.W.: 14-06
DEPARTMENT HEAD
SOLICITOR
TOWNSHIP OF GLOUCESTER, CAMDEN COUNTY
NOTICE TO BIDDERS
NOTICE is hereby given that sealed proposals for the:
LEEBOY RA-400 SPRAY PATCHER TRUCK OR EQUIVALENT
BID SPECIFICATION NUMBER: PW: 14-06
will be received no later than 10:00 am prevailing time on April 2, 2014, at the Municipal
Building, Chews-Clementon Road, Chews Landing, New Jersey
PROPOSALS must be addressed to the Township Council, PO Box 8, Blackwood, New Jersey,
08012 and will be opened and read publicly at the above time and date, and should be in a sealed
envelope marked:
LEEBOY RA-400 SPRAY PATCHER TRUCK OR EQUIVALENT
DO NOT OPEN UNTIL: April 2, 2014@ 10:00AM
PROPOSAL forms, instructions to bidders, specifications and other bidding documents may be
examined or obtained at the office of the Township Clerk, 1261 Chews Landing Road, Laurel
Springs, New Jersey, during normal business hours.
The Township Council reserves the right to reject any or all proposals in whole or in part, and to
waive such informalities as may be permitted by law.
BIDDERS are required to comply with the requirements of P.L. 1975, Chapter 127, and P.L.
1977, Chapter 33.
Information on Affirmative Action Program requirements is available at the office of the
Township Clerk, Municipal Complex, Chews-Clementon Road, Laurel Springs, New Jersey.
Rosemary DiJosie
BID PROPOSAL FORM
(Contract Title and Bid Number, if applicable)
(Description of goods/services being bid)
The undersigned proposes to furnish and deliver the above goods/services pursuant to the bid
specification and made part hereof:
Amount in words
$
Amount in numbers
Company Name
Address
Signature of Authorized Agent
Title
Telephone Number
Date
Federal I.D. # or Social Security #
Type or Print Name
PROPOSAL FORM/SIGNATURE PAGES
To:
Township Council
Gloucester Township
Council:
1261 Chews Landing Road
Laurel Springs, NJ 08021
Date:
This proposal is submitted in accordance with your advertisement inviting proposals to be received
for the project identified as:
Having carefully examined the "Advertisement for Bids:, Bidding Instruction", General Clauses",
"Plans", etc. hereinafter, bulletins applying thereto, and being familiar with the various conditions
affecting the work, the undersigned hereby agrees to furnish all materials, perform all labor, and all
else necessary to complete the work in strict accordance with the specifications for prices as follows:
In case this proposal is accepted, the undersigned is hereby bound to enter into contract within
ten(10) days after receipt of notice of acceptance for above mentioned work, in accordance with such
specifications.
day
(Type or Print Name)
,2
Subscribed and Sworn
before me this
of
Notary public of
My commission expires
(Seal)
Signature
INSTRUCTIONS TO BIDDERS
NO DEPOSIT OR FEE IS REQUIRED FOR SPECIFICATIONS
QUALIFICATIONS OF BIDDERS
All bidders must be prepared to present suitable evidence of their financial standing and to furnish
a list of similar work recently completed.
No verbal instructions or information to bidders will be binding. The specifications will be
considered as clear and complete unless written attention is called to any discrepancies or
incompleteness before the opening of bids. Should any written inquiries be received by the Business
Administrator, these inquiries will be answered in the form of bulletins and issued to all bidders.
These bulletins shall be considered a part of these specifications.
Bids will be considered as conclusive evidence of complete examination of specifications and
samples. It is understood that parties making bids accept all the terms and conditions expressed and
contained in the specifications attached to the proposal submitted.
A proposal Form/Signature Page is provided in these specifications. This form must be used in
submitting a proposal and all pages of the form must be completely filled out and signed by the
bidder.
PRESENTATION OF BIDS
Each bid must be enclosed in a sealed envelope and clearly marked on the outside:
"BID PROPOSAL
"(see advertisement, page 1), and delivered to the Office of the
Township Clerk, 1261 Chews Landing Rd., Laurel Springs, New Jersey 08021.
WITHDRAWALS
No proposal may be withdrawn later than 4:30 p.m. prevailing time on the day of the opening of the
bids. No modifications or explanations of any bid will be allowed after the same is sealed and
delivered to the Township Clerk. The proposals will be opened and read publicly by the Township
Council.
The Township Council reserves the right to reject any or all bids or parts thereof as deemed to be in
the best interest of the Township and to waive any immaterial informalities as may be permitted by
law.
FORM OF CONTRACT
The successful bidder will be required to execute a written contract with the Township Council
within ten(10) days after notice of the acceptance of their proposal.
BID BOND
Each bid shall be accompanied by a certified check, cashier's check or bid bond duly executed by
the bidder as the principal and having as surety thereon a surety company approved by the
Township of Gloucester in the amount not less than ten percent (10%), but in no case in excess
of $20,000.00 or the amount of bid. Any such bid bond shall be without endorsement or
conditions. Bid shall also be accompanied with a certificate letter from a surety company stating
that it will provide the bidder with the completion bond.
SURETY BOND
The successful bidder will be required to furnish a surety bond in the amount of one hundred
percent (100%) of the contract price, the condition of which shall be in the full and complete
execution and performance of each and all of the terms contained in the contract, proposal,
specifications and instructions to bidders. The bond shall meet all requirements of the Township
Council.
NOTE: Surety bond is automatically required when the contract price exceeds nine hundred
ninety nine dollars and ninety nine cents, ($999.99); when the contract price is under $999.99,
surety bond may be required by the Township Council if they deem it necessary and in the best
interest of the Township.
Entire cost of bond(s) shall be paid for by the individuals, firms, or corporations with whom the
contract(s) are entered into for the execution of any other purchases, or the furnishing or hiring of
any materials or supplies.
WE ARE WAIVING
THE REQUIREMENT FOR A
SURETY BOND
NOT THE BID BOND
WHICH IS LOCATED ON
PAGE 7
CONSENT OF SURETY
A performance bond will be required from the successful contractor on this project, and
consequent, all bidders shall, with their bid, a certificate in substantially the following form:
TO:
(Owner)
RE:
(Contractor)
(Project Description)
This is to certify that the
(Surety Company)
will provide to
(Owner)
a performance bond
in the full amount of awarded contract in the event that said contractor is awarded a contract for
the above project.
Date:
(CONTRACTOR)
(Authorized Agent of Surety Company)
CERTIFICATE OF SURETY MUST BE SIGNED BY AN AUTHORISED AGENT
OR REPRESENTATIVE OF A SURETY COMPANY AND NOT BY THE
INDIVIDUAL OR COMPANY REPRESENTATIVE SUBMITTING THE BID.
SPECIFICATIONS
These specifications are intended to cover the furnishing of all materials and the performance of all
work that may be required or necessary for the complete compliance of the contract and the
contractor will be required to do all things. Where plans, drawings or schematics accompany certain
sections of the specifications, these shall be considered as a part of these specifications.
NTERPRETATIONS OF SPECIFICATIONS
Should the contractor discover discrepancies in the specifications, the matter shall be immediately
brought to the attention of the Township of Gloucester and the discrepancies corrected by written
agreement before preceding further.
All explanation, interpretations and instructions required under these specifications will be given by
the Township upon written request from bidders.
Equipment to be furnished (if applicable) shall be new, first-class, or as specifically stipulated in the
detailed specifications and shall meet with the approval of the Township Council or their designated
representative.
All equipment if applicable, shall conform to the requirements of these specifications and any
equipment rejected by the Council as not complying with these specifications shall be immediately
removed and replaced with acceptable equipment.
EXTRA WORK
No extras or additional work will be allowed or paid for unless such extras or additional work is
ordered in writing by the Township and the price fixed and agreed before such work is performed.
ADDITIONS OR DEDUCTIONS
The Council of the Township of Gloucester shall have the right, without invalidating the contract,
to make additions to or deductions from the work covered by these specifications and in case such
deductions in cost shall be made between the Council and the contractor, but must be agreed to in
writing.
PROTECTION BY CONTRACTOR
The contractor agrees to indemnify and save harmless the Township and their representatives from
all suits or actions of every nature and description brought against them or either of them, or on
account of the use of patented or copyrighted material, appliances, products, or processes, with legal
protection. The contractor shall not transfer or sublet any portion of the work covered by these
specifications without written consent of the Township.
GENERAL CLAUSE
PROPOSAL FORMS
As noted under "instructions to bidders", attached to these specifications is a "Proposal
Form/Signature Form", which must be completely filled out and signed by each bidder.
As these Instructions to Bidders, Specifications, Form of Proposal, Signature Page, General and
Special Clauses, etc. all refer to each other and together constitute a whole legal binding agreement
and must be returned together as when delivered to bidder.
NO BID WILL BE ACCEPTED UNLESS SUBMITTED ON THE FORMS FURNISHED HEREIN
All bids must be sealed, marked and delivered in accordance with the instructions in paragraph 5,
and 6. Bids will be opened and read publicly by the Business Administrator at the time and day
specified in the Advertisement for Bids. Reading of the bids will take place at the Municipal
Building, 1261 Chews Landing Road, Laurel Springs, NJ 08021.
DELIVERY
In general, deliveries shall be at such time and place as may be fixed by Council and shall not be
made except upon definite instructions. See "Specifications" for delivery required under these
present specifications.
DISPOSAL OF MATERIALS, SUPPLIED ETC...NOT APPROVED.
Bidders shall understand that when materials, supplies, etc. have been delivered to the job which do
not comply with the specifications and have not been approved, they shall be immediately removed
upon notification to the contractor and replaced with material, supplied, etc., in full accordance with
the specifications.
PAYMENTS
Payments shall be made to the contractor within sixty(60) days of receipt of invoice, after inspection
and acceptance of the material and/or work and approval of the invoice by the Township Council
unless otherwise stipulated by the Township in the form of a contract.
NUMBER OF WORKING DAYS
The contract shall contain the date which the work shall be completed or shall specify the number
of working days to be allowed for its completion and/or delivery of materials equipment and
supplies.
EXEMPTION FROM FEDERAL EXCISE AND NEW JERSEY SALES TAX
The Township of Gloucester is exempt from Federal Excise Taxes and the New Jersey Sales Tax.
Net prices as shown in the proposal shall exclude said Federal and State Tax amounts.
NOTE: This provision shall not apply to construction, repair and/or maintenance contracts where
bidder purchases supplies, materials, and/or equipment and includes costs thereof in computation
of his bid or proposal.
NEW JERSEY PREVAILING WAGE ACT
All work on this project shall comply with the requirements under the 1963 Revised Statutes of New
Jersey Chapter 150, "Prevailing Rate of Wages on Public Contracts".
Current applicable Wage Rate Determination of the State of the New Jersey Department of Labor
shall become part of the contract.
DOMESTIC PRODUCTS
Only manufactured products of the United States, wherever available, shall be used in connection
with this undertaking, pursuant to 40A:11-18 of the Revised Statutes of the State of New Jersey.
PUBLIC DISCLOSURE
Chapter 33 of the Public Laws of 1977 provides that no Corporation or Partnership shall be awarded
any State, County, Municipal, or School District contract for the performance of any work or the
furnishing of any materials or supplies, unless prior to the receipt of the bid or accompanying the bid
of said Corporation or Partnership there is submitted a statement. The statement shall set forth the
names and addresses of all stockholders in the Corporation or Partnership who own ten percent
(10%) or more if its stock or any class, or of all individual partners in the Partnership who owns a
ten percent(10%) or greater interest therein.
FAILURE TO SUPPLY THIS INFORMATION WITH “FORM OF PROPOSAL" WILL BE
CAUSE TO REJECT THE BID
Full firm name of Bidder
Address
City, State, Zip Code
Phone Number
Signature of Bidder
Fax Number
SPECIFICATIONS
LeeBoy RA-400 Spray Patcher Truck or Equivalent
RA-400 Spray Patcher
Truck Make and Model
Nissan UD3300
Truck GVW
Number of Axles
Transmission MFG
Transmission Type
Final Drive Ratio
Engine MFG
Engine HP
Emulsion Tank Capacity
Emulsion Tank Type
Emulsion Heat Specs
Rock Hopper Capacity
Auxiliary Engine MFG
Auxiliary Engine HP
Rock Delivery System
Front Boom Type
Front Boom Specifications
33,000 lbs.
Single Axle Rear
Allison, 2500RDS
Automatic, 5 Forward Speeds & 1 Reverse
5.86/8.17
MD-230 24-valve Turbo/Intercooled Diesel
230 HP @ 2,500 RPM
300 gallons
Styrofoam Incased Tank
Two 4,500 watts, 240 volts
5 Cubic yards (10' x 7')
Kubota, Tier 4 Interim
66.8 HP @ 2,600 RPM
Vortex Generator Technology
Side Mounted Joystick Controlled
Folds and Stows Across the Front Bumper
Max. Length Extended: 11' 5"
Min. Length Extended: 7' 5"
Max. Patch Area: 42 sq. ft.
AFFIRMATIVE ACTION COMPLIANCE NOTICE
N.J.S.A 10:5-31 and N.J.A.C. 17:27
GOODS AND SERVICES CONTRACTS
(INCLUDING PROFESSIONAL SERVICES)
This form is a summary of the successful bidder's requirement to comply with requirements of
N.J.S.A. 10:5-31 and N.J.A.C. 17:27.
The successful bidder shall submit to the public agency, after notifications of award but prior to
execution of this contract, one of the following three documents as forms of evidence.:
(a) A photocopy of a valid letter that the contractor is operating under an existing Federally
approved or sanctioned Affirmative Action Program (good for one year from the date of the
letter):
OR
(b) A photocopy of a Certificate of Employee Information Report approval, issued in
accordance with N.J.A.C. 17:27-4
OR
c) A photocopy of an Employee Information Report (Form AA302) provided by the Division
and distributed to the public agency to be completed by the contractor
The successful vendor may obtain the Affirmative Action Employee Information Report (AA302)
from the contraction unit during normal business hours.
The successful vendor(s) must submit the copies of the AA302 Report to the Division of Contract
Compliance and Equal Employment Opportunity in Public Contracts (Division). The Public Agency
copy is submitted to the public agency, and the vendor copy is retained by the vendor.
The undersigned vendor certifies that he/she is aware of the commitment to comply with the
requirements of N.J.S.A. 10:5-31 and N.J.A.C. 17:27 and agrees to furnish the required forms of
evidence.
The undersigned vendor further understands that his/her bid shall be rejected as non-responsive if
said contractor fails to comply with the requirements of N.J.S.A. 10:5-31 and N.J.A.C. 17:27.
COMPANY:
PRINT NAME:
SIGNATURE
TITLE:
DATE:
SUPPLEMENT TO BID SPECIFICATIONS
NON-DISCRIMINATION
During the performance of a contract, the contractor agrees as follows:
1.
2.
3.
4.
5.
The contractor or subcontractor, where applicable, will not discriminate against any
employee or applicants for employment because of age, race, creed, color, national origin,
ancestry, marital status, or sex. The contractor will take affirmative action to ensure that
such applicants are recruited and employed, and that employees are treated during
employment, without regard to their age, race, creed, color, national origin, ancestry, marital
status or sex. Such action shall include, but not be limited to the following: employment,
upgrading, demotion or transfer; recruitment or recruitment advertising; layoff or
termination; rates of pay or other forms of compensation; and selection for training, including
apprenticeship. The contractor agrees to post in conspicuous places, available to employees
and applicants for employment, notice to be provided by the Public Agency Equal
Employment Opportunity Officer setting forth provisions of the non-discrimination clause.
The contractor or subcontractor, where applicable, will in all solicitations or advertisements
for employees placed by or on behalf of the contractor, state that all qualified applicants will
receive consideration for employment without regard to age, race, creed, color, national
origin, ancestry, marital status or sex.
The contractor or subcontractor, where applicable, will send to each labor union or
representative of workers with which it has collective bargaining agreement or other contract
or understanding a notice, to be provided by the Public Agency Equal Employment
Opportunity Officer advising the labor union or workers representative of the contractor's
commitments under this act and shall post copies of the notice in a conspicuous place
available to employees and applicants for employment.
The contractor or subcontractor, where applicable agrees to comply with any regulations
promulgated by the Treasurer pursuant to P.L., c.127, as amended and supplemented from
time-to-time.
The contractor or subcontractor agrees to attempt in good faith to employ minority and
female workers consistent with the applicable county employment goals prescribed by
section 5.2 of the regulations promulgated by the Treasurer pursuant to P.L. 1975, c. 127 as
amended and supplemented from time-to-time or in accordance with a binding determination
of applicable county employment goals, determined by the Affirmative Action Office
pursuant to section 5.2 of the regulations promulgated by Treasurer pursuant to P.L. 1975,
c, 127 as amended and supplemented from time-to-time.
6.
The contractor or subcontractor agrees to inform in writing all recruitment agencies,
including employment agencies, placement bureaus, colleges, universities, labor unions, that
it does not discriminate on the basis of age, creed, color, national origin, ancestry, marital
status, or sex, and that it will discontinue the use of any recruitment agency which engages
in direct or indirect discriminatory practices.
7.
The contractor or subcontractor agrees to revise any of its testing procedures, if necessary,
to assure that all personnel testing conforms with the principles of job-related testing, as
established by the statues and court decisions of the State of New Jersey and as established
and by application Federal Law and applicable Federal Court decisions.
8.
The contractor or subcontractor agrees to review all procedures relating to transfer,
upgrading, downgrading and layoff to ensure that all such actions are taken without regard
to age, creed, color, national origin, ancestry, marital status or sex and conform with the
applicable employment goals consistent with the statutes and court decisions of the State of
New Jersey, and applicable Federal Law and applicable Federal Court decisions.
Provisions 4, 5, 6, 7, or 8 not required for subcontractors with (4) or fewer employees or a
contractor who has presented evidence of a Federally approved or sanctioned Affirmative
Action Program
Submitted By:
Name of Firm
Signature
Title
Date
GOODS, PROFESSIONAL SERVICES AND
GENERAL SERVICE CONTRACTS
During the performance of this contract, the contractor agrees as follows:
The contractor or subcontractor, where applicable, will not discriminate against any employee or
applicant for employment because of age, race, creed, color, national origin, ancestry, marital status,
sex, affectional or sexual orientation. The contractor will take affirmative action to ensure that such
applicants are recruited and employed, and that employees are treated during employment, without
regard to their age, race, creed, color, national origin, ancestry, marital status, sex, affectional or
sexual orientation. Such action shall include, but not be limited to the following: employment,
upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates
of pay or other forms of compensation; and selection for training, including apprenticeship. The
contractor agrees to post in conspicuous places, available to employees and applicants for
employment, notices to be provided by the Public Agency Compliance Officer setting forth
provisions of the nondiscrimination clause.
The contractor or subcontractor, where applicable will, in all solicitations or advertisements for
employees placed by or on behalf of the contractor, state that all qualified applicants will receive
consideration for employment without regard to age, race, creed, color, national origin, ancestry,
marital status, sex, affectional or sexual orientation. The contractor or subcontractor, where
applicable, will send to each labor union or representative or workers with which it has a collective
bargaining agreement or other contract or understanding, a notice, to be provided by the agency
contracting officer advising the labor union or workers' representative of the contractor's
commitments under this act and shall post copies of the notice in conspicuous places available to
employees and applicants for employment.
The contractor or subcontractor, where applicable, agrees to comply with the regulations
promulgated by the Treasurer to P.L. 1975, c.127, as amended and supplemented from time-to-time
and the Americans with Disabilities Act. The contractor or subcontractor agrees to attempt in good
faith to employ minority and female workers consistent with the applicable county employment goals
prescribed by N.J.A.C. 17:27-5.2 promulgated by the Treasurer pursuant to P.L. 1975, c.127 as
amended and supplemented from time-to-time or in accordance with a binding determination of the
applicable county employment goals determined by the Affirmative Action Office pursuant to
N.J.A.C. 17:27-5.2 promulgated by the Treasurer pursuant to P.L. 1975, c.127, as amended and
supplemented from time-to-time.
The contractor or subcontractor agrees to inform in writing appropriate recruitment agencies in the
area, including employment agencies, placement bureaus, colleges, universities, labor unions, that
it does not discriminate on the basis of age, creed, color, national origin, ancestry, marital status, sex,
affectional or sexual orientation, and that it will discontinue the use of any recruitment agency which
engages in direct or indirect discriminatory practices. The contractor or subcontractor agrees to
revise any of its testing procedures, if necessary, to assure that all personnel testing conforms with
the principles of job-related testing, as established by the statutes and court decisions of the State of
New Jersey and as established by applicable Federal Law and applicable Federal Court decisions.
AFFIDAVIT FOR AFFIRMATIVE ACTION
(This Affidavit is part of the Proposal)
STATE OF:
COUNTY OF:
being duly sworn, deposes and says that he/she resides at:
and that he/she is the
of
who signed the foregoing Proposal of Bids, that during the course of this contract, he/she will agree
to the Plan for Affirmative Action.
Subscribed and Sworn to
before me on the
day
of
20
(Notary Public)
My Commission Expires:
(Seal)
The contractor or subcontractor agrees to review all procedures relating to transfer, upgrading,
downgrading and layoff to ensure that all such actions are taken without regard to age, creed, color,
national origin, ancestry, marital status, sex, affectional or sexual orientation, and conform with the
applicable employment goals, consistent with the statutes and court decisions of the State of New
Jersey, and applicable Federal law and applicable Federal Court decisions. The contractor and its
subcontractors shall furnish such reports or other documents to the Affirmative Action Office as may
be requested by the office from time-to-time in order to carry out the purposes of these regulations,
and public agencies shall furnish such information as may be requested by the Affirmative Action
Office for conducting a compliance investigation pursuant to Subchapter 10 of the Administrative
Code(NJAC 17:27).
SIGNATURE
(NAME) PRINT OR TYPE
COMPANY NAME:
DATE:
State of New Jersey
County of
NON-COLLUSION AFFIDAVIT
SS:
I,
residing in
(Name of Affiant)
(Name of Municipality)
in the County of
and State of
age, being duly sworn according to law on my oath depose and say that:
of full
I am
(Title or Position)
of the firm of
(Name of Firm)
and that I
(Title of Bid Proposal)
the bidder making this Proposal for the bid entitled
executed the said proposal with full authority to do so that said bidder has not, directly or indirectly
entered into any agreement, participated in any collusion, or otherwise taken any action in restraint
of free, competitive bidding in connection with the above named project; and that all statements
contained in said proposal and in this affidavit are true and correct, and made with full knowledge
relies upon the truth of the statements contained in said Proposal
(Name of contracting unit)
that the
and in the statements contained in this affidavit in awarding the contract for the said project.
I further warrant that no person or selling agency has been employed or retained to solicit or secure
such contract upon an agreement or understanding for a commission, percentage, brokerage, or
contingent fee, except bona fide employees or bona fide established commercial or selling agencies
maintained by
Subscribed and sworn
before me this
day
of
2
Notary public of
My Commission expires
(Seal)
(Type or Print Name)
(Signature)
CERTIFICATE OF BIDDER SHOWING ABILITY TO PERFORM CONTRACT
I,
of the (City, Town, Township, Borough, etc.)
of
State of
oath depose and say that:
1.
in the County of
and the
of full age, being duly sworn according to law on my
I am a(n) owner, partner, shareholder or officer of the company set forth
below and am duly authorized to execute this affidavit on its behalf.
(Check Appropriate Statements(s))
I own, lease or control the necessary equipment required by the plans,
specifications, and advertisements under which bids are asked for.
I do not own, lease or control all the necessary equipment required by plans,
specifications, and advertisements under which bids are asked for.
If the bidder is not the actual owner or lessee of all the necessary equipment
provide the source from which the equipment will be obtained (Attach
additional sheets if necessary.)
Attach certification from the owner or person in control of the equipment
definitely granting to the bidder the control of the equipment required during
such time as may be necessary for the completion of that portion of the
contract for which it is necessary.)
Subscribed and sworn
before me this
day
of
2
Notary Public of
My Commission Expires:
(Title)
(Name of Company)
(Seal)
PROOF OF BUSINESS REGISTRATION
N.J.S.A. 52:32-44 required that each contractor submit proof of business registration with the bid
proposal. Proof of registration shall be a copy of the bidder's Business Registration
Certificate(BRC). A BRC is obtained from the New Jersey Division of Revenue. Information on
obtaining a BRC is available on the internet at www.nj.gov/dca/lgs/lpcl/busregis/bus or by phone
at (609) 292-1730. N.J.S.A. 52:32-44 imposes the following requirements on contractors and all
subcontractors that knowingly provide goods or perform services for a contractor fulfilling this
contract:
1)
2)
3)
The contractor shall provide written notice to its subcontractors and suppliers to submit proof
of business registration to the contractor;
Prior to receipt of final payment from a contracting agency, a contractor must submit to the
contracting agency an accurate list of all subcontractors or attest that none was used;
During the term of this contract, the contractor and its affiliates shall collect and remit and
shall notify all subcontractors and their affiliates that they must collect and remit to the
Director, New Jersey Division of Taxation, the Use Tax due pursuant to the Sales and Use
Tax Act, (N.J.S.A. 54:32B-1 et seq) on all sales of tangible personal property delivered into
this state.
A contractor, subcontractor or supplier who fails to provide proof of business registration or provides
false business registration information shall be liable to a penalty of $25 for each day of violation,
not to exceed $50,000 for each business registration not properly provided or maintained under a
contract with a contracting agency. Information on the law and its requirements is available by
calling (609) 292-9292.
NEW JERSEY "BUSINESS REGISTRATION CERTIFICATE" FORM
P.L. 2004 Ch. 57 requires that Business Organization's, be registered with the New Jersey
Department of Treasury, Division of Revenue. The definition in the law is as follows:
"Contractor" means a business organization that seeks to enter or has entered into a contract with
a contracting agency, to provide goods, services, or a construction project, the cost of which exceeds
15% of the contracting unit's bid threshold.
Please indicate below, for the bidder and all subcontractors listed on the "Subcontractor Declaration"
herein, as to their registration with the NJ Department of Treasury, Division of Revenue in
accordance with P.L. 2004, Ch57.
Proof of registration is required for all contractor's and named subcontractor's. Proof of registration
means a copy of the organization's Business Registration Certificate". No other form can be
substituted to fulfill this requirement.
Copies of the Business Registration Certificate shall be submitted and attached to this form.
Name
Bidder
(Subcontractor)
(Subcontractor)
(Subcontractor)
(Subcontractor)
Subscribed and Sworn
before me this
of
day
20
Not Registered
Notary Public of
Signature
My Commission Expires
(Type or Print Name)
(Seal)
Registration
Number
CONSTRUCTION CONTRACT
During the performance of this contract the contractor agrees as follows:
1)
The contractor or subcontractor, where applicable, will not discriminate against any
employee or applicant for employment because of age, race, creed, color, national
origin, ancestry, marital status, or sex. The contractor will take affirmative action to
ensure that such applicants are recruited and employed, and that employees are
treated during employment, without regard to their age, race, creed, color, national
origin, ancestry, marital status or sex. Such action shall include, but not be limited
to the following: employment, upgrading, demotion, or transfer; recruitment or
recruitment advertising; layoff or termination; rates of pay or other forms of
compensation; and selection for training, including apprenticeship. The contractor
agrees to post in conspicuous places, available to employees and applicants for
employment, notices to be provided by the Public Agency Equal Employment
Opportunity Officer setting forth provisions of this non-discrimination clause.
2)
The contractor or subcontractor, where applicable, will in all solicitations or
advertisements for employees placed by or on behalf of the contractor, state that all
qualified applicants will receive consideration for employment without regard to age,
race, creed, color, national origin, ancestry, marital status or sex.
3)
The contractor or subcontractor, where applicable, will send to each labor union or
representative of workers with which it has a collective bargaining agreement or
other contract or understanding, a notice, to be provided by the Public Agency Equal
Employment Opportunity Officer advising the labor union or worker's representative
of the contractor's commitments under this act and shall post copies of the notice in
a conspicuous place available to employees and applicants for employment.
4)
The contractor or subcontractor, where applicable, agrees to comply with any
regulations promulgated by the Treasurer pursuant to P.L. 1975, c 127, as amended
and supplemented from time-to-time.
5)
When hiring workers in each construction trade, the contractor or subcontractor
agrees to attempt in good faith to employ minority workers in each construction trade
consistent with applicable employment goal prescribed section 7.3 of said regulation;
provided however, that the Affirmative Action Office may, in its discretion, exempt
a contractor or subcontractor from compliance with the good faith procedures
prescribed by the following provision 1, 2 and 3 as long as the Affirmative Action
Office is satisfied that the contractor is employing workers provided by a union
which provides evidence, in accordance with standards prescribed by the Affirmative
Action Office, that its percentage of active "card carrying" members who are
minority workers is equal to or greater that the applicable employment goal
prescribed by section 7.3 of the regulations promulgated by the treasurer pursuant to
P.L. 1975, с. 127, as amended and supplemented from time-to-time. The contractor
or subcontractor agrees that a good faith effort shall include compliance with the
following procedures:
A.
B.
If the contractor or subcontractor has a referral agreement or
arrangement with a union for a construction trade, the contractor or
subcontractor shall within (3) days of the contractor award, seek
assurance from the union that it will cooperate with the contractor or
subcontractor as it fulfills its affirmative action obligations under this
contract and in accordance with the regulations promulgated by the
Treasurer pursuant to P.L. 1975, c. 127, as it is supplemented and
amended from time-to-time. If the contractor or subcontractor is unable
to obtain said assurance from the construction trade union at least five(5)
days prior to the commencement of construction work, the contractor or
subcontractor agrees directly to attempt to hire minority workers
consistent with the applicable employment goal. If the contractors' or
subcontractors' prior experience with a construction trade union
regardless of whether the union provided said assurance indicates a
significant possibility that the trade union will not refer sufficient minority
workers consistent with the applicable employment goal by complying
with following hiring procedures prescribed under(2): and the contractor or
subcontractor further agrees immediately to take said action if it determines
or is so notified by the Affirmative Action Office that the union is not
referring minority workers consistent with the applicable employment goal.
If the hiring of a work force consistent with the employment goal has not or
cannot be achieved for each construction trade by adhering to the procedures
of the preceding provision(1), or if the contractor of subcontractor does not
have a referral agreement or arrangement with a union for a construction
trade, the contractor or subcontractor agrees to take the following actions
consistent with the applicable county employment goal:
1.
2.
3.
To notify the Public Agency Compliance Office, Affirmative Action
Office and at least one minority referral organization of its manpower
needs and request the referral of minority workers;
To notify any minority workers who have been listed with it as
awaiting available vacancies;
Prior to commencement of work, to request the local construction
trade union if the contractor or subcontractor has a referral agreement
or arrangement with a union for the construction trade, to refer
workers to fill job openings;
4.
To leave standing requests for additional referral of minority workers
with the local construction trade union, if the contractor or
subcontractor has
--- Document: Specifications for the purchase of AWD Police Pursuit Utility Vehicles ---
SPECIFICATION
FOR THE
PURCHASE OF
AWD POLICE PURSUIT UTILITY VEHICLES
FOR THE
TOWNSHIP OF GLOUCESTER
SOLICITOR
Harry Eale
DEPARTMENT HEAD
BUSINESS ADMINISTRATOR
May
MAYOR
BID OPENING DATE: 3-26-14
SPECIFICATION:
SPECIFICATION DATE:
APPROVAL SIGNATURE PAGE
SPECIFICATIONS
FOR THE
PURCHASE OF
AWD POLICE PURSUIT UTILITY VEHICLES
INDEX
Cover Page
Notice to Bidders
Bid Proposal Form/Signature Page
Instructions to Bidders
Bid Bond/Surety Bond/Waiver/Consent
Specifications
Affirmative Action
Non-Collusion/Proof of Registration/Form
Construction Contract/Performance Contract/Contract Form
Public Works Contractor Registration Act/Form
Americans with Disabilities Act
TOWNSHIP OF GLOUCESTER
CAMDEN COUNTY
NOTICE ΤΟ BIDDERS
NOTICE is hereby given that sealed proposals for the Purchase of between 11 and 20 All Wheel
Drive Police Pursuit Utility Vehicles:
BID SPECIFICATION NUMBER: 2014 PD-1:
will be received no later than 10:00 am prevailing time on Wednesday, March 26, 2014, at the
Municipal Building, 1261 Chews-Clementon Road, Laurel Springs, New Jersey 08021
PROPOSALS must be addressed to the Township Council, PO Box 8, Blackwood, New Jersey,
08012 and will be opened and read publicly at the above time and date, and should be in a sealed
envelope marked:
PURCHASE OF BETWEEN 11 AND 20 ALL WHEEL DRIVE POLICE PURSUIT UTILITY
VEHICLES
DO NOT OPEN UNTIL: March 26, 2014 @ 10:00 AM
PROPOSAL forms, instructions to bidders, specifications and other bidding documents may be
examined or obtained at the office of the Township Clerk, 1261 Chews Landing Road, Laurel
Springs, New Jersey, during normal business hours.
The Township Council reserves the right to reject any or all proposals in whole or in part, and to
waive such informalities as may be permitted by law.
BIDDERS are required to comply with the requirements of P.L. 1975, Chapter 127, and P.L.
1977, Chapter 33.
Information on Affirmative Action Program requirements is available at the office of the
Township Clerk, Municipal Complex, Chews-Clementon Road, Laurel Springs, New Jersey.
Rosemary DiJosie
Township Clerk
BID PROPOSAL FORM
(Contract Title and Bid Number, if applicable)
(Description of goods/services being bid)
The undersigned proposes to furnish and deliver the above goods/services pursuant to the bid
specification and made part hereof:
Amount in words
$
Amount in numbers
Company Name
Address
Signature of Authorized Agent
Title
Telephone Number
Date
Federal I.D. # or Social Security #
Name Type or Print
PROPOSAL FORM/SIGNATURE PAGES
To:
Gloucester Township
Council:
1261 Chews Landing Road
Laurel Springs, NJ 08021
Township Council
Date:
This proposal is submitted in accordance with your advertisement inviting proposals to be received
for the project identified as: AWD Utility Police Pursuit Vehicle Cooperative Bid
Having carefully examined the "Advertisement for Bids:, Bidding Instruction", General Clauses",
"Plans", etc. hereinafter, bulletins applying thereto, and being familiar with the various conditions
affecting the work, the undersigned hereby agrees to furnish all materials, perform all labor, and all
else necessary to complete the work in strict accordance with the specifications for prices as
follows:
In case this proposal is accepted, the undersigned is hereby bound to enter into contract within
ten(10) days after receipt of notice of acceptance for above mentioned work, in accordance with
such specifications.
Subscribed and Sworn
before me this
of
day
,2
Notary public of
My commission expires
(Seal)
(Type or Print Name)
Signature
INSTRUCTIONS TO BIDDERS
NO DEPOSIT OR FEE IS REQUIRED FOR SPECIFICATIONS
QUALIFICATIONS OF BIDDERS
All bidders must be prepared to present suitable evidence of their financial standing and to furnish
a list of similar work recently completed.
No verbal instructions or information to bidders will be binding. The specifications will be
considered as clear and complete unless written attention is called to any discrepancies or
incompleteness before the opening of bids. Should any written inquiries be received by the
Business Administrator, these inquiries will be answered in the form of bulletins and issued to all
bidders. These bulletins shall be considered a part of these specifications.
Bids will be considered as conclusive evidence of complete examination of specifications and
samples. It is understood that parties making bids accept all the terms and conditions expressed
and contained in the specifications attached to the proposal submitted.
A proposal Form/Signature Page is provided in these specifications. This form must be used in
submitting a proposal and all pages of the form must be completely filled out and signed by the
bidder.
PRESENTATION OF BIDS
Each bid must be enclosed in a sealed envelope and clearly marked on the outside:
"BID PROPOSAL
"(see advertisement, page 1), and delivered to the Office of
the Township Clerk, 1261 Chews Landing Rd., Laurel Springs, New Jersey 08021.
WITHDRAWALS
No proposal may be withdrawn later than 4:30 p.m. prevailing time on the day of the opening of
the bids. No modifications or explanations of any bid will be allowed after the same is sealed and
delivered to the Township Clerk. The proposals will be opened and read publicly by the
Township Council.
The Township Council reserves the right to reject any or all bids or parts thereof as deemed to be in
the best interest of the Township and to waive any immaterial informalities as may be permitted by
law.
FORM OF CONTRACT
The successful bidder will be required to execute a written contract with the Township Council
within ten(10) days after notice of the acceptance of their proposal.
BID BOND
Each bid shall be accompanied by a certified check, cashier's check or bid bond duly executed by
the bidder as the principal and having as surety thereon a surety company approved by the
Township of Gloucester in the amount not less than ten percent (10%), but in no case in excess of
$20,000.00 or the amount of bid. Any such bid bond shall be without endorsement or conditions.
Bid shall also be accompanied with a certificate letter from a surety company stating that it will
provide the bidder with the completion bond.
SURETY BOND
The successful bidder will be required to furnish a surety bond in the amount of one hundred
percent (100%) of the contract price, the condition of which shall be in the full and complete
execution and performance of each and all of the terms contained in the contract, proposal,
specifications and instructions to bidders. The bond shall meet all requirements of the Township
Council.
NOTE: Surety bond is automatically required when the contract price exceeds nine hundred ninety
nine dollars and ninety nine cents, ($999.99); when the contract price is under $999.99, surety
bond may be required by the Township Council if they deem it necessary and in the best interest of
the Township.
Entire cost of bond(s) shall be paid for by the individuals, firms, or corporations with whom the
contract(s) are entered into for the execution of any other purchases, or the furnishing or hiring of
any materials or supplies.
CONSENT OF SURETY
A performance bond will be required from the successful contractor on this project, and
consequent, all bidders shall, with their bid, a certificate in substantially the following form:
TO:
(Owner)
RE:
(Contractor)
(Project Description)
This is to certify that the
(Surety Company)
will provide to
(Owner)
a performance bond
in the full amount of awarded contract in the event that said contractor is awarded a contract for the
above project.
Date:
(CONTRACTOR)
(Authorized Agent of Surety Company)
CERTIFICATE OF SURETY MUST BE SIGNED BY AN AUTHORIZED AGENT
OR REPRESENTATIVE OF A SURETY COMPANY AND NOT BY THE
INDIVIDUAL OR COMPANY REPRESENTATIVE SUBMITTING THE BID.
SPECIFICATIONS
These specifications are intended to cover the furnishing of all materials and the performance of all
work that may be required or necessary for the complete compliance of the contract and the
contractor will be required to do all things. Where plans, drawings or schematics accompany
certain sections of the specifications, these shall be considered as a part of these specifications.
This bid shall be for between 11 and 30 vehicles and shall be listed as cost per vehicle, Vehicles in
White, between 10 and 20 and up to 10 vehicles in,blue, black, red or similar for different
manufacturers. This is a cooperative Bid from up to 10 separate agencies and Although the
Township Of Gloucester is the lead agency the winning bidder must accept purchases from up to 9
additional agencies that have entered into this cooperative purchase.
All Vehicles
•
All Wheel Drive Sport Utility Vehicle Rated as a PPV-(Police Pursuit Vehicle)
•
Minimum V6 Engine, Flex Fuel "E85 Capable"
6 Speed Automatic Transmission with Column Shift
•
Heavy Duty Engine Cooling System
•
Engine Oil Cooler and Transmission Cooler
•
Engine Hour Meter
•
•
Minimum HD 78 Amp/Hr 750 CCA Maintenance Free Battery
Minimum 220 amp Alternator
•
Pwr Assist Steering
•
All Season Pursuit Rated Tires
•
Full Size Spare Tire
•
Tire Pressure Monitoring System
•
4 Wheel Heavy Duty Disc Brakes
• Anti Lock Brakes with Traction Control
•
Noise Suppression Bonds
Exterior
Folding Power Side Mirrors
•
Rear Window Wiper
•
•
Front Headlamps Pre-drilled for future Vertex LED installation
Front License Plate Bracket
Black Grille
Class III trailer Hitch (no pintle bike rack use only)
•
Drivers side spot light
Interior
Color-Charcoal Black, police grade cloth front seats
Flooring-Heavy Duty Black Vinyl
•
Power Adjustable Pedals
•
Front Seats-Dual Front Buckets Police Grade Cloth With 6 Way Power Adjustable, Space
Between Front Seats To Accommodate 9" Havis Police Console
•
Console Mounting Plate Between Front Seats-option to delete (list price in Bid)
•
•
•
•
Built In Steel Intrusion Plates In Seat Backs
Power Windows with Rear Windows Inoperable (Operable From Drivers Side Only)
Fleet Key
Certified Speedometer/Calibrated
•
Rear Door Handles Inoperable
•
Single Zone Climate Control
•
Steering Wheel, Manual Tilt
•
Rear Window Defroster
•
Engine Hour Meter
•
•
•
•
Am/FM Stereo
Courtesy Lamps Disabled
Bluetooth equipped/enabled
Option for ballistic inserts-Separate prices for drivers door, passengers door and both
INTERPRETATIONS OF SPECIFICATIONS
All equipment and materials used shall be standard components that are regularly
manufactured and utilized in the manufacturer's system.
All equipment and components shall have been thoroughly tested and proven in actual
use.
Should the Bidder discover discrepancies in the specifications, the matter shall be immediately
brought to the attention of the Township of Gloucester and the discrepancies corrected by written
agreement before proceeding further.
All explanation, interpretations and instructions required under these specifications will be given
by the Township upon written request from bidders.
Equipment to be furnished (if applicable) shall be new, first-class, or as specifically stipulated in
the detailed specifications and shall meet with the approval of the Township Council or their
designated representative.
All equipment if applicable, shall conform to the requirements of these specifications and any
equipment rejected by the Council as not complying with these specifications shall be immediately
removed and replaced with acceptable equipment.
EXTRA WORK
No extras or additional work will be allowed or paid for unless such extras or additional work is
ordered in writing by the Township and the price fixed and agreed before such work is performed.
ADDITIONS OR DEDUCTIONS
The Council of the Township of Gloucester shall have the right, without invalidating the contract,
to make additions to or deductions from the work covered by these specifications and in case such
deductions in cost shall be made between the Council and the contractor, but must be agreed to in
writing.
PROTECTION BY CONTRACTOR
The contractor agrees to indemnify and save harmless the Township and their representatives from
all suits or actions of every nature and description brought against them or either of them, or on
account of the use of patented or copyrighted material, appliances, products, or processes, with
legal protection. The contractor shall not transfer or sublet any portion of the work covered by
these specifications without written consent of the Township.
GENERAL CLAUSE
PROPOSAL FORMS
As noted under "instructions to bidders", attached to these specifications is a "Proposal
Form/Signature Form", which must be completely filled out and signed by each bidder.
As these Instructions to Bidders, Specifications, Form of Proposal, Signature Page, General and
Special Clauses, etc. all refer to each other and together constitute a whole legal binding agreement
and must be returned together as when delivered to bidder.
NO BID WILL BE ACCEPTED UNLESS SUBMITTED ON THE FORMS FURNISHED HEREIN
All bids must be sealed, marked and delivered in accordance with the instructions in paragraph 5,
and 6. Bids will be opened and read publicly by the Business Administrator at the time and day
specified in the Advertisement for Bids. Reading of the bids will take place at the Municipal
Building, 1261 Chews Landing Road, Laurel Springs, NJ 08021.
DELIVERY
In general, deliveries shall be at such time and place as may be fixed by Council and shall not be
made except upon definite instructions. See "Specifications" for delivery required under these
present specifications.
DISPOSAL OF MATERIALS, SUPPLIED ETC...NOT APPROVED.
Bidders shall understand that when materials, supplies, etc. have been delivered to the job which
do not comply with the specifications and have not been approved, they shall be immediately
removed upon notification to the contractor and replaced with material, supplied, etc., in full
accordance with the specifications.
PAYMENTS
Payments shall be made to the contractor within sixty (60) days of receipt of invoice, after
inspection and acceptance of the material and/or work and approval of the invoice by the
Township Council unless otherwise stipulated by the Township in the form of a contract.
NUMBER OF WORKING DAYS
The contract shall contain the date which the work shall be completed or shall specify the number
of working days to be allowed for its completion and/or delivery of materials equipment and
supplies.
EXEMPTION FROM FEDERAL EXCISE AND NEW JERSEY SALES TAX
The Township of Gloucester is exempt from Federal Excise Taxes and the New Jersey Sales Tax.
Net prices as shown in the proposal shall exclude said Federal and State Tax amounts.
NOTE: This provision shall not apply to construction, repair and/or maintenance contracts where
bidder purchases supplies, materials, and/or equipment and includes costs thereof in computation
of his bid or proposal.
NEW JERSEY PREVAILING WAGE ACT
All work on this project shall comply with the requirements under the 1963 Revised Statutes of
New Jersey Chapter 150, "Prevailing Rate of Wages on Public Contracts".
Current applicable Wage Rate Determination of the State of the New Jersey Department of Labor
shall become part of the contract.
DOMESTIC PRODUCTS
Only manufactured products of the United States, wherever available, shall be used in connection
with this undertaking, pursuant to 40A:11-18 of the Revised Statutes of the State of New Jersey.
PUBLIC DISCLOSURE
Chapter 33 of the Public Laws of 1977 provides that no Corporation or Partnership shall be
awarded any State, County, Municipal, or School District contract for the performance of any
work or the furnishing of any materials or supplies, unless prior to the receipt of the bid or
accompanying the bid of said Corporation or Partnership there is submitted a statement. The
statement shall set forth the names and addresses of all stockholders in the Corporation or
Partnership who own ten percent (10%) or more if its stock or any class, or of all individual
partners in the Partnership who owns a ten percent(10%) or greater interest therein.
FAILURE TO SUPPLY THIS INFORMATION WITH "FORM OF PROPOSAL" WILL BE
CAUSE TO REJECT THE BID
AFFIRMATIVE ACTION COMPLIANCE NOTICE
N.J.S.A 10:5-31 and N.J.A.C. 17:27
GOODS AND SERVICES CONTRACTS
(INCLUDING PROFESSIONAL SERVICES)
This form is a summary of the successful bidder's requirement to comply with requirements of
N.J.S.A. 10:5-31 and N.J.A.C. 17:27.
The successful bidder shall submit to the public agency, after notifications of award but prior to
execution of this contract, one of the following three documents as forms of evidence.:
(a) A photocopy of a valid letter that the contractor is operating under an existing Federally
approved or sanctioned Affirmative Action Program (good for one year from the date of
the letter):
OR
(b) A photocopy of a Certificate of Employee Information Report approval, issued in
accordance with N.J.A.C. 17:27-4
OR
c) A photocopy of an Employee Information Report (Form AA302) provided by the
Division and distributed to the public agency to be completed by the contractor
The successful vendor may obtain the Affirmative Action Employee Information Report (AA302)
from the contraction unit during normal business hours.
The successful vendor(s) must submit the copies of the AA302 Report to the Division of Contract
Compliance and Equal Employment Opportunity in Public Contracts (Division). The Public
Agency copy is submitted to the public agency, and the vendor copy is retained by the vendor.
The undersigned vendor certifies that he/she is aware of the commitment to comply with the
requirements of N.J.S.A. 10:5-31 and N.J.A.C. 17:27 and agrees to furnish the required forms of
evidence.
The undersigned vendor further understands that his/her bid shall be rejected as non-responsive if
said contractor fails to comply with the requirements of N.J.S.A. 10:5-31 and N.J.A.C. 17:27.
COMPANY:
PRINT NAME:
DATE:
SUPPLEMENT TO BID SPECIFICATIONS
NON-DISCRIMINATION
SIGNATURE
TITLE:
During the performance of a contract, the contractor agrees as follows:
1.
2.
3.
The contractor or subcontractor, where applicable, will not discriminate against any
employee or applicants for employment because of age, race, creed, color, national origin,
ancestry, marital status, or sex. The contractor will take affirmative action to ensure that
such applicants are recruited and employed, and that employees are treated during
employment, without regard to their age, race, creed, color, national origin, ancestry,
marital status or sex. Such action shall include, but not be limited to the following:
employment, upgrading, demotion or transfer; recruitment or recruitment advertising;
layoff or termination; rates of pay or other forms of compensation; and selection for
training, including apprenticeship. The contractor agrees to post in conspicuous places,
available to employees and applicants for employment, notice to be provided by the Public
Agency Equal Employment Opportunity Officer setting forth provisions of the
non-discrimination clause.
The contractor or subcontractor, where applicable, will in all solicitations or
advertisements for employees placed by or on behalf of the contractor, state that all
qualified applicants will receive consideration for employment without regard to age, race,
creed, color, national origin, ancestry, marital status or sex.
The contractor or subcontractor, where applicable, will send to each labor union or
representative of workers with which it has collective bargaining agreement or other
contract or understanding a notice, to be provided by the Public Agency Equal
Employment Opportunity Officer advising the labor union or workers representative of the
contractor's commitments under this act and shall post copies of the notice in a
conspicuous place available to employees and applicants for employment.
4.
5.
6.
7.
8.
The contractor or subcontractor, where applicable agrees to comply with any regulations
promulgated by the Treasurer pursuant to P.L., c.127, as amended and supplemented from
time-to-time.
The contractor or subcontractor agrees to attempt in good faith to employ minority and
female workers consistent with the applicable county employment goals prescribed by
section 5.2 of the regulations promulgated by the Treasurer pursuant to P.L. 1975, c. 127 as
amended and supplemented from time-to-time or in accordance with a binding
determination of applicable county employment goals, determined by the Affirmative
Action Office pursuant to section 5.2 of the regulations promulgated by Treasurer pursuant
to P.L. 1975, c, 127 as amended and supplemented from time-to-time.
The contractor or subcontractor agrees to inform in writing all recruitment agencies,
including employment agencies, placement bureaus, colleges, universities, labor unions,
that it does not discriminate on the basis of age, creed, color, national origin, ancestry,
marital status, or sex, and that it will discontinue the use of any recruitment agency which
engages in direct or indirect discriminatory practices.
The contractor or subcontractor agrees to revise any of its testing procedures, if necessary,
to assure that all personnel testing conforms with the principles of job-related testing, as
established by the statues and court decisions of the State of New Jersey and as established
and by application Federal Law and applicable Federal Court decisions.
The contractor or subcontractor agrees to review all procedures relating to transfer,
upgrading, downgrading and layoff to ensure that all such actions are taken without regard
to age, creed, color, national origin, ancestry, marital status or sex and conform with the
applicable employment goals consistent with the statutes and court decisions of the State of
New Jersey, and applicable Federal Law and applicable Federal Court decisions.
Provisions 4, 5, 6, 7, or 8 not required for subcontractors with (4) or fewer employees or a
contractor who has presented evidence of a Federally approved or sanctioned Affirmative
Action Program
Submitted By:
Name of Firm
Signature
Title
Date
GOODS, PROFESSIONAL SERVICES AND
GENERAL SERVICE CONTRACTS
During the performance of this contract, the contractor agrees as follows:
The contractor or subcontractor, where applicable, will not discriminate against any employee or
applicant for employment because of age, race, creed, color, national origin, ancestry, marital
status, sex, affectional or sexual orientation. The contractor will take affirmative action to ensure
that such applicants are recruited and employed, and that employees are treated during
employment, without regard to their age, race, creed, color, national origin, ancestry, marital
status, sex, affectional or sexual orientation. Such action shall include, but not be limited to the
following: employment, upgrading, demotion, or transfer; recruitment or recruitment advertising;
layoff or termination; rates of pay or other forms of compensation; and selection for training,
including apprenticeship. The contractor agrees to post in conspicuous places, available to
employees and applicants for employment, notices to be provided by the Public Agency
Compliance Officer setting forth provisions of the nondiscrimination clause.
The contractor or subcontractor, where applicable will, in all solicitations or advertisements for
employees placed by or on behalf of the contractor, state that all qualified applicants will receive
consideration for employment without regard to age, race, creed, color, national origin, ancestry,
marital status, sex, affectional or sexual orientation. The contractor or subcontractor, where
applicable, will send to each labor union or representative or workers with which it has a collective
bargaining agreement or other contract or understanding, a notice, to be provided by the agency
contracting officer advising the labor union or workers' representative of the contractor's
commitments under this act and shall post copies of the notice in conspicuous places available to
employees and applicants for employment.
The contractor or subcontractor, where applicable, agrees to comply with the regulations
promulgated by the Treasurer to P.L. 1975, c.127, as amended and supplemented from
time-to-time and the Americans with Disabilities Act. The contractor or subcontractor agrees to
attempt in good faith to employ minority and female workers consistent with the applicable county
employment goals prescribed by N.J.A.C. 17:27-5.2 promulgated by the Treasurer pursuant to
P.L. 1975, c.127 as amended and supplemented from time-to-time or in accordance with a binding
determination of the applicable county employment goals determined by the Affirmative Action
Office pursuant to N.J.A.C. 17:27-5.2 promulgated by the Treasurer pursuant to P.L. 1975, c.127,
as amended and supplemented from time-to-time.
The contractor or subcontractor agrees to inform in writing appropriate recruitment agencies in the
area, including employment agencies, placement bureaus, colleges, universities, labor unions, that
it does not discriminate on the basis of age, creed, color, national origin, ancestry, marital status,
sex, affectional or sexual orientation, and that it will discontinue the use of any recruitment agency
which engages in direct or indirect discriminatory practices. The contractor or subcontractor
agrees to revise any of its testing procedures, if necessary, to assure that all personnel testing
conforms with the principles of job-related testing, as established by the statutes and court
decisions of the State of New Jersey and as established by applicable Federal Law and applicable
Federal Court decisions.
The contractor or subcontractor agrees to review all procedures relating to transfer, upgrading,
downgrading and layoff to ensure that all such actions are taken without regard to age, creed, color,
national origin, ancestry, marital status, sex, affectional or sexual orientation, and conform with
the applicable employment goals, consistent with the statutes and court decisions of the State of
New Jersey, and applicable Federal law and applicable Federal Court decisions. The contractor
and its subcontractors shall furnish such reports or other documents to the Affirmative Action
Office as may be requested by the office from time-to-time in order to carry out the purposes of
these regulations, and public agencies shall furnish such information as may be requested by the
Affirmative Action Office for conducting a compliance investigation pursuant to Subchapter 10 of
the Administrative Code(NJAC 17:27).
SIGNATURE
(NAME) PRINT OR TYPE
COMPANY NAME:
DATE:
AFFIDAVIT FOR AFFIRMATIVE ACTION
(This Affidavit is part of the Proposal)
STATE OF:
COUNTY OF:
being duly sworn, deposes and says that he/she resides at:
and that he/she is the
of
who signed the foregoing Proposal of Bids, that during the course of this contract, he/she will
agree to the Plan for Affirmative Action.
Subscribed and Sworn to
before me on the
day
of
20
(Notary Public)
My Commission Expires:
(Seal)
State of New Jersey
County of
NON-COLLUSION AFFIDAVIT
I,
residing in
SS:
(Name of Affiant)
in the County of
(Name of Municipality)
and State of
of full
age, being duly sworn according to law on my oath depose and say that:
I am
(Title or Position)
of the firm of
the bidder making this Proposal for the bid entitled
(Name of Firm)
and that I
(Title of Bid Proposal)
executed the said proposal with full authority to do so that said bidder has not, directly or indirectly
entered into any agreement, participated in any collusion, or otherwise taken any action in restraint
of free, competitive bidding in connection with the above named project; and that all statements
contained in said proposal and in this affidavit are true and correct, and made with full knowledge
relies upon the truth of the statements contained in said
that the
Proposal
(Name of contracting unit)
and in the statements contained in this affidavit in awarding the contract for the said project.
I further warrant that no person or selling agency has been employed or retained to solicit or secure
such contract upon an agreement or understanding for a commission, percentage, brokerage, or
contingent fee, except bona fide employees or bona fide established commercial or selling
agencies maintained by
Subscribed and sworn
before me this
day
of
,2
Notary public of
My Commission expires
(Seal)
PROOF OF BUSINESS REGISTRATION
(Type or Print Name)
(Signature)
N.J.S.A. 52:32-44 required that each contractor submit proof of business registration with the bid
proposal. Proof of registration shall be a copy of the bidder's Business Registration
Certificate(BRC). A BRC is obtained from the New Jersey Division of Revenue. Information on
obtaining a BRC is available on the internet at www.nj.gov/dca/lgs/lpcl/busregis/bus or by phone
at (609) 292-1730. N.J.S.A. 52:32-44 imposes the following requirements on contractors and all
subcontractors that knowingly provide goods or perform services for a contractor fulfilling this
contract:
1)
The contractor shall provide written notice to its subcontractors and suppliers to submit
proof of business registration to the contractor;
2)
Prior to receipt of final payment from a contracting agency, a contractor must submit to the
contracting agency an accurate list of all subcontractors or attest that none was used;
3)
During the term of this contract, the contractor and its affiliates shall collect and remit and
shall notify all subcontractors and their affiliates that they must collect and remit to the
Director, New Jersey Division of Taxation, the Use Tax due pursuant to the Sales and Use
Tax Act, (N.J.S.A. 54:32B-1 et seq) on all sales of tangible personal property delivered into
this state.
A contractor, subcontractor or supplier who fails to provide proof of business registration or
provides false business registration information shall be liable to a penalty of $25 for each day of
violation, not to exceed $50,000 for each business registration not properly provided or maintained
under a contract with a contracting agency. Information on the law and its requirements is
available by calling (609) 292-9292.
NEW JERSEY "BUSINESS REGISTRATION CERTIFICATE" FORM
P.L. 2004 Ch. 57 requires that Business Organization's, be registered with the New Jersey
Department of Treasury, Division of Revenue. The definition in the law is as follows:
"Contractor" means a business organization that seeks to enter or has entered into a contract with a
contracting agency, to provide goods, services, or a construction project, the cost of which exceeds
15% of the contracting unit's bid threshold.
Please indicate below, for the bidder and all subcontractors listed on the "Subcontractor
Declaration" herein, as to their registration with the NJ Department of Treasury, Division of
Revenue in accordance with P.L. 2004, Ch57.
Proof of registration is required for all contractor's and named subcontractor's. Proof of
registration means a copy of the organization's Business Registration Certificate". No other form
can be substituted to fulfill this requirement.
Copies of the Business Registration Certificate shall be submitted and attached to this form.
Name
Registration Number
Bidder
(Subcontractor)
(Subcontractor)
(Subcontractor)
(Subcontractor)
Subscribed and Sworn
before me this
of
day
20
Notary Public of
My Commission Expires
(Seal)
CONSTRUCTION CONTRACT
Signature
(Type or Print Name)
During the performance of this contract the contractor agrees as follows:
1)
The contractor or subcontractor, where applicable, will not discriminate against any
employee or applicant for employment because of age, race, creed, color, national
origin, ancestry, marital status, or sex. The contractor will take affirmative action
2)
3)
4)
5)
to ensure that such applicants are recruited and employed, and that employees are
treated during employment, without regard to their age, race, creed, color, national
origin, ancestry, marital status or sex. Such action shall include, but not be limited
to the following: employment, upgrading, demotion, or transfer; recruitment or
recruitment advertising; layoff or termination; rates of pay or other forms of
compensation; and selection for training, including apprenticeship.
contractor agrees to post in conspicuous places, available to employees and
applicants for employment, notices to be provided by the Public Agency Equal
Employment Opportunity Officer setting forth provisions of this
non-discrimination clause.
The
The contractor or subcontractor, where applicable, will in all solicitations or
advertisements for employees placed by or on behalf of the contractor, state that all
qualified applicants will receive consideration for employment without regard to
age, race, creed, color, national origin, ancestry, marital status or sex.
The contractor or subcontractor, where applicable, will send to each labor union or
representative of workers with which it has a collective bargaining agreement or
other contract or understanding, a notice, to be provided by the Public Agency
Equal Employment Opportunity Officer advising the labor union or worker's
representative of the contractor's commitments under this act and shall post copies
of the notice in a conspicuous place available to employees and applicants for
employment.
The contractor or subcontractor, where applicable, agrees to comply with any
regulations promulgated by the Treasurer pursuant to P.L. 1975, c 127, as amended
and supplemented from time-to-time.
When hiring workers in each construction trade, the contractor or subcontractor
agrees to attempt in good faith to employ minority workers in each construction
trade consistent with applicable employment goal prescribed section 7.3 of said
regulation; provided however, that the Affirmative Action Office may, in its
discretion, exempt a contractor or subcontractor from compliance with the good
faith procedures prescribed by the following provision 1, 2 and 3 as long as the
Affirmative Action Office is satisfied that the contractor is employing workers
provided by a union which provides evidence, in accordance with standards
prescribed by the Affirmative Action Office, that its percentage of active "card
carrying" members who are minority workers is equal to or greater that the
applicable employment goal prescribed by section 7.3 of the regulations
promulgated by the treasurer pursuant to
P.L. 1975, c. 127, as amended and supplemented from time-to-time. The
contractor or subcontractor agrees that a good faith effort shall include compliance
with the following procedures:
A.
If the contractor or subcontractor has a referral agreement or
B.
arrangement with a union for a construction trade, the contractor or
subcontractor shall within (3) days of the contractor award, seek
assurance from the union that it will cooperate with the contractor or
subcontractor as it fulfills its affirmative action obligations under this
contract and in accordance with the regulations promulgated by the
Treasurer pursuant to P.L. 1975, c. 127, as it is supplemented and
amended from time-to-time. If the contractor or subcontractor is unable
to obtain said assurance from the construction trade union at least five(5)
days prior to the commencement of construction work, the contractor or
subcontractor agrees directly to attempt to hire minority workers
consistent with the applicable employment goal. If the contractors' or
subcontractors' prior experience with a construction trade union
regardless of whether the union provided said assurance indicates a
significant possibility that the trade union will not refer sufficient minority
workers consistent with the applicable employment goal by complying
with following hiring procedures prescribed under(2): and the contractor or
subcontractor further agrees immediately to take said action if it determines
or is so notified by the Affirmative Action Office that the union is not
referring minority workers consistent with the applicable employment
goal.
If the hiring of a work force consistent with the employment goal has not or
cannot be achieved for each construction trade by adhering to the
procedures of the preceding provision(1), or if the contractor of
subcontractor does not have a referral agreement or arrangement with a
union for a construction trade, the contractor or subcontractor agrees to take
the following actions consistent with the applicable county employment
goal:
1.
2.
3.
4.
To notify the Public Agency Compliance Office, Affirmative
Action Office and at least one minority referral organization of its
manpower needs and request the referral of minority workers;
To notify any minority workers who have been listed with it as
awaiting available vacancies;
Prior to commencement of work, to request the local construction
trade union if the contractor or
--- Document: Specifications for 1550-D Super Paver or Equivalent ---
SPECIFICATIONS FOR
1550-D SUPER PAVER OR EQUIVALENT
FOR THE TOWNSHIP OF GLOUCESTER
COUNTY OF CAMDEN
MAYOR DEPARTMENT ET HEAP HEA
BUSINESS ADMINISTRATOR SOLICITOR
BID OPENING DATE: MARCH 12, 2014 @ 11:00 AM
SPECIFICATIONS # P.W.: 14-01
COMPANY
SIGNATURE
SPECIFICATIONS FOR THE PURCHASE OF
1550-D SUPER PAVER OR EQUAL
FOR THE TOWNSHIP OF GLOUCESTER
COUNTY OF CAMDEN
BID OPENING DATE: MARCH 12, 2014@ 11:00 AM
SPECIFICATIONS #: P.W.: 14-01
DATE
TOWNSHIP OF GLOUCESTER, CAMDEN COUNTY
NOTICE TO BIDDERS
NOTICE is hereby given that sealed proposals for the:
1550-D SUPER PAVER OR EQUAL
BID SPECIFICATION NUMBER: PW: 14-01
will be received no later than 11:00 am prevailing time on Wednesday, March 12, 2014, at the
Municipal Building, Chews-Clementon Road, Chews Landing, New Jersey
PROPOSALS must be addressed to the Township Council, PO Box 8, Blackwood, New Jersey,
08012 and will be opened and read publicly at the above time and date, and should be in a sealed
envelope marked:
1550-D SUPER PAVER OR EQUAL
DO NOT OPEN UNTIL: March 12, 2014 @ 11:00AM
PROPOSAL forms, instructions to bidders, specifications and other bidding documents may be
examined or obtained at the office of the Township Clerk, 1261 Chews Landing Road, Laurel
Springs, New Jersey, during normal business hours.
The Township Council reserves the right to reject any or all proposals in whole or in part, and to
waive such informalities as may be permitted by law.
BIDDERS are required to comply with the requirements of P.L. 1975, Chapter 127, and P.L.
1977, Chapter 33.
Information on Affirmative Action Program requirements is available at the office of the
Township Clerk, Municipal Complex, Chews-Clementon Road, Laurel Springs, New Jersey.
Rosemary DiJosie
BID PROPOSAL FORM
(Contract Title and Bid Number, if applicable)
(Description of goods/services being bid)
The undersigned proposes to furnish and deliver the above goods/services pursuant to the bid
specification and made part hereof:
Amount in words
$
Amount in numbers
Company Name Federal I.D. # or Social Security #
Address
Signature of Authorized Agent Type or Print Name
Title
Telephone Number
Date
PROPOSAL FORM/SIGNATURE PAGES
To:
Township Council
Gloucester Township
1261 Chews Landing Road
Laurel Springs, NJ 08021
Council:
Date:
This proposal is submitted in accordance with your advertisement inviting proposals to be received
for the project identified as:
Having carefully examined the "Advertisement for Bids:, Bidding Instruction", General Clauses",
"Plans", etc. hereinafter, bulletins applying thereto, and being familiar with the various conditions
affecting the work, the undersigned hereby agrees to furnish all materials, perform all labor, and all
else necessary to complete the work in strict accordance with the specifications for prices as follows:
In case this proposal is accepted, the undersigned is hereby bound to enter into contract within
ten(10) days after receipt of notice of acceptance for above mentioned work, in accordance with such
specifications.
Subscribed and Sworn
before me this _day
,2 (Type or Print Name)
of
Notary public of Signature
My commission expires
(Seal)
INSTRUCTIONS TO BIDDERS
NO DEPOSIT OR FEE IS REQUIRED FOR SPECIFICATIONS
QUALIFICATIONS OF BIDDERS
All bidders must be prepared to present suitable evidence of their financial standing and to furnish
a list of similar work recently completed.
No verbal instructions or information to bidders will be binding. The specifications will be
considered as clear and complete unless written attention is called to any discrepancies or
incompleteness before the opening of bids. Should any written inquiries be received by the Business
Administrator, these inquiries will be answered in the form of bulletins and issued to all bidders.
These bulletins shall be considered a part of these specifications.
Bids will be considered as conclusive evidence of complete examination of specifications and
samples. It is understood that parties making bids accept all the terms and conditions expressed and
contained in the specifications attached to the proposal submitted.
A proposal Form/Signature Page is provided in these specifications. This form must be used in
submitting a proposal and all pages of the form must be completely filled out and signed by the
bidder.
PRESENTATION OF BIDS
Each bid must be enclosed in a sealed envelope and clearly marked on the outside:
"BID PROPOSAL
"(see advertisement, page 1), and delivered to the Office of the
Township Clerk, 1261 Chews Landing Rd., Laurel Springs, New Jersey 08021.
WITHDRAWALS
No proposal may be withdrawn later than 4:30 p.m. prevailing time on the day of the opening of the
bids. No modifications or explanations of any bid will be allowed after the same is sealed and
delivered to the Township Clerk. The proposals will be opened and read publicly by the Township
Council.
The Township Council reserves the right to reject any or all bids or parts thereof as deemed to be in
the best interest of the Township and to waive any immaterial informalities as may be permitted by
law.
FORM OF CONTRACT
The successful bidder will be required to execute a written contract with the Township Council
within ten(10) days after notice of the acceptance of their proposal.
BID BOND
Each bid shall be accompanied by a certified check, cashier's check or bid bond duly executed by
the bidder as the principal and having as surety thereon a surety company approved by the
Township of Gloucester in the amount not less than ten percent (10%), but in no case in excess
of $20,000.00 or the amount of bid. Any such bid bond shall be without endorsement or
conditions. Bid shall also be accompanied with a certificate letter from a surety company stating
that it will provide the bidder with the completion bond.
SURETY BOND
The successful bidder will be required to furnish a surety bond in the amount of one hundred
percent (100%) of the contract price, the condition of which shall be in the full and complete
execution and performance of each and all of the terms contained in the contract, proposal,
specifications and instructions to bidders. The bond shall meet all requirements of the Township
Council.
NOTE: Surety bond is automatically required when the contract price exceeds nine hundred
ninety nine dollars and ninety nine cents, ($999.99); when the contract price is under $999.99,
surety bond may be required by the Township Council if they deem it necessary and in the best
interest of the Township.
Entire cost of bond(s) shall be paid for by the individuals, firms, or corporations with whom the
contract(s) are entered into for the execution of any other purchases, or the furnishing or hiring of
any materials or supplies.
WE ARE WAIVING
THE REQUIREMENT FOR A
SURETY BOND
NOT THE BID BOND
WHICH IS LOCATED ON
PAGE 7
CONSENT OF SURETY
A performance bond will be required from the successful contractor on this project, and
consequent, all bidders shall, with their bid, a certificate in substantially the following form:
TO:
(Owner)
RE:
(Contractor)
(Project Description)
This is to certify that the
(Surety Company)
will provide to (Owner) a performance bond
in the full amount of awarded contract in the event that said contractor is awarded a contract for
the above project.
(CONTRACTOR)
(Authorized Agent of Surety Company)
Date:
CERTIFICATE OF SURETY MUST BE SIGNED BY AN AUTHORISED AGENT
OR REPRESENTATIVE OF A SURETY COMPANY AND NOT BY THE
INDIVIDUAL OR COMPANY REPRESENTATIVE SUBMITTING THE BID.
SPECIFICATIONS
These specifications are intended to cover the furnishing of all materials and the performance of all
work that may be required or necessary for the complete compliance of the contract and the
contractor will be required to do all things. Where plans, drawings or schematics accompany certain
sections of the specifications, these shall be considered as a part of these specifications.
INTERPRETATIONS OF SPECIFICATIONS
Should the contractor discover discrepancies in the specifications, the matter shall be immediately
brought to the attention of the Township of Gloucester and the discrepancies corrected by written
agreement before preceding further.
All explanation, interpretations and instructions required under these specifications will be given by
the Township upon written request from bidders.
Equipment to be furnished (if applicable) shall be new, first-class, or as specifically stipulated in the
detailed specifications and shall meet with the approval of the Township Council or their designated
representative.
All equipment if applicable, shall conform to the requirements of these specifications and any
equipment rejected by the Council as not complying with these specifications shall be immediately
removed and replaced with acceptable equipment.
EXTRA WORK
No extras or additional work will be allowed or paid for unless such extras or additional work is
ordered in writing by the Township and the price fixed and agreed before such work is performed.
ADDITIONS OR DEDUCTIONS
The Council of the Township of Gloucester shall have the right, without invalidating the contract,
to make additions to or deductions from the work covered by these specifications and in case such
deductions in cost shall be made between the Council and the contractor, but must be agreed to in
writing.
PROTECTION BY CONTRACTOR
The contractor agrees to indemnify and save harmless the Township and their representatives from
all suits or actions of every nature and description brought against them or either of them, or on
account of the use of patented or copyrighted material, appliances, products, or processes, with legal
protection. The contractor shall not transfer or sublet any portion of the work covered by these
specifications without written consent of the Township.
PROPOSAL FORMS
GENERAL CLAUSE
As noted under "instructions to bidders", attached to these specifications is a "Proposal
Form/Signature Form", which must be completely filled out and signed by each bidder.
As these Instructions to Bidders, Specifications, Form of Proposal, Signature Page, General and
Special Clauses, etc. all refer to each other and together constitute a whole legal binding agreement
and must be returned together as when delivered to bidder.
NO BID WILL BE ACCEPTED UNLESS SUBMITTED ON THE FORMS FURNISHED HEREIN
All bids must be sealed, marked and delivered in accordance with the instructions in paragraph 5,
and 6. Bids will be opened and read publicly by the Business Administrator at the time and day
specified in the Advertisement for Bids. Reading of the bids will take place at the Municipal
Building, 1261 Chews Landing Road, Laurel Springs, NJ 08021.
DELIVERY
In general, deliveries shall be at such time and place as may be fixed by Council and shall not be
made except upon definite instructions. See "Specifications" for delivery required under these
present specifications.
DISPOSAL OF MATERIALS, SUPPLIED ETC...NOT APPROVED.
Bidders shall understand that when materials, supplies, etc. have been delivered to the job which do
not comply with the specifications and have not been approved, they shall be immediately removed
upon notification to the contractor and replaced with material, supplied, etc., in full accordance with
the specifications.
PAYMENTS
Payments shall be made to the contractor within sixty (60) days of receipt of invoice, after inspection
and acceptance of the material and/or work and approval of the invoice by the Township Council
unless otherwise stipulated by the Township in the form of a contract.
NUMBER OF WORKING DAYS
The contract shall contain the date which the work shall be completed or shall specify the number
of working days to be allowed for its completion and/or delivery of materials equipment and
supplies.
EXEMPTION FROM FEDERAL EXCISE AND NEW JERSEY SALES TAX
The Township of Gloucester is exempt from Federal Excise Taxes and the New Jersey Sales Tax.
Net prices as shown in the proposal shall exclude said Federal and State Tax amounts.
NOTE: This provision shall not apply to construction, repair and/or maintenance contracts where
bidder purchases supplies, materials, and/or equipment and includes costs thereof in computation
of his bid or proposal.
NEW JERSEY PREVAILING WAGE ACT
1
All work on this project shall comply with the requirements under the 1963 Revised Statutes of New
Jersey Chapter 150, "Prevailing Rate of Wages on Public Contracts".
Current applicable Wage Rate Determination of the State of the New Jersey Department of Labor
shall become part of the contract.
DOMESTIC PRODUCTS
Only manufactured products of the United States, wherever available, shall be used in connection
with this undertaking, pursuant to 40A:11-18 of the Revised Statutes of the State of New Jersey.
PUBLIC DISCLOSURE
Chapter 33 of the Public Laws of 1977 provides that no Corporation or Partnership shall be awarded
any State, County, Municipal, or School District contract for the performance of any work or the
furnishing of any materials or supplies, unless prior to the receipt of the bid or accompanying the bid
of said Corporation or Partnership there is submitted a statement. The statement shall set forth the
names and addresses of all stockholders in the Corporation or Partnership who own ten percent
(10%) or more if its stock or any class, or of all individual partners in the Partnership who owns a
ten percent(10%) or greater interest therein.
FAILURE TO SUPPLY THIS INFORMATION WITH “FORM OF PROPOSAL" WILL BE
CAUSE TO REJECT THE BID
Full firm name of Bidder
Address
City, State, Zip Code
Phone Number Fax Number
Signature of Bidder
MAULDIN
PAVING PRODUCTS
Caldrm Brothes Corporaton
1550-D SUPER PAVER
➤ FREEDOM-FOURTEEN™ Screed with Patented Extension
Matching System
➤ Four Auger Material Feed System with Extending
Augers Feed to 14' with Ease
➤ Heated Screed Extensions
Fully Enclosed, Sound Attenuated Engine Compartment
No Muffler Exhaust System
- 67 HP Diesel Engine, Liquid Cooled
Two-Speed, Polyurethane Crawler Track Drive System
➤ Night Operating Light Kit
MAULDIN
1550-D
1550-D SUPER PAVER
TRANSMISSION
DIMENSIONS
Length 11'4" 345 cm Type Tandem Hydrostatic
Width, Hopper In 7'3" 221 cm Steering Hydrostatic - Skid Steer
Width, Hopper Out 10' 304 cm
OPERATION
Height 5'4" 162 cm Paving Speed 0-140 FPM 0-43 MPM
Truck Clearance 23" 58 cm Travel Speed 0-290 FPM 0-89 MPM
WEIGHT
HOPPER
Crawler Track 12,500 lbs 5,580 kg Capacity 6.5 tons (us) 5,900 kg
Double Conveyor, Width 60" 152 cm
CRAWLER TRACK SUSPENSION
Length, per side 71" 180 cm FREEDOM-4 SCREED™
Tensioner Automatic/Hydraulic Type Free Floating Vibratory
Drive Planetary, Sprocket Screed Plate 1/4" x 18" Bolt on
Track Rollers (BaRom) (8) Oil Filled, Metal Faced Paving Depth 0-6" 0-15cm
Idler Rollers (Top) (2) Oil Filled, Metal Faced Standard Length 8' 2.4m
Full Extended Width 14' 4.3m
ENGINE
Manufacturer Kubota Verticle Lift 10" 25.4cm
Manufacturer Kubota Crown/Invert Adjustment 2" 5cm
Fuel Type Diesel Material Auger Diameter 9" 23cm
HP (SAE/1349) 67 Auger System (2) Fixed Main Screed
Kilowatts 50 Extendable
Type and Cooling 4 Cylinder, Water Propane Heating Bumers 2 on Main 2 on Extensions
Electrical System 12 voll
CAPACITIES
Fuel Tank 13 gal 48 lit
OPTIONAL EQUIPMENT
Hydraulic Tank 15.5 gal 58 lit Truck Hitch M-Brella Sunshade
Wash down 13 gal 48 lit Seat(s)
MODEL 1500-D ECONOMY PACKAGE
HP-60, Steel Tracks, Travel 0-170 FPM 0-52 MPM, No Lights, Horn, Gauges
Sold & Serviced by: Contacting Feed Switches, Enclosed Engine-No Insulation
Calder Brothers Corporation reserves the right to make changes in engineering, design and specifications; add improvements; or discontinue manufacture at any time without notice or obligation.
MAULDIN
PAVING PRODUCTS
Calder Brothers Corporation
250 E. Warehouse Ct.
Taylors, SC 29687
Phone (864) 244-4800
Fax (864) 244-5007
www.CalderBrothers.com
Feb-13
AFFIRMATIVE ACTION COMPLIANCE NOTICE
N.J.S.A 10:5-31 and N.J.A.C. 17:27
GOODS AND SERVICES CONTRACTS
(INCLUDING PROFESSIONAL SERVICES)
This form is a summary of the successful bidder's requirement to comply with requirements of
N.J.S.A. 10:5-31 and N.J.A.C. 17:27.
The successful bidder shall submit to the public agency, after notifications of award but prior to
execution of this contract, one of the following three documents as forms of evidence.:
(a) A photocopy of a valid letter that the contractor is operating under an existing Federally
approved or sanctioned Affirmative Action Program (good for one year from the date of the
letter):
OR
(b) A photocopy of a Certificate of Employee Information Report approval, issued in
accordance with N.J.A.C. 17:27-4
OR
c) A photocopy of an Employee Information Report (Form AA302) provided by the Division
and distributed to the public agency to be completed by the contractor
The successful vendor may obtain the Affirmative Action Employee Information Report (AA302)
from the contraction unit during normal business hours.
The successful vendor(s) must submit the copies of the AA302 Report to the Division of Contract
Compliance and Equal Employment Opportunity in Public Contracts (Division). The Public Agency
copy is submitted to the public agency, and the vendor copy is retained by the vendor.
The undersigned vendor certifies that he/she is aware of the commitment to comply with the
requirements of N.J.S.A. 10:5-31 and N.J.A.C. 17:27 and agrees to furnish the required forms of
evidence.
The undersigned vendor further understands that his/her bid shall be rejected as non-responsive if
said contractor fails to comply with the requirements of N.J.S.A. 10:5-31 and N.J.A.C. 17:27.
COMPANY: SIGNATURE
PRINT NAME: TITLE:
DATE:
SUPPLEMENT TO BID SPECIFICATIONS
NON-DISCRIMINATION
During the performance of a contract, the contractor agrees as follows:
1. The contractor or subcontractor, where applicable, will not discriminate against any
employee or applicants for employment because of age, race, creed, color, national origin,
ancestry, marital status, or sex. The contractor will take affirmative action to ensure that
such applicants are recruited and employed, and that employees are treated during
employment, without regard to their age, race, creed, color, national origin, ancestry, marital
status or sex. Such action shall include, but not be limited to the following: employment,
upgrading, demotion or transfer; recruitment or recruitment advertising; layoff or
termination; rates of pay or other forms of compensation; and selection for training, including
apprenticeship. The contractor agrees to post in conspicuous places, available to employees
and applicants for employment, notice to be provided by the Public Agency Equal
Employment Opportunity Officer setting forth provisions of the non-discrimination clause.
2. The contractor or subcontractor, where applicable, will in all solicitations or advertisements
for employees placed by or on behalf of the contractor, state that all qualified applicants will
receive consideration for employment without regard to age, race, creed, color, national
origin, ancestry, marital status or sex.
3. The contractor or subcontractor, where applicable, will send to each labor union or
representative of workers with which it has collective bargaining agreement or other contract
or understanding a notice, to be provided by the Public Agency Equal Employment
Opportunity Officer advising the labor union or workers representative of the contractor's
commitments under this act and shall post copies of the notice in a conspicuous place
available to employees and applicants for employment.
4. The contractor or subcontractor, where applicable agrees to comply with any regulations
promulgated by the Treasurer pursuant to P.L., c.127, as amended and supplemented from
time-to-time.
5. The contractor or subcontractor agrees to attempt in good faith to employ minority and
female workers consistent with the applicable county employment goals prescribed by
section 5.2 of the regulations promulgated by the Treasurer pursuant to P.L. 1975, c. 127 as
amended and supplemented from time-to-time or in accordance with a binding determination
of applicable county employment goals, determined by the Affirmative Action Office
pursuant to section 5.2 of the regulations promulgated by Treasurer pursuant to P.L. 1975,
c, 127 as amended and supplemented from time-to-time.
6.
The contractor or subcontractor agrees to inform in writing all recruitment agencies,
including employment agencies, placement bureaus, colleges, universities, labor unions, that
it does not discriminate on the basis of age, creed, color, national origin, ancestry, marital
status, or sex, and that it will discontinue the use of any recruitment agency which engages
in direct or indirect discriminatory practices.
7.
The contractor or subcontractor agrees to revise any of its testing procedures, if necessary,
to assure that all personnel testing conforms with the principles of job-related testing, as
established by the statues and court decisions of the State of New Jersey and as established
and by application Federal Law and applicable Federal Court decisions.
8.
The contractor or subcontractor agrees to review all procedures relating to transfer,
upgrading, downgrading and layoff to ensure that all such actions are taken without regard
to age, creed, color, national origin, ancestry, marital status or sex and conform with the
applicable employment goals consistent with the statutes and court decisions of the State of
New Jersey, and applicable Federal Law and applicable Federal Court decisions.
Provisions 4, 5, 6, 7, or 8 not required for subcontractors with (4) or fewer employees or a
contractor who has presented evidence of a Federally approved or sanctioned Affirmative
Action Program
Submitted By:
Name of Firm
Signature
Title
Date
AFFIDAVIT FOR AFFIRMATIVE ACTION
(This Affidavit is part of the Proposal)
STATE OF:
COUNTY OF:
being duly sworn, deposes and says that he/she resides at:
and that he/she is the
of
who signed the foregoing Proposal of Bids, that during the course of this contract, he/she will agree
to the Plan for Affirmative Action.
Subscribed and Sworn to
before me on the _ day
of 20
(Notary Public)
My Commission Expires:
(Seal)
GOODS, PROFESSIONAL SERVICES AND
GENERAL SERVICE CONTRACTS
During the performance of this contract, the contractor agrees as follows:
The contractor or subcontractor, where applicable, will not discriminate against any employee or
applicant for employment because of age, race, creed, color, national origin, ancestry, marital status,
sex, affectional or sexual orientation. The contractor will take affirmative action to ensure that such
applicants are recruited and employed, and that employees are treated during employment, without
regard to their age, race, creed, color, national origin, ancestry, marital status, sex, affectional or
sexual orientation. Such action shall include, but not be limited to the following: employment,
upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates
of pay or other forms of compensation; and selection for training, including apprenticeship. The
contractor agrees to post in conspicuous places, available to employees and applicants for
employment, notices to be provided by the Public Agency Compliance Officer setting forth
provisions of the nondiscrimination clause.
The contractor or subcontractor, where applicable will, in all solicitations or advertisements for
employees placed by or on behalf of the contractor, state that all qualified applicants will receive
consideration for employment without regard to age, race, creed, color, national origin, ancestry,
marital status, sex, affectional or sexual orientation. The contractor or subcontractor, where
applicable, will send to each labor union or representative or workers with which it has a collective
bargaining agreement or other contract or understanding, a notice, to be provided by the agency
contracting officer advising the labor union or workers' representative of the contractor's
commitments under this act and shall post copies of the notice in conspicuous places available to
employees and applicants for employment.
The contractor or subcontractor, where applicable, agrees to comply with the regulations
promulgated by the Treasurer to P.L. 1975, c.127, as amended and supplemented from time-to-time
and the Americans with Disabilities Act. The contractor or subcontractor agrees to attempt in good
faith to employ minority and female workers consistent with the applicable county employment goals
prescribed by N.J.A.C. 17:27-5.2 promulgated by the Treasurer pursuant to P.L. 1975, c.127 as
amended and supplemented from time-to-time or in accordance with a binding determination of the
applicable county employment goals determined by the Affirmative Action Office pursuant to
N.J.A.C. 17:27-5.2 promulgated by the Treasurer pursuant to P.L. 1975, c.127, as amended and
supplemented from time-to-time.
The contractor or subcontractor agrees to inform in writing appropriate recruitment agencies in the
area, including employment agencies, placement bureaus, colleges, universities, labor unions, that
it does not discriminate on the basis of age, creed, color, national origin, ancestry, marital status, sex,
affectional or sexual orientation, and that it will discontinue the use of any recruitment agency which
engages in direct or indirect discriminatory practices. The contractor or subcontractor agrees to
revise any of its testing procedures, if necessary, to assure that all personnel testing conforms with
the principles of job-related testing, as established by the statutes and court decisions of the State of
New Jersey and as established by applicable Federal Law and applicable Federal Court decisions.
The contractor or subcontractor agrees to review all procedures relating to transfer, upgrading,
downgrading and layoff to ensure that all such actions are taken without regard to age, creed, color,
national origin, ancestry, marital status, sex, affectional or sexual orientation, and conform with the
applicable employment goals, consistent with the statutes and court decisions of the State of New
Jersey, and applicable Federal law and applicable Federal Court decisions. The contractor and its
subcontractors shall furnish such reports or other documents to the Affirmative Action Office as may
be requested by the office from time-to-time in order to carry out the purposes of these regulations,
and public agencies shall furnish such information as may be requested by the Affirmative Action
Office for conducting a compliance investigation pursuant to Subchapter 10 of the Administrative
Code(NJAC 17:27).
SIGNATURE (NAME) PRINT OR TYPE
COMPANY NAME: DATE:
State of New Jersey
County of
NON-COLLUSION AFFIDAVIT
I,
residing in
(Name of Affiant)
SS:
(Name of Municipality)
in the County of
and State of
age, being duly sworn according to law on my oath depose and say that:
I am
(Title or Position)
of full
of the firm of
(Name of Firm)
and that I
(Title of Bid Proposal)
the bidder making this Proposal for the bid entitled
executed the said proposal with full authority to do so that said bidder has not, directly or indirectly
entered into any agreement, participated in any collusion, or otherwise taken any action in restraint
of free, competitive bidding in connection with the above named project; and that all statements
contained in said proposal and in this affidavit are true and correct, and made with full knowledge
relies upon the truth of the statements contained in said Proposal
(Name of contracting unit)
that the
and in the statements contained in this affidavit in awarding the contract for the said project.
I further warrant that no person or selling agency has been employed or retained to solicit or secure
such contract upon an agreement or understanding for a commission, percentage, brokerage, or
contingent fee, except bona fide employees or bona fide established commercial or selling agencies
maintained by
Subscribed and sworn
before me this
day
of
,2 (Type or Print Name)
Notary public of (Signature)
My Commission expires
(Seal)
CERTIFICATE OF BIDDER SHOWING ABILITY TO PERFORM CONTRACT
I,
of the (City, Town, Township, Borough, etc.)
of
State of
oath depose and say that:
1.
in the County of
and the
of full age, being duly sworn according to law on my
I am a(n) owner, partner, shareholder or officer of the company set forth
below and am duly authorized to execute this affidavit on its behalf.
(Check Appropriate Statements(s))
I own, lease or control the necessary equipment required by the plans,
specifications, and advertisements under which bids are asked for.
I do not own, lease or control all the necessary equipment required by plans,
specifications, and advertisements under which bids are asked for.
If the bidder is not the actual owner or lessee of all the necessary equipment
provide the source from which the equipment will be obtained (Attach
additional sheets if necessary.)
Subscribed and sworn
before me this
of
Attach certification from the owner or person in control of the equipment
definitely granting to the bidder the control of the equipment required during
such time as may be necessary for the completion of that portion of the
contract for which it is necessary.)
day
,2 (Title)
(Name of Company)
Notary Public of
My Commission Expires:
(Seal)
PROOF OF BUSINESS REGISTRATION
N.J.S.A. 52:32-44 required that each contractor submit proof of business registration with the bid
proposal. Proof of registration shall be a copy of the bidder's Business Registration
Certificate(BRC). A BRC is obtained from the New Jersey Division of Revenue. Information on
obtaining a BRC is available on the internet at www.nj.gov/dca/lgs/lpcl/busregis/bus or by phone
at (609) 292-1730. N.J.S.A. 52:32-44 imposes the following requirements on contractors and all
subcontractors that knowingly provide goods or perform services for a contractor fulfilling this
contract:
1) The contractor shall provide written notice to its subcontractors and suppliers to submit proof
of business registration to the contractor;
2) Prior to receipt of final payment from a contracting agency, a contractor must submit to the
contracting agency an accurate list of all subcontractors or attest that none was used;
3) During the term of this contract, the contractor and its affiliates shall collect and remit and
shall notify all subcontractors and their affiliates that they must collect and remit to the
Director, New Jersey Division of Taxation, the Use Tax due pursuant to the Sales and Use
Tax Act, (N.J.S.A. 54:32B-1 et seq) on all sales of tangible personal property delivered into
this state.
A contractor, subcontractor or supplier who fails to provide proof of business registration or provides
false business registration information shall be liable to a penalty of $25 for each day of violation,
not to exceed $50,000 for each business registration not properly provided or maintained under a
contract with a contracting agency. Information on the law and its requirements is available by
calling (609) 292-9292.
NEW JERSEY “BUSINESS REGISTRATION CERTIFICATE" FORM
P.L. 2004 Ch. 57 requires that Business Organization's, be registered with the New Jersey
Department of Treasury, Division of Revenue. The definition in the law is as follows:
"Contractor" means a business organization that seeks to enter or has entered into a contract with
a contracting agency, to provide goods, services, or a construction project, the cost of which exceeds
15% of the contracting unit's bid threshold.
Please indicate below, for the bidder and all subcontractors listed on the "Subcontractor Declaration"
herein, as to their registration with the NJ Department of Treasury, Division of Revenue in
accordance with P.L. 2004, Ch57.
Proof of registration is required for all contractor's and named subcontractor's. Proof of registration
means a copy of the organization's Business Registration Certificate". No other form can be
substituted to fulfill this requirement.
Copies of the Business Registration Certificate shall be submitted and attached to this form.
Name Not Registered Registration
Number
Bidder
(Subcontractor)
(Subcontractor)
(Subcontractor)
(Subcontractor)
Subscribed and Sworn
before me this
day
of 20
Notary Public of Signature
My Commission Expires (Type or Print Name)
(Seal)
CONSTRUCTION CONTRACT
During the performance of this contract the contractor agrees as follows:
1)
The contractor or subcontractor, where applicable, will not discriminate against any
employee or applicant for employment because of age, race, creed, color, national
origin, ancestry, marital status, or sex. The contractor will take affirmative action to
ensure that such applicants are recruited and employed, and that employees are
treated during employment, without regard to their age, race, creed, color, national
origin, ancestry, marital status or sex. Such action shall include, but not be limited
to the following: employment, upgrading, demotion, or transfer; recruitment or
recruitment advertising; layoff or termination; rates of pay or other forms of
compensation; and selection for training, including apprenticeship. The contractor
agrees to post in conspicuous places, available to employees and applicants for
employment, notices to be provided by the Public Agency Equal Employment
Opportunity Officer setting forth provisions of this non-discrimination clause.
2)
The contractor or subcontractor, where applicable, will in all solicitations or
advertisements for employees placed by or on behalf of the contractor, state that all
qualified applicants will receive consideration for employment without regard to age,
race, creed, color, national origin, ancestry, marital status or sex.
3)
The contractor or subcontractor, where applicable, will send to each labor union or
representative of workers with which it has a collective bargaining agreement or
other contract or understanding, a notice, to be provided by the Public Agency Equal
Employment Opportunity Officer advising the labor union or worker's representative
of the contractor's commitments under this act and shall post copies of the notice in
a conspicuous place available to employees and applicants for employment.
4)
The contractor or subcontractor, where applicable, agrees to comply with any
regulations promulgated by the Treasurer pursuant to P.L. 1975, c 127, as amended
and supplemented from time-to-time.
5)
When hiring workers in each construction trade, the contractor or subcontractor
agrees to attempt in good faith to employ minority workers in each construction trade
consistent with applicable employment goal prescribed section 7.3 of said regulation;
provided however, that the Affirmative Action Office may, in its discretion, exempt
a contractor or subcontractor from compliance with the good faith procedures
prescribed by the following provision 1, 2 and 3 as long as the Affirmative Action
Office is satisfied that the contractor is employing workers provided by a union
which provides evidence, in accordance with standards prescribed by the Affirmative
Action Office, that its percentage of active "card carrying" members who are
minority workers is equal to or greater that the applicable employment goal
prescribed by section 7.3 of the regulations promulgated by the treasurer pursuant to
P.L. 1975, c. 127,
--- Document: Notice for ESP Third Party Verification Bid ---
Notice
Request for Proposals/Qualifications
Independent Third Party Verification of an
Energy Savings Plan
for the Township of Gloucester
The Township of Gloucester (“Township”) is seeking proposals from qualified firms for the
Independent Third Party Verification of an Energy Savings Plan (“ESP”) for various Gloucester
Township and Black Horse Pike Regional School District (the “District”) Facilities pursuant to
the Act authorizing public entities to implement energy savings improvement programs (P.L.
2009, c. 4, referred to herein as, “the Act”).
The Township and the District have participated in the Local Government Energy Audit Program
through the Board of Public Utilities (“BPU”), have received a completed Energy Audit of the
facilities and are in the process of developing an Energy Savings Plan (the “Plan”). The selected
provider will be required to review the Plan, provide independent third party verification of that
the calculation were made in accordance with BPU protocols, ensure all required elements of the
Plan are covered and certify the same, all in accordance with the Act and the guidance provided
in NJ Department of Community Affairs, Division of Local Government Services, Local Finance
Notices 2009-11 and 2011-17, as either may be amended or restated from time to time.
The calculations of energy savings must be made in accordance with protocols for such
calculation adopted by the BPU. The calculations shall include all applicable State and federal
rebates and tax credits, but shall not include the cost of an energy audit and the cost of verifying
energy savings.
Each bidder must be listed or qualified by the State Division of Property Management and
Construction (“DPMC”) and a copy of DPMC consultant prequalification approval must be
submitted with the proposal requested herein. Proposals shall include a schedule of hourly rates
in addition to a lump sum for the proposed work. Proposals shall also include a summary of
relevant experience on similar clean energy and energy efficiency projects and at least three
references.
Proposals are due in the Gloucester Township Office of the Clerk, at the Gloucester Township
Municipal Building, 1261 Chews Landing Road, Gloucester Township, New Jersey 08021 no
later than Tuesday, February 26, 2014 at 11:00 a.m. EDT.
--- Document: RFP for Professional Grant Consulting Services Community Development Block Grant/Home Programs ---
REQUEST FOR PROPOSALS FOR
PROFESSIONAL GRANT CONSULTING SERVICES
COMMUNITY DEVELOPMENT BLOCK GRANT/
HOME PROGRAMS
PROPOSALS ARE DUE ON OR BEFORE:
February 26, 2014
BY 11:00 AM
Send Responses to:
Township of Gloucester
Office of the Township Clerk
Rosemary DiJosie
1261 Chews Landing Road
P.O. Box 8
Blackwood, NJ 08012
REQUEST FOR PROPOSALS FOR PROFESSIONAL GRANT
CONSULTING SERVICES
COMMUNITY DEVELOPMENT BLOCK GRANT/HOME PROGRAMS
CONTRACT TERM: MARCH 1, 2014 THROUGH DECEMBER 31, 2014
1.0 PURPOSE
The Township of Gloucester is seeking proposals from qualified consultants for the
provision of technical assistance in the following aspects of the Community Development
Block Grant Program and HOME Program (“Programs”):
SCOPE OF SERVICES: The Consultant shall, as authorized, undertake the necessary
analyses, applications and related activities to accomplish the following activities:
I. GENERAL ADMINISTRATION - CONSULTANT SERVICES
A. Consultant agrees to provide general assistance and recommendations to the
Township and its administrative agents in matters relating to the administration
and execution of its Community Development Block Grant and HOME Programs,
as well as other CDBG related programs, including the Housing Rehabilitation
Program, the Public Facilities Program, staff training, internal project file
monitoring, CHDO Project planning, implementation services and project activity
support
B. Meet weekly with staff of the Office of Community Development to review
program progress and program regulations.
II. 2012 and 2013 ANNUAL ACTION PLANS
A. Provide assistance in compiling eligibility documentation in accordance with
HUD regulations for 2012 and 2013 funded projects, including National
Objective determinations
B. Provide assistance in preparing for Department of Housing & Urban
Development program monitoring of CDBG & HOME projects, including the
Housing Rehabilitation Loan Program
C. Provide assistance with updates to the IDIS system to ensure all projects
include required activity descriptions, locations, and beneficiaries
D. Provide assistance in preparing a written procedures manual outlining
implementation procedures for submittal to HUD at project monitoring
E. Provide assistance in the preparation of a system of reporting and
recordkeeping that includes the periodic updating of data in the IDIS and the
establishment and maintenance of activity records sufficient to demonstrate that
each activity meets the regulatory requirements of the CDBG program
III. 2014 ANNUAL ACTION PLAN
The consultant will assist in the preparation of the Annual Action Plan consisting of the
following information, to be submitted using the most up to date version of the CPMP
Tool in accordance with instructions prescribed by HUD.
A. General:
Executive Summary ; General Questions; Managing the Process; Citizen
Participation; Institutional Structure; Monitoring; Lead-based Paint
B. Housing
Specific Housing Objectives; Needs of Public Housing; Barriers to Affordable
Housing; HOME
C. Homeless
Specific Homeless Prevention Elements
D. Community Development
Community Development; Antipoverty Strategy
E. Non-Homeless Special Needs Housing
Non-Homeless Special Needs; Housing Opportunities for People with AIDS
F. Project Activity Forms
Consultant will complete individual Activity Forms in the CPMP Tool for each
activity to be undertaken.
G. Forms and Certifications, including Standard Forms (424), Certifications,
Specific CDBG Certification, Specific HOME Certification and Appendix to
Certifications.
H. Description of the Consultation and Citizen Participation Process
IV. 2014 ENVIRONMENTAL REVIEW RECORD
The Consultant shall prepare an Environmental Review Record for the community
acceptable for HUD approval and release of Community Development Program funds.
TheEnvironmental Review Record will include, as applicable:
A. A description of the project to which it relates.
B. Documentation showing each step in the Environmental Review process as
follows:
1. Determination of existing conditions;
2. Identification of environmental impacts;
3. Examination of identified impacts;
4. Consideration of project modification;
5. Consideration of alternative projects.
C. Documentation that the findings have been made and are supported by the
Environmental Review Record.
D. Documentation that the required steps in the Environmental Review process
have been followed.
E. Description of the existing environmental conditions.
F. A copy of the publication of Notice of Request for Release of Funds.
G. A copy of the Request for Release of Funds.
H. The Consultant may meet with the community’s Certifying Officer to review
the Environmental Review Record prior to the Certifying Officer executing the
Environmental Certification.
V. 2013 CONSOLIDATED ANNUAL PERFORMANCE AND EVALUATION
REPORT
The Consultant shall prepare the Consolidated Annual Performance and Evaluation
Report (CAPER) for the community acceptable for HUD approval including the
following:
A. General
1. Executive Summary
2. General Questions
3. Managing the Process
4. Citizen Participation
5. Institutional Structure.
6. Monitoring
7. Lead-based Paint
B. Housing
1. Housing Needs
2. Specific Housing Objectives
3. Public Housing Strategy.
4. Barriers to Affordable Housing
5. HOME
C. Homeless
1. Homeless Needs
2. Specific Prevention Elements
D. Non-Homeless Special Needs Housing
1. Non-Homeless Special Needs.
E. Community Development
1. Community Development
2. Antipoverty Strategy
VI. PROGRAM INCOME DOCUMENTATION
A. Provide assistance with documentation of use of Program Income in
accordance with HUD regulations
VII. PUBLIC NOTICE DOCUMENTATION
A. Provide assistance with compliance with public notice documentation in
accordance with HUD regulations
VIII. HUD PROJECT MONITORING
A. Provide assistance in preparation for and attend 2013 HUD Project
Monitoring.
B. Assist with preparation of responses, as needed, to Findings and Concerns
noted in HUD Project Monitoring.
2.0 TIME OF PERFORMANCE
All services of the consultant shall be completed in accordance with timing requirements
of the program and the directives of HUD. The period of this contract will be ten (10)
months from March 1, 2014 to December 31, 2014.
3.0 PROPOSAL REQUIREMENTS
3.1 The consultant shall provide to the Township the name or names of employees that
will be assigned to service the Township of Gloucester account. Said employee(s) must
have a minimum of five (5) years' experience in the Community Development Block
Grant and HOME Programs and related State and Federal community and economic
development programs. Examples of work completed by the assigned employee(s) must
be listed as part of the proposal. A list of clients that said employee(s) service must be
submitted with name and address of said clients furnished so that they may be contacted
for verification of the employee's credentials and ability to perform.
The consultant shall also provide to the Township a list of communities and grants in
which they have been successful for housing and urban development, environmental
preservation and planning assistance, with particular emphasis on New Jersey
communities.
3.2 Description of any other factors the proposing party believes is relevant to its ability
to provide the Township of Gloucester with superior service.
3.3 Proof of Professional Liability Insurance maintained.
4.0 DATA TO BE FURNISHED TO CONSULTANT
The Township shall provide the Consultant with information and documentation which
the Consultant may require to render properly the services provided for in this
Agreement. Such information or documentation may include planning, economic and
engineering studies, reports or analyses; codes and ordinances; environmental
assessments; property appraisals; capital improvement and other development plans and
programs; data on housing conditions; and current community development activities,
maps, correspondence and other pertinent materials.
5.0 BASIS FOR AWARD OF AGREEMENT FOR PROFESSIONAL SERVICES
The Township shall award all professional service contracts or agreements based on
qualification, merit and cost competitiveness. Selection criteria will include:
a. Qualifications of the individual or firms who will perform the service or
activity.
b. Experience and references.
c. Ability to perform the service or activity in a timely fashion, including staffing
and the staff's familiarity of the service or activity.
Respondents shall clearly mark their submittal package with the title of this RFP
and the name of the responding firm, addressed to the Township Clerk. The original
proposal shall be marked to distinguish it from the copies.
Respondents are required to submit their expressions of interest, qualifications and
experience.
One (1) original and three (3) copies of the Proposal, INCLUSIVE OF ALL
information must be provided to the Township's Purchasing Agent. Proposals must be
received by 11:00 AM February 26, 2014. Any proposals received after said opening
whether by mail or otherwise, will be returned unopened. It is recommended that each
proposal package be hand delivered. The Township assumes no responsibility for delays
in any form of carrier, mail, or delivery service causing the proposal to be received after
the above-referenced due date and time. Submission by fax, e-mail or telephone is NOT
PERMITTED. Delivery of a proposal to any other Township of Gloucester Department
or office is not acceptable and may result in your bid arriving late in the Clerk’s Office. It
is the bidder's responsibility to make sure the proposal is delivered to the proper office as
listed above.
The Township of Gloucester reserves the right to reject any proposal that misses the
specified deadline.
Only those RFP responses received prior to or on the submission date & time will be
considered.
Proposal Opening:
There will not be a public opening for the Request for Proposal. Submission received, by
the date and time of closing, will be opened administratively by respective members of
the Township at a time subsequent to the closing.
d. Cost Competitiveness.
All awards are subject to availability of funds.
6.0 PROCEDURE FOR EVALUATION OF RFP'S
The Township's RFP/RFQ Review Subcommittee will evaluate each submission and
selectionwill be made upon the basis of the criteria listed below:
a. All proposals shall be evaluated for: 1) compliance with the minimum
requirements stated in the RFP and 2) the relative benefits and deficiencies of the
proposal as compared to other proposals.
b. After an initial screening process, a technical question and answer conference
or interview may be conducted, if deemed necessary by the Township, to clarify
or verify the firm's proposal and to develop a comprehensive assessment of the
proposal.
c. The Township reserves the right to consider historic information and fact,
whether gained from the proposal, question-and-answer conferences, references,
or any other source, in the evaluation process.
7.0 PROPOSAL SUBMISSION INFORMATION
Submission Date and Time:
February 26, 2013 – 11:00 am
Submission Office:
Township of Gloucester, Township Clerk’s Office
--- Document: Public Notice to bidders for Cherrywood Road Improv. Program ---
NOTICE TO BIDDERS
PUBLIC NOTICE IS HEREBY GIVEN that sealed bids will be received by the Township of
Gloucester for the Cherrywood Road Improvement Program Phase 3 2103 CDBG Funded in the
Township of Gloucester, Camden County, New Jersey. Project is being funded through Community
Development Block Grant funds. Women-Owned businesses and Minority-Owned businesses are
encouraged to apply.
Bid forms, contracts and specifications are on file at the office of Remington and Vernick Engineers, 232
Kings Highway East, Haddonfield, New Jersey 08033.
Said Bids will be received, opened and read aloud in public at the Township of Gloucester, 1261 Chews
Landing Road, P.O. Box 8, Blackwood, Camden County, New Jersey on Tuesday, January 28, 2014, at
10:00 AM, prevailing time.
Copies of the bid forms, contracts and specifications may be obtained from said Remington and Vernick
Engineers, by prospective bidders upon request, upon payment of the sum of $50.00 for each set.
PAYMENT MUST BE RECEIVED PRIOR TO OBTAINING SAID SPECIFICATIONS, EITHER BY
MAIL OR IN PERSON.
NO BIDS ARE TO BE DROPPED OFF AT THE ENGINEER’S OFFICE.
The Township of Gloucester reserves the right to consider the bids for sixty (60) days after the receipt
thereof, and further reserves the right to reject any or all bids, either in whole or in part and also to waive
any informality in any and make such awards or take action as may be in the best interest of the
Township of Gloucester.
Bids must be on the bid form prepared by Remington and Vernick Engineers, in the manner designated
therein and required by the specifications, must be enclosed in sealed envelopes bearing the name and
address of the bidder on the outside and also bearing on the outside reference to the particular work bid
upon. Said bids shall be addressed to Rosemary DiJosie, Clerk, Township of Gloucester, P.O. Box 8,
Blackwood, New Jersey 08012.
Each bid shall be accompanied by a certified check, cashier’s check or bid bond duly executed by the
bidder as principal and having as surety thereon a surety company approved by the Township of
Gloucester in an amount not less than ten percent (10%) but in no case in excess of $20,000.00 of the
amount bid. Any such bid bond shall be without endorsement or conditions. Bid shall also be
accompanied by a certificate letter from a surety company stating that it will provide the bidder with the
completion bond.
The award of the contract shall be made subject to the necessary moneys to do the work being provided
by the Township of Gloucester in a lawful manner. The contract to be executed by the successful bidder
will provide that it shall not become effective until the necessary moneys to do the work have been
provided by the Township of Gloucester in a lawful manner. The award shall further be subjected to the
securing of necessary State, Federal or Local permits governing the work.
Bidders are required to comply with the requirements of N.J.S.A. 10:5-31 et. seq., N.J.A.C. 17:27
(Affirmative Action), P.L. 1963. C150 (New Jersey Prevailing Wage Act), and Americans with
Disabilities Act of 1990 (42 U.S.C. 12101, et.seq.).
The contractor is further notified that he must comply with P.L. 1977, c. 33, and submit a Disclosure
Statement listing stockholders with his bid.
The contractor is further notified that he must comply with N.J.S.A. 34:11-56.48 et seq. Public Works
Contractor Registration Act and he and any subcontractors must be registered in accordance with the act.
The contractor is also further notified that he must comply with N.J.S.A. 52:32-44 and submit proof of
business registration and submit proof of business registration for any named subcontractors in
accordance with the act.
By Order of the Mayor & Council
Township of Gloucester
Camden County, New Jersey
Dated: January 8, 2014
--- Document: RFP for Excess Workers Comp 2014 ---
REQUEST FOR PROPOSAL
FOR REINSURANCE OF
EXCESS WORKERS’ COMPENSATION
PREPARED BY:
TOWNSHIP OF GLOUCESTER
P. O. Box 8
Blackwood, N. J. 08012
RFP:
ADM. 12-02
ISSUED:
December 4, 2013
DUE DATE: December 18, 2013
REQUEST FOR PROPOSALS FOR REINSURANCE OF
EXCESS WORKERS’ COMPENSATION
----------------------------------------------------------------------------------------------------------------
PART I
1.0
PURPOSE
The reason for this Request for Proposals is to obtain competitive proposals for:
The Township of Gloucester for Excess Workers’ Compensation. Required coverage is
for all eligible Township of Gloucester and Gloucester Township Municipal Utilities
Authority employees who are eligible to receive Workers' Compensation Benefits.
This Request for Proposals does not constitute a bid. The Township intends to award this
contract pursuant to N.J.S.A. 40A: 11-5 (1) (m).
2.0
BACKGROUND INFORMATION
Historical loss and payroll information can be obtained by contacting Thomas C. Cardis,
BA, Township of Gloucester 856-228-4000
3.0
COMPLIANCE WITH LAWS
The successful firm shall comply with all applicable federal, state and local statutes,
rules and regulations.
4.0 SUBMISSION OF PROPOSALS
Two (2) copies of the Proposal, INCLUSIVE OF ALL INFORMATION required in Part II
Proposal Requirements, must be provided to the Township Clerks Office, Township of
Gloucester, 1261 Chews Landing Road, P. O. Box 8, Blackwood, N. J. 08012.
Proposals are scheduled to be opened on Wednesday, December 18, 2013 at 11A.M.
Any proposals received after said opening whether by mail or otherwise, will be returned
unopened. Proposals should be provided in a sealed envelope with the title of the
RFP Workers' Comp. clearly marked on the outside. It is recommended that each
proposal package be hand delivered. The Township assumes no responsibility for delays
in any form of carrier, mail, or delivery service causing the proposal to be received after the
above referenced due date and time. Submission by fax or telephone is NOT
PERMITTED.
Each set of proposals must have a cover sheet, duly signed with corporate seal impressed, if
applicable. By execution of this cover sheet, offeror acknowledges that he/she has read
this Request for Proposals, understands it, and agrees, to be bound by its terms and
conditions.
Final selection of firms shall be made by the Township of Gloucester by formal resolution.
4.1
Addenda/Supplements to Request for Proposals.
If it becomes necessary to revise any part of this Request For Proposals, or if additional
information is necessary to enable an exact interpretation of provisions of this Request
for Proposals, revisions will be provided to all firms who receive or request this
Request for Proposals.
5.0
INDEMNIFICATION
The selected firm shall defend, indemnify and hold harmless the Township, its officers,
agents and employees from any and all claims and costs of any nature whether for
personal injury, property damage or other liability arising out of or in any way
connected with the firm's negligent acts or omissions under this agreement.
6.0
MISCELLANEOUS REQUIREMENTS
1.
Gloucester Township will not be responsible for any expenses incurred by any firm
in preparing and submitting a proposal. All proposals shall provide a
straightforward, concise delineation of the firm's capabilities to satisfy the
requirements of this Request for Proposals. Emphasis should be on completeness
and clarity of content.
2.
The contents of the proposal submitted by the successful firm and this Request for
Proposals, your response thereto, or both, in whole or in part, may become part of
the contract for these services. The successful firm will be expected to sign said
contract with the Township of Gloucester.
3.
All offerors are required to provide complete information as requested in the
Request for Proposals, to permit evaluation by the Selection Committee.
4.
Gloucester Township reserves the right to make on-site visitations to assess the
capabilities of individual offerors and to contact references provided with the
proposal.
5.
The Township's Business Administrator may arrange for discussions with offerors
submitting proposals, if required, for the purposes of obtaining additional
information or clarifications.
6.
The Township's Business Administrator and using agency shall, at all times, have
access to the work being performed under this contract wherever it may be in
progress or preparation.
7.
No services for which an additional cost be charged by the contractor(s) shall be
furnished without an authorizing resolution of the Township Council of the
Township of Gloucester.
8.
The Township of Gloucester reserves the right to reject any and all proposals
received by reason of this Request for Proposals, or to negotiate separately in any
manner necessary to serve the best interests of Gloucester Township. Firms
whose proposals are not accepted will be notified in writing.
9.
Any selected firm is prohibited from assigning, transferring, conveying, subletting
or otherwise disposing of this agreement or its rights, title, or interest therein or its
power to execute such agreement to any other person, company or corporation
without the previous consent and approval in writing by the Township of
Gloucester.
10.
The firm shall be required to comply with the requirements of P.L. 1995, C.127
(see attached affirmative action language) and submit an employee information
report or certificate of employee information report approval. This requirement will
be addressed upon execution of agreement.
11.
As required by N.J.S.A. 40A:11-15, our contract for services is subject to the
availability and appropriation of sufficient funds for this purpose in each year in
which any agreement authorized hereby is in effect.
12.
The underwriting information contained herein is believed to be accurate, but
cannot be warranted as such. It is incumbent upon each proposer to make such
inquiries relative to exposures as necessary to present a firm quotation. The
Township of Gloucester shall not be held liable for errors or omissions contained
herein.
13.
It is assumed that all insurers will have made such investigations or inspections as
required to be fully informed as to the intent and character of the exposures to be
covered. No proposal will be accepted if made on a "subject to inspection" basis.
14.
Brokers are requested to specify the method of premium payment on all policies.
Interest free monthly payment plans are desired.
15.
The offeror and the insuring company must be licensed and authorized to transact
business in the State of New Jersey. Non-admitted carriers shall be considered if
the proposal is submitted by a licensed excess and surplus lines broker.
16.
Any notice required herein given to the Township shall be given to: Thomas C.
Cardis, Business Administrator, Township of Gloucester, P. O. Box 8, Blackwood,
N. J. 08012.
7.0
EVALUATION OF PROPOSALS:
SELECTION FACTORS QUALIFICATIONS
The RFP Committee will independently evaluate each submission and selection will be
made upon the criteria listed below:
1.
Proven record of experience in providing services/policies detailed herein.
2.
Ability to provide services/policies in a competent and timely manner.
3.
Personnel qualifications (Resumes of key personnel who will be responsible for the
work.)
4.
References (satisfaction of other clients)
5.
Overall completeness, clarity and quality of submission.
6.
Substantive nature of services/policies as proposed.
7.
Acceptability of proposed Administrator by the proposed re-insurer.
8.
Cost of services (i.e., price proposal)
THIS REQUEST FOR PROPOSALS DOES NOT CONSTITUTE A BID. THE
TOWNSHIP INTENDS TO AWARD THIS CONTRACT PURSUANT TO N.J.S.A.
40A:11-5(1)(m).
PART II
PROPOSAL REQUIREMENTS
Offerors are requested to propose Services for Excess Workers' Compensation for the
Township of Gloucester.
FORMAT
To assure consistency, responses must conform to the following format:
COVER LETTER
TABLE OF CONTENTS
SECTION
PHASE I
PHASE II
A. Scope of Service
A. Fees
B. Resume
B. Form of Contract
C. Facilities
D. Conflicts of Interest
E. Other Information
All sections are to be addressed and specifically referenced.
The following explains what we expect in each of the major sections.
PHASE I
SECTION A -1 - SCOPE OF SERVICES - EXCESS INSURANCE
The Township of Gloucester is requesting a quotation for excess of Self-Funded Statutory
Workers' Compensation. A specimen copy of each policy exactly as to be written including all
endorsements must be submitted.
1.
All parties submitting a proposal for the insurance coverage must provide a quote on a
policy with the following specifications:
.
Statutory New Jersey Workers' Compensation coverage.
.
Employers Liability at $1,000,000 per occurrence.
.
Subject to a self-insured retention of $500,000.00
.
Include "volunteers" as insured.
.
Optional "Cash Flow" endorsement
2.
The name insured on all policies shall read as follows: "The Township of Gloucester,
its Officials, Agents and Employees".
RFP WORKERS’ COMPENSATION
ATTACHMENT A
1.
The specific Excess Workers' Compensation policy will insure the Township for Statutory
Workers' Compensation in excess of $500,000 Self Insured Retention per occurrence for any
individual accident or catastrophe, and a $1,000,000 limit for Employer's Liability. Further such
policy shall have an A.M. Best rating of not less than A-VIII.
2.
In the event the same respondent to this RFP provides both the administration services
and the reinsurance, and the policy of insurance is canceled by the excess insurance
carrier during the pendency of this contract, then the effective date of the cancellation of
that insurance shall be the effective date of the cancellation of this contract, unless the
administrator
procures
a
replacement
policy
of
excess
insurance
providing
the
Township with a coverage at least equal to the limits herein above set forth.
SECTION B - RESUME
This section shall address areas as outlined:
1.
Name and address of your firm and the corporate officer authorized to execute
agreements.
2.
Briefly describe your firm's history, ownership, organizational structure, location of its
management, and licenses to do business in the State of New Jersey.
3.
Describe in general your firm's regional, statewide, and local service capabilities.
4.
Provide and identify the names, experience, qualifications, and applicable licenses held
by the individual primarily responsible for servicing the Township and any other
person(s) whether as employees or subcontractors, with specialized skills that would be
assigned to service the Township.
5.
Provide a listing of local governmental clients with which you have similar contracts;
include the name, address and telephone number of the contact person.
6.
Provide your firm's insurance coverage as set forth in Part I, Section 5 of this RFP.
7.
Provide a statement of assurance to the effect that your firm is not currently in violation
of any regulatory rules and regulations that may have an impact on your firm's
operations.
SECTION C - FACILITIES
This section should address areas as outlined:
1. OFFICE LOCATIONS
a..
For your firm's facilities which are located closest to Gloucester Township,
New Jersey provide:
(a) The Location
(b) Firm personnel assigned to this location.
(c) The activities of the firm performed at this location.
b.
For those facilities and activities located elsewhere, please explain the
activities performed elsewhere and why these are best performed at a
different office. Firms where all activities are performed at one location
should leave this paragraph blank.
SECTION D - CONFLICT OF INTEREST
This section should disclose any potential conflicts of interest that the firm may have in
performing these services for Gloucester Township.
SECTION E - OTHER INFORMATION
This section is for any further pertinent data and information not included elsewhere in the
RFP and found necessary by your firm.
--- Document: RFQs for Professional Services ---
SCHEDULE “A”
1.
PROFESSIONAL SERVICES CONTRACTS TO BE AWARDED BY
ESTABLISHED QUALIFICATION CRITERIA
The Township of Gloucester solicits statements of qualifications for applicants for appointment
to the following professional positions. Responses should address the general criteria and
mandatory minimum criteria for the positions sought. All responses will be treated as
confidential and reviewed only by the governing body, unless otherwise required by law.
Responses must be received in the Office of the Township Clerk, P.O. Box 8, 1261 Chews
Landing Road, Blackwood, NJ 08012, no later than 12:00 PM Wednesday December 11, 2013.
The Township requires two copies of each response as well as one response on disc. All
responses shall be opened and announced publicly, immediately thereafter by the Township
Clerk or her representative. Responses will be reviewed by the governing body. All
appointments will be announced at a public meeting. Unless otherwise noted appointments shall
be for the calendar year of 2014 and subject to the execution of an appropriate contract.
ATTORNEY/ DIRECTOR DEPARTMENT OF LAW
GENERAL CRITERIA: The Township of Gloucester desires to appoint an attorney to serve as
the Director of the Department of Law. Applicants should demonstrate knowledge and
experience in the representation of municipal government, and any experience or knowledge of
matters that directly affect the Township of Gloucester.
MANDATORY MINIMUM REQUIREMENTS:
1. Must be licensed to practice law in the State of New Jersey and be eligible to appear
before all state and federal courts and administrative agencies of the State of New Jersey,
for a period of not less than ten (10) years preceding appointment.
2. Must have a minimum of ten (10) years’ experience representing municipal government.
3. Must demonstrate the ability to serve as legal advisor to the Mayor and Township
Council in legal matters, attend meeting of Township Council and Department Heads and
as may be required from time to time, an ability to draft legal documents, contracts,
ordinances, resolutions and represent the Township in legal and administrative
proceeding in which the Municipality or any municipal employee may be a party or have
an interest.
4. Must demonstrate an ability to supervise department staff and other attorneys serving
within the divisions of the Department of Law.
MUNICIPAL ARCHITECT
GENERAL CRITERIA: The Township of Gloucester may from time to time appoint an
architect to provide general services relative to architect projects as determined by the Township
municipalities in New Jersey. Any experience or knowledge of matters directly affecting
architectural work in the Township of Gloucester should be addressed.
MANDATORY MINIMUM REQUIREMENTS:
1.) Must have a minimum of five (5) years experience in architect work in the state of New
Jersey.
2.) Must have prior experience providing architect work in New Jersey municipalities.
3.) Any experience in matters involving the Township of Gloucester will be considered and
must be explained.
4.) Must maintain a bona fide principal office in the state of New Jersey.
ENERGY CONSULTANT
GENERAL CRITERIA: The Township of Gloucester desires to appoint a consultant
responsible for the coordination of various professional disciplines relating to energy
efficiency projects in the Township as needed and to provide general advice relative to
energy conservation initiatives. Applicants should demonstrate knowledge and experience in
energy consulting and its application in municipalities in New Jersey. Any experience
involving municipalities in Camden County should be addressed. Any experience or
knowledge of matters directly affecting energy projects in the Township of Gloucester should
be addressed.
MANDATORY MINIMUM REQUIREMENTS:
1. Must have a minimum of two (2) years experience providing consulting services to
municipal governments in New Jersey relative to energy consultant work.
2. Must have prior experience obtaining grants and loans for municipal energy projects.
3. Must have prior experience and knowledge concerning general administration of public
entities.
4. Must maintain a bonafide principal office in the State of New Jersey.
5. Must list all past and present municipal clients.
SOLICITOR - ZONING BOARD
GENERAL CRITERIA: The Township of Gloucester desires to appoint a zoning board
attorney. Applicants should demonstrate knowledge of general New Jersey municipal zoning
law, New Jersey redevelopment law and municipal contract law. Any experience or knowledge
of matters directly affecting the Township of Gloucester should be addressed.
MANADATORY MINIMUM REQUIREMENTS:
1. Must be licensed to practice law in the State of New Jersey for a period of not less than
ten (10) years preceding the proposed appointment, and eligible to appear before all state
and federal courts in New Jersey, as well as New Jersey administrative agencies and the
Office of Administrative Law.
2. Must have a minimum of seven (7) years experience in the general representation of
municipal zoning boards.
3. Must list past and present municipal zoning boards represented.
4. Must maintain a bonafide principal office in the State of New Jersey.
5. Must have sufficient support staff available to provide all general legal services required by
the Township including, but not limited to, legal research, preparation of resolutions,
preparation of ordinances, preparation of contracts and other legal documents.
ZONING BOARD ENGINEERS
GENERAL CRITERIA: The Township of Gloucester desires to appoint a firm or firms to
provide zoning board engineering services to the Township. Applicants should demonstrate
knowledge and experience with respect to all aspects of zoning engineering services required by
a municipal entity. Any experience or knowledge of matters that directly affect the Township of
Gloucester should be addressed.
MANDATORY MINIMUM REQUIREMENTS:
1. Must be certified to provide engineering services in the State of New Jersey
2. Must have a minimum of ten (10) years experience in providing services to municipal
zoning boards
3. Must be experienced in obtaining permits and approvals from various state, county and
local regulatory agencies.
4. Must maintain a staff of New Jersey licensed or certified professionals sufficient to
service the Township of Gloucester including, but not limited to; civil engineers, land
surveyors, planners, environmental scientists and construction administrators.
5. Must maintain a principal office location in close proximity to Gloucester Township so as
to be able to respond to emergent matters promptly.
6. Must have project managers with at least fifteen (15) years of municipal experience.
7. Must list past and present municipalities served as Zoning Board Engineer
ENGINEER – STREETS
GENERAL CRITERIA: The Township of Gloucester desires to appoint a firm or firms to
provide engineering for street improvement services to the Township. Applicants should
demonstrate knowledge and experience with respect to all aspects of engineering services
required by a municipal entity. Any experience or knowledge of matters that directly affect the
Township of Gloucester should be addressed.
MANDATORY MINIMUM REQUIREMENTS:
1. Must be certified to provide engineering services in the State of New Jersey.
2. Must have a minimum of ten (10) years experience in providing consulting services to
municipalities including demonstrated experience with road programs and land surveying
and mapping projects.
3. Must be experienced in obtaining permits and approvals from various state, county and
local regulatory agencies with specific experience related to waterfront development
permits and Brownfield sites preferred.
4. Must maintain a staff of New Jersey licensed or certified professionals sufficient to
service the Township of Gloucester including, but not limited to: civil engineers, land
surveyors, planners, environmental scientists and construction administrators.
5. Must maintain a principal office location in close proximity to Gloucester Township so
as to be able to respond to emergent matters promptly.
6. Must be experienced in the preparation of grant applications.
7. Must have project managers with at least fifteen (15) years of municipal experience.
8. Must list past and present municipalities served as Engineer.
MUNICIPAL LABOR COUNCIL
GENERAL CRITERIA: The Township of Gloucester desires to appoint an attorney or firm
who will be the Township’s primary representative in all matters relating to labor relations.
Applicants should demonstrate knowledge of and experience in the representation of public
employers. Any experience or knowledge of matters that directly affect the Township of
Gloucester should be addressed.
MANDATORY MINIMUM REQUIREMENTS:
1. Must be licensed to practice law in the State of New Jersey and eligible to appear before
all state and federal courts and administrative agencies of the State of New Jersey for a
period of not less than ten (10) years preceding appointment.
2. Must have a minimum of ten (10) years experience representing public employers in
labor relation matters.
3. Must have sufficient support staff to provide all services required by the Township
including, but not limited to, legal research, preparation of legal memoranda, contracts
and other legal documents.
4. Must maintain a bonafide principal office in the State of New Jersey.
5. Must list past and present public employers represented as Labor Counsel.
MUNICIPAL BOND COUNSEL
GENERAL CRITERIA: The Township of Gloucester desires to appoint an attorney or firm
who will be the primary legal representative of the Township in all matters relating to the
issuance of public debt instruments including bonds and bond anticipation notes of the
Township. Applicant should demonstrate knowledge of municipal bond and finance law. Any
experience or knowledge of matters that directly affect the Township of Gloucester should be
addressed.
MANDATORY MINIMUM REQUIREMENTS:
1. Must be licensed to practice law in the State of New Jersey and eligible to appear before
all state and federal courts and administrative offices of the State of New Jersey for a
period of not less than ten (10) years preceding appointment.
2. Must have a minimum of ten (10) years experience representing municipal entities in
connection with the approval of bond ordinances and the issuance of municipal bonds
and/or notes.
3. Must maintain a bonafide office in the State of New Jersey.
4. Must have sufficient support staff to provide all services required by the Township
including, but not limited to, the preparation of all documents necessary and incidental to
the issuance of bonds and other municipal obligations.
5. Must list past and present public entities represented as Bond Counsel.
MUNICIPAL AUDITOR
GENERAL CRITERIA: The Township of Gloucester desires to appoint a firm of certified
public accountants to act as municipal auditors for the Township of Gloucester. Applicant
should demonstrate knowledge of municipal auditing laws and regulations and experience in
providing advice to municipal entities on records compliance issues. Any experience or
knowledge of matters that directly affect the Township of Gloucester should be addressed.
MANDATORY MINIMUM REQUIREMENTS:
1. The firm must employ a minimum of two(2) certified public accountants who have been
licensed in that capacity for a period of not less than three(3) years each prior to the date
of appointments.
2. The firm must employ a minimum of one (1) registered municipal accountants licensed
and qualified in that capacity for a minimum of three (3) years each prior to the
appointment.
3. Must have a minimum of ten(10) years experience in providing auditing services to
Municipalities within the State of New Jersey.
4. Must maintain a current principal office within the State of New Jersey.
5. Must describe any special services available to municipal clients.
6. Must list all past and present municipal clients.
ENGINEER - STORM DRAINAGE
GENERAL CRITERIA: The Township of Gloucester desires to appoint a firm or firms to
provide engineering storm drainage services to the Township. Applicants should demonstrate
knowledge and experience with respect to all aspects of engineering services required by a
municipal entity. Any experience or knowledge of matters that directly affect the Township of
Gloucester should be addressed.
MANDATORY MINIMUM REQUIREMENTS:
1. Must be certified to provide engineering services in the State of New Jersey.
2. Must have a minimum of ten(10) years experience in providing consulting services to
municipalities including demonstrated experience with drainage improvement projects
sewer projects, utility upgrades and replacement land surveying and mapping projects.
3. Must be experienced in obtaining permits and approvals from various state, county and
local regulatory agencies with specific experience related to waterfront development
permits and Brownfield sites preferred.
4. Must maintain a staff of New Jersey licensed or certified professionals sufficient to
service the Township of Gloucester including, but not limited to: civil engineers, land
surveyors, planners, environmental scientists and construction administrators.
5. Must maintain a principal office location in close proximity to Gloucester Township so as
to be able to respond to emergent matters promptly.
6. Must be experienced in the preparation of grant applications.
7. Must have project managers with at least fifteen (15) years of municipal experience.
8. Must list past and present municipalities served as Engineer.
REDEVELOPMENT PLANNER/ARCHITECT
GENERAL CRITERIA: The Township of Gloucester may from time to time, appoint a planner
and/or architect to provide general advice relative to redevelopment initiatives and to undertake
such other tasks as may advance redevelopment initiatives as determined by the Township
Council. Applicants should demonstrate knowledge and experience in redevelopment planning
and/or redevelopment architect projects and such other areas that may be of application to assist
redevelopment initiatives in municipalities in New Jersey. Any experience involving
municipalities in Camden County should be addressed. Any experience or knowledge of matters
directly affecting redevelopment initiatives in the Township of Gloucester should be addressed.
MANDATORY MINIMUM REQUIREMENTS
1. Must have a minimum of ten (10) years experience in redevelopment planning and/or
architect work in the State of New Jersey.
2. Must have prior experience providing redevelopment planning and/or architect work in
New Jersey municipalities.
3. Must have prior experience and knowledge concerning general administration of public
entities.
4. Any experience in matters involving the Township of Gloucester will be considered and
must be explained.
5. Must maintain a bonafide principal office in the State of New Jersey.
MUNICIPAL PUBLIC DEFENDER
GENERAL CRITERIA: The Township of Gloucester desires to appoint an attorney at law who
will be the principal public defender for those who qualify for public defender services in the
Municipal court of the Township of Gloucester. Applicant should demonstrate knowledge and
experience in the defense of matters in the municipal courts of the State of New Jersey. Any
experience or knowledge of matters that directly affect the Township of Gloucester or its
municipal court should be addressed.
MANDATORY MINIMUM REQUIREMENTS:
1. Must be licensed to practice law in the State of New Jersey and eligible to appear before
all state and federal courts and administrative offices of the State of New Jersey for a
period of not less than ten (10) years preceding appointment.
2. Must have experience in the defense of persons before municipal courts of the State of
New Jersey.
3. Must have experience as a municipal public defender in the municipal courts of the State
of New Jersey.
4. Must maintain a bonafide principal office in the State of New Jersey.
MUNICIPAL COURT CHIEF PROSECUTOR
AND MUNICIPAL PROSECUTOR
GENERAL CRITERIA: The Township of Gloucester desires to appoint a chief prosecutor who
will be the chief legal representative of the State of New Jersey and the Township of Gloucester
in the prosecution of cases before the Municipal Court of the Township of Gloucester and to
appoint an additional prosecutor(s) who will serve at the direction of the chief prosecutor.
Applicants should demonstrate knowledge and experience in matters relating to prosecution
matters before the municipal courts of the State of New Jersey. Any experience or knowledge of
matters that directly affect the Township of Gloucester or its municipal court should be
addressed.
MANDATORY MINIMUM REQUIREMENTS:
1. Must be licensed to practice law in the State of New Jersey and eligible to appear before
all state and federal courts and administrative offices of the State of New Jersey for a
period of not less than ten (10) years preceding appointment.
2. Must have experience as a municipal court prosecutor.
3. Must provide a description of availability for municipal court sessions as scheduled in the
Township of Gloucester.
4. Must maintain a bonafide principal office in the State of New Jersey.
5. Must list other past and present municipal courts served as prosecutor.
SPECIAL COUNSEL, WORKERS COMPENSATION INSURANCE PLAN:
GENERAL CRITERIA: The Township of Gloucester desires to appoint a New Jersey licensed
attorney or a firm of attorneys to represent the Township of Gloucester in the administration of
its Workers Compensation Self-Insurance Plan, specifically to represent the Township of
Gloucester as an employer in the Courts of Workers compensation in the State of New Jersey.
Applicants are encouraged to submit information demonstrating particular knowledge relating to
the representation of self-insured municipal governments in workers compensation actions. Any
experience or knowledge of matters directly affecting the Township of Gloucester should be
addressed.
MANDATORY MINIMUM REQUIREMENTS:
1. Must be licensed to practice law in the State of New Jersey and eligible to appear before
all state and federal courts and administrative offices of the State of New Jersey for a
period of not less than ten (10) years preceding appointment.
2. Must have a minimum of ten(10) years experience representing respondents in workers
compensation actions.
3. Must have a minimum of ten (10) years experience in representing municipal
governments as respondents in New Jersey workers compensation actions.
4. Must maintain a bonafide office in the State of New Jersey.
5. Must list past and present public entities represented in worker’s compensation matters.
SPECIAL CONUNSEL – SPECIAL LITIGATION
GENERAL CRITERIA: The Township of Gloucester desires to appoint a New Jersey licensed
attorney or a firm of attorneys to represent the Township of Gloucester in the administration of
its Special Litigation, specifically to represent the Township of Gloucester in the Courts of the
State of New Jersey. Applicants are encouraged to submit information demonstrating particular
knowledge relating to special litigation. Any experience or knowledge of matters directly
affecting the Township of Gloucester should be addressed.
MANDATORY MINIMUM REQUIREMENTS:
1. Must be licensed to practice law in the State of New Jersey and eligible to appear before
all state and federal courts and administrative offices of the state of New Jersey for a
period of not less than ten (5) years preceding appointment.
2. Must have a minimum of ten (5) years experience representing respondents in special
litigation actions.
3. Must have a minimum of the (5) years experience representing municipal governments as
respondents in New Jersey special litigation.
4. Must maintain a bonafide office in the state of New Jersey.
5. Must list past and present public entities represented in special litigation.
MUNICIPAL LAND USE ATTORNEY
GENERAL CRITERIA: The Township of Gloucester may from time to time appoint a land use
attorney to provide general services relative to land use projects as determined by the Zoning
Board Attorney in municipalities in New Jersey. Any experience involving municipalities in
Camden County should be addressed.
MINIMUM REQUIREMENTS:
1. Must have a minimum of five (5) years experience as a land use attorney in the State of
New Jersey.
2. Must have prior experience providing land use legal work in New Jersey municipalities.
3. Must maintain a bonafide principal office in the State of New Jersey.
ECONOMIC DEVELOPMENT CONSULTANT
A
PURPOSE: The purpose of this Request for Proposals is to solicit interest from
qualified firms to provide professional economic development services to the Gloucester
Township Economic Development Corporation. A qualified firm will be selected
through a competitive, quality-based, fair and open process at the sole discretion of the
Township.
B
PROCEDURES FOR RESPONDING TO THIS REQUEST FOR PROPOSALS:
(1) Three (3) Copies of the proposal, inclusive of all information required at Section D
hereof, shall be provided. Proposals must be submitted to the Township of
Gloucester 1261 Chews Landing Road, Gloucester Township, NJ 08012 on or before
the deadline listed above. Any proposals received after said deadline, whether by
mail or otherwise, will be deemed non-responsive. No proposals will be accepted
after the date set forth above. Proposals must be submitted in a sealed envelope with
the name of the firm or individual submitting the proposal clearly marked on the
outside of the envelope. It is recommended that the proposal package be hand-
delivered. The Township assumes no responsibility for delays in any form of carrier,
mail, or delivery service causing the proposal to be received after the above-
referenced due date and time. Submission by fax, telephone, or e-mail is not
permitted. The Township Council shall seek and secure a recommendation from the
Gloucester Township Economic Development Corporation on the selection of the
most qualified firm for this service. The final selection shall be made in the sole
discretion of the Gloucester Township Council.
(2) All questions regarding this Request for Proposals should be made in writing to
Rosemary DiJosie, Township Clerk, Township of Gloucester, 1261 Chews Landing
Road, Laurel Springs, NJ 08021.
C
CRITERIA FOR EVALUATION OF PROPOSALS: The Gloucester Township
Economic Development Corporation will serve as the proposal review committee for this
request for proposals and shall provide a recommendation for the selection of the
consultant to the Gloucester Township Committee based upon the following criteria:
(1) Experience and reputation in the field of economic development;
(2) Knowledge of the economic conditions of the Township of Gloucester;
(3) Knowledge of the Township, its economic development programs, plans and
activities;
(4) Availability to attend required meetings and to meet with prospects and local
businesses;
(5) Compensation proposal;
(6) Compliance with the minimum qualifications established by the Gloucester Township
Economic Development Corporation and the Township for this service;
(7) Other factors determined to be in the best interest of the Township.
D
PROPOSAL REQUIREMENTS: The Township is requesting proposals for Economic
Development Consultant which shall include the following:
(1) Scope of Services
(2) Resume of the Firm
(3) Facilities
(4) Conflict of Interest Statement
(5) Compensation
SCOPE OF SERVICE - The Township is seeking a highly qualified and experienced
Economic Development firm to provide economic development planning, program management,
project development, marketing, financial structuring and communications for a comprehensive
economic development program that will create new employment opportunities, expand the
township tax base, assist on the planning and development of redevelopment areas and marketing
of the township to prospective businesses interest in location and expanding into and within the
Township.
RESUME – The responding firm shall include a resume of the principal that will provide the
services to the Township that includes the following:
(1) Name and address of your firm and the corporate officer authorized to execute
agreements;
(2) A brief description of your firm’s history, ownership, and organizational structure.
(3) A listing of the principal’s economic development experience, skills, training and
certifications:
(4) A listing of local governmental clients with which you have similar contracts; include
the name, address and telephone number of the contact person.
(5) A statement of your firm’s insurance coverage including general liability, automotive,
workers compensation at a minimum. A certificate of insurance will be required
evidences such coverage upon the execution of a contract.
(6) A statement of assurance to the effect that your firm is not currently in violations of
any regulatory rules or regulations that may have an impact on your firm’s operations.
Conflict of Interest – Disclosure of any potential conflicts of interest that the firm may
have in performing these services for the Township of Gloucester and/or the Gloucester
Township Economic Development Corporation
E
COMPLIANCE – In addition, all proposals shall with P.L. 177, c.33 requiring
submission of a statement of corporate ownership, N.J.S.A. 52:32-44 requiring
submission of a New Jersey Business Registration Certificate; and with P.L. 175,c.127
and N.J.A.C. 17:27-1 et seq., requiring compliance with Equal Employment Opportunity
and Affirmative Action Laws, and the proof of compliance therewith.
F
RESERVATION OF RIGHT: The Township reserves the right to reject any and all
proposals, in whole or in part, and to waive any immaterial defect or informality in any
proposal as may be permitted by law.
COMPUTER AND COMPUTER NETWORK CONSULTANT:
GENERAL CRITERIA: The Township of Gloucester desires to appoint a Computer and
Computer Network consultant who will facilitate the Township’s need to maintain Township
data and records via computer network systems. Applicants should demonstrate experience and
knowledge in the field of computers, operating systems and networking especially with existing
systems operating within the Township of Gloucester.
STANDARD REQUIREMENTS OF TECHNICAL PROPOSAL: Proposers should submit a
technical proposal which contains the following:
A.
The name of the proposer, the principal place of business and, if different, the
place where the services will be provided;
B.
The age of the proposer’s firm and average number of employees over the past
three years;
C.
The education, certifications, qualifications, experience, and training of all
persons who would be assigned to provide services along with their names and
titles;
D.
A listing of all other engagements where services of the types being proposed
were provided. This should include other Municipal governments and other
levels of government. Contact information for the recipients of the similar
services must be provided. The Township of Gloucester may obtain references
from any of the parties listed;
E.
A description of all other areas of expertise of the proposer, with emphasis on a
description of those services of interest to a county or municipal government
client;
F.
A detailed plan for providing the proposed services;
G.
Proof of professional liability insurance;
H.
Proof of any necessary professional license or certification from the State of New
Jersey for all professionals assigned to the engagement;
I.
Statement that the firm has Workers’ Compensation and Employer’s Liability
Insurance in accordance with New Jersey law;
J.
Statement that neither the firm nor any individuals assigned to this engagement
are disbarred, suspended, or otherwise prohibited from professional practice by
Any federal, state, or local agency;
K.
A description of the proposer’s office location and an explanation of the
proposer’s availability for meetings, conferences, training and emergency
response at the Township of Gloucester’s facilities.
L.
An Affirmative Action Statement;
M.
A completed Non-Collusion Affidavit;
N.
A completed Owner Disclosure Statement;
O.
A statement that the proposer will comply with the General Terms and Conditions
required by the Township of Gloucester and enter into the Township of
Gloucester’s standard Professional Services Contract;
P.
A copy of the Proposer’s Business Registration Certificate.
Q.
A representation that all services will be performed within the United States
of America;
R.
A statement that the respondent has read the Americans with Disabilities language
that is part of the documents attached hereto and agrees that the provisions
of Title II of the Act are made part of the contract. The contractor is
obligated to comply with the Act and hold the Township of Gloucester harmless.
SPECIALIZED REQUIREMENTS OF TECHNICAL PROPOSAL:
A.
The proposer shall perform management maintenance, and security of the
Township of Gloucester’s network infrastructure.
B.
The proposer shall identify and recommend hardware and software operating
systems and upgrades for network and office technology.
C.
The proposer shall continue to maintain the consolidation and update of the
network to meet the protocols of the Township of Gloucester.
D.
The proposer shall provide remote monitoring services 24/7 on all key
network devices, monitoring key services such as but not limited to virus
scanning, data backup, and security intrusions.
E.
The proposer shall provide call center support with access to real time
phone support to handle all desktop issues.
F.
The proposer shall provide periodic security patch updates remotely for
the operating systems. These updates will occur during off business hours.
G.
The proposer shall provide onsite service to the Township of Gloucester
between the hours of 8:00 a.m. and 5:45 p.m. Monday through Thursday,
excluding public holidays.
H.
The proposer shall provide emergency repair service and maintenance outside the
normal working hours of the Township of Gloucester, defined as 8:00a.m. and
5:45 p.m. Monday through Thursday, excluding public holidays, which shall
include Saturdays and Sundays.
I.
The proposer shall troubleshoot problems with appropriate vendors and
maintenance of software from the application software providers.
Note: Supplemental information may be requested and an interview may be
required.
COST PROPOSAL- Proposers should submit a cost proposal which would include any
proposed retainer, the services to be provided for the retainer, and hourly billing rates. The
Township of Gloucester does not provide payment for or reimbursement for travel expenses.
DISCUSSION WITH PROPOSERS- An oral presentation by a proposer to clarify a proposal
may be required at the sole discretion of the Township of Gloucester. However, the Township of
Gloucester may award a contract based on the initial proposals received with discussion with the
proposer. If oral presentations are required, they will be scheduled after the submission of
proposals. Proposer will not be compensated for making the presentation.
PROPOSAL EVALUATION- The Township of Gloucester will select the most advantageous
proposal based on all of the evaluation factors set forth at the end of this RFP. However, cost is
important to the Township of Gloucester. The Township of Gloucester may, if deemed useful,
attempt to negotiate an acceptable fee with the most qualified proposer. The Township of
Gloucester will make the award that is in the best interest of the Township of Gloucester based
on cost and other considerations.
Each proposal must satisfy the objectives and requirements detailed in this RFP. The features of
the proposal, considered together with its economic and other benefits, will form the basis for the
evaluation process.
The successful proposer shall be determined by an evaluation of the total content of the proposal
submitted. The Township of Gloucester reserves the right to:
a) Not select any of the proposals;
b) Select only portions of a particular proposer’s proposal for further consideration
(however, proposers may specify portions of the proposal that they consider
“bundled”.);
c) Award a contract for the requested services at any time within 60 days of the
selection of the most advantageous proposal. Every proposal should be valid
through this time period.
The Township of Gloucester shall not be obligated to explain the results of the evaluation
process to any proposer.
The Township of Gloucester may require proposers to demonstrate any services described in
their proposal prior to award.
PROPOSAL LIMITATIONS- This RFP is not intended to be an offer, order or contract and
should not be regarded as such, nor shall any obligation or liability be imposed on the Township
of Gloucester by issuances of this RFP. The Township of Gloucester reserves the right at the
Township of Gloucester’s sole discretion to refuse any proposal submitted.
USE OF INFORMATION- Any specifications, drawings, sketches, models, samples, data,
computer
programs,
documentation,
technical
or
business
information
and
the
like(“Information”) furnishes or disclosed by the Township of Gloucester to the proposer in
connection with this RFP shall remain the property of the Township of Gloucester. When in
tangible form, all copies of such information shall be returned to the Township of Gloucester
upon request. Unless such information was previously known to the proposer, free of any
obligation to keep it confidential, or has been or is subsequently made public by the Township of
Gloucester or a third party, it shall be held in confidence by the proposer, shall be used only for
the purposes of this RFP, and may not be used for other purposed except upon such terms and
conditions as may be mutually agreed upon in writing.
GENERAL TERMS AND CONDITIONS –
A.
The Township of Gloucester reserves the right to reject any or all proposals, if
necessary, or to waive any informality in the proposals, and unless otherwise
specified by the proposer, to accept any item, items or services in the proposals
should it be deemed in the best interest of the Township of Gloucester to do so.
B.
In case of failure by the successful proposal, the Township of Gloucester may
procure the articles or services from other sources, deduct the cost of the
replacement from money due to the proposer under the contract, and hold the
proposer responsible for any excess cost occasioned thereby.
C.
The proposer or subcontractor, where applicable, shall be responsible for, shall
keep, save and hold the Township of Gloucester harmless from, shall indemnify
and shall defend the Township of Gloucester against any claim, loss, liability,
expense (specifically including but not limited to costs, counsel fees and/or
experts’ fees), or damage resulting from all mental or physical injuries or
disabilities, including death, to employees or recipients of the proposer’s services
or to any other persons, or from any damage to any property sustained in
connection with this contract which results from any acts or omissions, including
negligence or malpractice, of any of its officers, directors, employees, agents,
servants or independent contractors, or from the proposer’s failure to provide for
the safety and protection of its employees, or from proposer’s performance or
failure to perform pursuant to the terms and provisions of this contract. The
proposer’s liability under this agreement shall continue after the termination of
this agreement with respect to any liability, loss, expense or damage resulting
from acts occurring prior to termination.
D.
The proposer shall maintain sufficient insurance to protect against all claims
under Workmen’s Compensation, General Automobile Liability and shall be
subject to approval for adequacy of protection.
E.
Each proposal must be signed by the person authorized to do so.
F.
Where applicable, payments will be made upon approval of vouchers submitted
by the successful proposer in accordance with the requirements of the Township
of Gloucester and subject to the Township of Gloucester’s standard procedures.
G.
The Township of Gloucester is exempt from any State sales tax or Federal Excise
Tax. In submitting its proposal, the proposer certifies that its total base proposal
does not include any NJ State Sales Tax.
H.
The contract shall be in effect for one (1) year from date of award unless
otherwise stated.
I.
Proposals may be hand delivered or mailed consistent with the provisions of the
legal notice to proposers. In the case of mailed proposals, the Township of
Gloucester assumes no responsibility for proposals received after the designated
date and time and will return late proposals unopened.
J.
If awarded a contract, the successful bidder shall be required to comply with the
requirements of N.J.S.A. 10:5-31 et seq. And N.J.A.C. 17:27, and shall submit
evidence of appropriate affirmative action compliance prior to the execution of a
contract.
K.
All services shall be performed within the United States of America.
L.
All proposals submitted shall include in the price any applicable permits or fees
required by any other government entity that has jurisdiction to require the same.
M.
By submission of the proposal, the proposer certifies that the service to be
furnished will not infringe upon any valid patent, trademark or copyright and the
successful proposer shall, at its expense, defend any and all actions or suits
charging such infringement, and will save the Township of Gloucester harmless in
any case of any such infringement.
N.
No proposer shall influence or attempt to influence or cause to be influenced any
Township of Gloucester officer or employee to use his/her official capacity in any
manner which might tend to impair the objectivity or independence of judgment
or said officer or employee.
O.
No proposer shall cause or influence or attempt to cause or influence any
Township of Gloucester officer or employee to use his/her official capacity to
secure unwarranted privileges or advantages for the proposer or any other person.
MEDIA CONSULTANT
GENERAL CRITERIA: The Township of Gloucester may from time to time, appoint a media
consultant to provide public relations assistance. The successful candidate will need to
demonstrate experience with drafting press releases, creation of ad campaigns and the utilization
of social media. Any experience involving municipalities in Camden County should be
addressed.
MANDATORY MINIMUM REGUIREMENTS:
1. Must have a minimum of two (2) years experience in media consulting work in the state
of New Jersey.
2. Must have prior experience providing media consultation for governmental entities.
3. Any experience in matters involving the Township of Gloucester will be considered and
must be explained.
4. Must maintain a bonafide principal office in the State of New Jersey.
ENGINEER – SIDEWALKS
GENERAL CRITERIA: The Township of Gloucester desires to appoint a firm or firms to
provide engineering for sidewalk services to the Township. Applicants should demonstrate
knowledge and experience with respect to all aspects of engineering services required by a
municipal entity. Any experience or knowledge of matters that directly affect the Township of
Gloucester should be addressed.
MANDATORY MINIMUM REQUIREMENTS:
1. Must be certified to provide engineering services in the State of New Jersey.
2. Must have a minimum of ten(10) years experience in providing consulting services to
municipalities including demonstrated experience with sidewalk installation, land
surveying and mapping projects.
3. Must be experienced in obtaining permits and approvals from various state, county and
local regulatory agencies with specific experienced related to waterfront development
permits and Brownfield sites preferred.
4. Must maintain a staff of New Jersey licensed or certified professionals sufficient to
service the Township of Gloucester including, but not limited to: civil engineers, land
surveyors, planners, environmental scientists and construction administrators.
5. Must maintain a principal office location in close proximity to Gloucester Township so as
to be able to respond to emergent matters promptly.
6. Must be experienced in the preparation of grant applications.
7. Must have project managers with at least fifteen (15) years of municipal experience.
8. Must list past and present municipalities served as Engineer.
ENGINEER – RECREATION
GENERAL CRITERIA: The Township of Gloucester desires to appoint a firm or firms to
provide engineering services to the Township. Applicants should demonstrate knowledge and
experience with respect to all aspects of engineering services required by a municipal entity.
Any experience or knowledge of matters that directly affect the Township of Gloucester should
be addressed.
MANDATORY MINIMUM REQUIREMENTS:
1. Must be certified to provide engineering services in the State of New Jersey.
2. Must have a minimum of ten(10) years experience in providing consulting services to
municipalities including demonstrated experience with recreational facilities and land
surveying and mapping projects.
3. Must be experienced in obtaining permits and approvals from various state, county and
local regulatory agencies with specific experience related to waterfront development
permits and Brownfield sites preferred.
4. Must maintain a staff of New Jersey licensed or certified professionals sufficient to
service the Township of Gloucester including, but not limited to: civil engineers, land
surveyors, planners, environmental scientists and construction administrators.
5. Must maintain a principal office location in close proximity to Gloucester Township so as
to be able to respond to emergent matters promptly.
6. Must be experienced in the preparation of grant applications.
7. Must have project managers with at least fifteen (15) years of municipal experience.
8. Must list past and present municipalities served as Engineer.
FINANCIAL ADVISOR
GENERAL CRITERIA: The Township of Gloucester desires to appoint a financial advisor
who will assist the Township of Gloucester in the analysis of financial information with respect
to the issuance of bonds, notes and other obligations. Entities should demonstrate knowledge of
municipal finance law and financial practices with particular emphasis on the application of the
knowledge. Any experience or knowledge of matters that directly affect the Township of
Gloucester should be addressed.
MANDATORY MINIMUM REQUIREMENTS:
1. Must have a minimum of ten (10) years experience providing financial advisory services
to municipal governments in New Jersey.
2. Must possess in depth experience in municipal bond transactions.
3. Must have a minimum of at least one(1) principal with at least a master’s degree in public
administration or equivalent.
4. Must maintain a bonafide office in the State of New Jersey.
5. Must list all past and present municipal clients.
REDEVELOPMENT ENGINEER
GENERAL CRITERIA: The Township of Gloucester may from time to time, appoint an
engineer to provide general advice relative to redevelopment initiatives and to undertake such
other tasks as may advance redevelopment initiatives as determined by the Township Council.
Applicants should demonstrate knowledge and experience in redevelopment engineering projects
and such other areas that may be of application to assist redevelopment initiatives in
municipalities in New Jersey. Any experience involving municipalities in Camden County
should be addressed. Any experience or knowledge of matters directly affecting redevelopment
initiatives in the Township of Gloucester should be addressed.
MANDATORY MINIMUM REGUIREMENTS:
1. Must have a minimum of ten (10) years experience in redevelopment engineering work in
the State of New Jersey.
2. Must have prior experience providing redevelopment engineering work in New Jersey
municipalities.
3. Must have prior experience and knowledge concerning general administration of public
entities.
4. Any experience in matters involving the Township of Gloucester will be considered and
must be explained.
5. Must maintain a bonafide principal office in the State of New Jersey.
PLANNING BOARD ATTORNEY
GENERAL CRITERIA: The Township of Gloucester desires to appoint a planning board
attorney. Applicants should demonstrate knowledge of general New Jersey Municipal Land Use
Law, New Jersey Redevelopment Law and Municipal Contract Law. Any experience or
knowledge of matters directly affecting the Township of Gloucester should be addressed.
MANDATORY MINIMUM REQUIREMENTS:
1 Must be licensed to practice law in the State of New Jersey for a period of not less than
ten (10) years preceding the proposed appointment, and eligible to appear before all state
and federal courts in New Jersey, as well as New Jersey administrative agencies and the
Office of Administrative Law.
2 Must be licensed to practice law in the State of New Jersey for a period of not less than
ten (10) years preceding the proposed appointment, and eligible to appear before all state
and federal courts in New Jersey, as well as New Jersey administrative agencies and the
Office of Administrative Law.
3 Must have a minimum of seven (7) years experience in the general representation of
municipal planning boards.
4 Must list past and present municipal planning boards represented.
5 Must maintain a bonafide principal office in the State of New Jersey.
6 Must have sufficient support staff available to provide all general legal services required
by the township including, but not limited to, legal research, preparation of resolutions,
preparation of ordinances, preparation of contracts and other legal documents.
PLANNING BOARD ENGINEER
GENERAL CRITERIA: The Township of Gloucester desires to appoint a firm or firms to
provide planning board engineering services to the Township. Applicants should demonstrate
knowledge and experience with respect to all aspects of planning engineering services required
by a municipal entity. Any experience or knowledge of matters that directly affect the Township
of Gloucester should be addressed.
MANDATORY MINIMUM REQUIREMENTS:
1. Must be certified to provide engineering services in the State of New Jersey.
2. Must have a minimum of ten(10) years experience in providing services to municipal
planning boards.
3. Must be experienced in obtaining permits and approvals from various state, county and
local regulatory agencies.
4. Must maintain a staff of New Jersey licensed or certified professionals sufficient to
service the Township of Gloucester including, but not limited to; civil engineers, land
surveyors, planners, environmental scientists and construction administrators.
5. Must maintain a principal office location in close proximity to Gloucester Township so as
to be able to respond to emergent matters promptly.
6. Must have project managers with at least fifteen (15) years of municipal experience.
7. Must list past and present municipalities served as Planning Board Engineer.
PLANNING BOARD CONFLICT ENGINEER
GENERAL CRITERIA: The Township of Gloucester desires to appoint a firm or firms to
provide planning conflict engineering services to the Township. Applicants should demonstrate
knowledge and experience with respect to all aspects of planning conflict engineering services
required by a municipal entity. Any experience or knowledge of matters that directly affect the
Township of Gloucester should be addressed.
MANDATORY MINIMUM REQUIREMENTS:
1. Must be certified to provide planning conflict engineering services in the State of New
Jersey.
2. Must have a minimum of ten (10) years experience in providing services to municipal
planning boards.
3. Must be experienced in obtaining permits and approvals from various state, county and
local regulatory agencies.
4. Must maintain a staff of New Jersey licensed or certified professionals sufficient to
service the Township of Gloucester including, but not limited to; civil engineers, land
surveyors, planners, environmental scientists and construction administrators.
5. Must maintain a principal office location in close proximity to Gloucester Township so as
to be able to respond to emergent matters promptly.
6. Must have project managers with at least fifteen (15) years of municipal experience.
7. Must list past and present municipalities served as Planning Conflict Engineer.
PLANNING BOARD – TRAFFIC ENGINEER
GENERAL CRITERIA: The Township of Gloucester desires to appoint a firm or firms to
provide planning traffic engineering services to the Township. Applicant should demonstrate
knowledge and experience with respect to all aspects of planning traffic engineering services
required by a municipal entity. Any experience or knowledge of matters that directly affect the
Township of Gloucester should be addressed.
MANDATORY MINIMUM REQUIREMENTS:
1. Must be certified to provide planning traffic engineering services in the State of New
Jersey.
2. Must have a minimum of ten (5) years experience in providing services to municipal
planning boards.
3. Must be experienced in obtaining permits and approvals from various state, county and
local regulatory agencies.
4. Must maintain a staff of New Jersey licensed or certified professionals sufficient to
service the Township of Gloucester including, but not limited to; civil engineer, land
surveyors, planners, environmental scientists and construction administrators.
5. Must maintain a principal office location in close proximity to Gloucester Township so as
to be able to respond to emergent matters promptly.
6. Must list past and present municipalities served as Planning Traffic Engineer.
CLINICAL SOCIAL WORKER
GENERAL CRITERIA: The Township of Gloucester is seeking proposals from qualified
licensed professionals to provide social services to the Gloucester Township VISION Program
(Violence In Society Initiative Operational Network). Such services shall include a minimum:
1. Assist the Gloucester Township Police Department in the coordination of all groups
associated with Project BATLE ( Bullying Awareness Through Law Enforcement),
GT FOCUS, The Gathering Space, and Handshakes Not Handcuffs.
2. Facilitate GT FOCUS and The Gathering Space.
3. Create mental health initiatives to serve youth and their families associated with Project
MARRS (Missing at Risk Response Strategies).
4. Respond as appropriate when requested by the Gloucester Township Police Department
to certain incidents and events to provide mental health services and victim assistance to
victims and their families.
5. Provide mental health evaluations for victims and perpetrators to access possible mental
health issues/diagnoses/disabilities as needed.
6. Provide training on mental health, crisis, and victim response to Gloucester Township
Police personnel as requested.
MANDATORY MINIMUM REQUIREMENTS:
1. Must be a Licensed Clinical Social Worker.
2. The provider must have possessed a license as a Licensed Clinical Social Worker for a
minimum of five years, has worked with youth for a minimum of five years in a social
service capacity, has written and developed youth programs, and has worked a minimum
of one year with the Gloucester Township Police BATLE Program.
SCOPE OF DUTY:
1. The provider will provide such services for a total of 910 hours per year averaging 17.5
hours per week. Exact hours will be determined by Chief of Police.
--- Document: Specifications for Snow Removal Contractors 2013 ---
SPECIFICATIONS - PW13-10
GENERAL
It is the intent ofthese Specifications to establish minimum standards of equipment and performance
for contractors supplying trucks and snow plows with operators for the purpose of assisting the
Gloucester Township Public Works Department in snow removal operations when conditions are
such that Township equipment can not fully handle the snow emergency.
EQUIPMENT
The equipment to be furnished shall be trucks, Class I or Class II, in good working order, with all
normal equipment necessary for snow plowing with plow and push frame. The Contractor will be
required to furnish all fuel, oiL lubricants, replacement parts, and chains for his equipment.
Any hired plowing equipment which, in the opinion of the Gloucester Township Public Works
Department, is not in good working order or is being operated improperly, will be removed from
service and not recalled until the defects are corrected.
OPERATORS
Operators of snow plowing trucks furnished shall be duly licensed to operate the truck hired and
shall be fully experienced in snow removal operations. Unless otherwise designated, the Director
of Public Works is the duly authorized representative of the Township and hired truck operators are
to report to and receive instructions from him. Operators should demonstrate knowledge of Gloucester
Township roadways.
Relief Operators, if required, shall be provided by Contractor at no additional charge. At no time
will Township employees be permitted to operate Contractor's equipment. The decision as to when
relief operators are needed shall be made by the Director of Public Works, Gloucester Township, and
his decision shall be final.
RATES AND HOURS
Compensation for use of hired equipment for snow plowing shall be made at the rate per hour
specified in the Contract. Rates shall be inclusive of all incidental expenses connected with the
operation and maintenance of the snow removal equipment.
Contractor shall indicate any other equipment which may be used in the snow removal operation and
is relevant to the Contract. In addition, supplemental trucks or equipment shall be described as
above and applicable features noted. (i.e. 1 Ton Pick-Up Truck 4x4 with Plow, Dump Truck
equipped for salting and/or sanding or Bulldozer)
TOWNSHIP MAP
A master Township map will be maintained at the Department of Public Works, Erial, indicating the
limits of section areas. This map will be available for examination by Contractors. This map will
indicate exact limits for Section Areas.
VEHICLE AND EOUIPMENT DEFINITION AND REOUIREMENTS
A. Trucks for the purpose of this Specification must be of the following classifications:
1. Class I - 8 tons and over - single axle
2. Class II - 15 tons and over - tandem axle
3. Graders
4. Front End Loaders [Must have Snow Box]
5.. Supplemental Equipment (as described by prospective Contractor)
6. Pick-Up Truck (only to be used as directed by Public Works)
B. Operating Costs, Maintenance, Repairs and Incidental Expenses.
All operating costs including labor, fuel, lubricants, maintenance repairs, insurance, and
incidental expenses will be borne by the Contractor and shall be included in the rental rates.
C. Upon the award of Contract, the vehicles and equipment as named by the Contractor for the
use in this proposal shall be designated available for the primary use of the Township of
Gloucester during ice and snow storm conditions.
The Township of Gloucester will pay a retainer of Four Hundred Dollars ($400.00) per piece
of equipment. No retainer will be paid for Pick-Up Trucks. Two hundred
dollars($200.00) will be paid upon a fully executed Contract and Two hundred dollars
($200.00) on/or before May 15th of the following year.
STANDARD RENTAL PERIOD FOR SNOW AND ICE REMOVAL
For the purposes of this proposal, rental rates shall be based on hourly rental periods, except that
time lost for repairs shall be deducted. Daily time sheets shall be maintained by the Contractor, and
logs maintained indicating Start & Stop times. (NOTE: All time to be approved by the Director of
Public Works)
Time will be allowed in hourly increments, figured to the next one-quarter hour period.
Lost time shall be figured to the next one-quarter hour period as agreed upon between the authorized
Director of Public Works and the Contractor as the time incurred. All lost time shall be indicated
on the daily time sheets.
Rental time shall start when called by Gloucester Township Public Works Department to start
operations. Rental time will stop when the Department of Public Works indicates that the snow
removal operation shall cease and/or is acceptable for snow storm/post-storm duration. The Director
of Public Works reserves the right to "START" and "STOP" the Contractor's operation for any said
time period (minimum two (2) hours). Ifit is determined that the start up time is abnormally long,
then the Director or his designee may start time when plowing actually starts. The decision in this
case by the Township of Gloucester's Director will be final.
Rental will not be paid for any period of "down time" when equipment is not in operable condition.
STANDARD RENTAL RATES
A. Plowing rates shall include all charges including sufficient labor (manpower) to operate this
equipment.
B. Rental hourly rates submitted will be standardized for all days and nights including holidays
and weekends.
SNOW AND ICE STORM STANDARD REOUIRED PROCEDURES
A. Township Headquarters during storm periods will be the Department of Public Works,
Gloucester Township, 1729 Erial Road, Erial, New Jersey.
B. The Township Headquarters will contact the Contractors by telephone when it is necessary
to commence plowing. Contractors shall maintain an emergency pager number in the event
that he can not be reached by phone.
C. In the event heavier equipment, such as a Bulldozer or Front End Loader is necessary,
contact the Township Headquarters.
D. The Department of Public Works will be required to notify the Contractor by telephone upon
starting service. The Contractor will be required to notify Township Headquarters upon
ending service.
INSURANCE
The Contractor shall carry insurance in the limits of not less than $300,000.001$300,000.00 for
Public Liability for personal injury including death and not less than $150,000.00 for Property
Damage. He also shall carry Workman's Compensation in accordance with the insurance
requirements of the State of New Jersey. Certificates of such insurance coverages must be furnished
with the Contract. All signed Contracts shall include by attachment, a list of insurance; naming the
Township as added insured on Automobile and General Liability insurance policies.
TERM AND LENGTH OF CONTRACT
The terms and time length of the Contract for furnishing Contract items specified shall be valid from
the date of signing of the Contract and remain in effect through April of the following year.
TERMINATION OF CONTRACT
The Contract may be terminated by the Township of Gloucester upon ten (10) days written notice
to the Contractor if the Contractor fails to carry out the provisions of the Contract and Specifications.
The notice shall specify the particular breach or breaches of the Contract.
FAILURE TO PERFORM
In the event the Contractor fails to perform any of the provisions of the Contract, the Township of
Gloucester may at its discretion give the Contractor three (3) hours written notice that it will perform
the work which the Contractor fails to perform and charge the cost to the Contractor by determining
the liquidated damages and deducting this amount from the Contractor's subsequent payments.
GENERAL INSTRUCTIONS TO CONTRACTORS
The Contractor further agrees to indemnify and hold harmless the Township of Gloucester as a result
of the Contractor's failure to comply with the provisions of the Occupational Safety and Health Act
of 1990 and the standards and regulations thereunder.
The work contemplated by these Specifications may be undertaken on any road, street or parking lot
under the jurisdiction of the Governing Body.
At the time of Bid Response the Contractor must list all intended Sub-Contractors and please note
the following:
CONTRACTORS HIRING SUB-CONTRACTORS
If the Contractor hires Sub-Contractors to work with him they must also show proof they carry
insurance in the limits of not less than $300,000.001$300,000.00 for Public Liability for personal
injury including death and not less than $150,000.00 for Property Damage. He also shall carry
Workman's Compensation in accordance with the insurance requirements of the State ofN ew Jersey.
Certificates of such insurance coverages must be furnished with the Contract. All signed Contracts
shall include by attachment, a list of insurance; naming the Township as added insured on
Automobile and General Liability insurance policies.
--- Document: Notification to bidders – snow removal contractors 2013 ---
TOWNSHIP OF GLOUCESTER
COUNTY OF CAMDEN, NEW JERSEY
NOTICE TO BIDDERS
NOTICE is hereby given that sealed proposals for the:
SNOW REMOVAL CONTRACTORS -2013-2014 WINTER
BID SPECIFICATION NUMBER PD: 13-10
Will be received not later than November 26, 2013 prevailing time 10:00 AM
at the Municipal Building, 1261 Chews Landing Road, Laurel Springs, New Jersey 08021
PROPOSALS must be addressed to the Township Clerk, P.O. Box 8, Blackwood, New Jersey
08012 and will be opened and read publicly at the time and date, and should be in sealed
envelopes marked:
SNOW REMOVAL CONTRACTORS
DO NOT OPEN UNTIL:
November 26, 2013 @10:00 am
PROPOSAL forms, instructions to bidders, specifications and other building documents may be
examined or obtained at the office of the Township Clerk during normal office hours at the
above address.
The Township Council reserves the right to reject any or all proposals in whole or in part, and to
waive such informalities as may be permitted by law.
BIDDERS are required to comply with the requirement of P.L. 1975, Chapter 127, and P.L.
1977, Chapter 33.
INFORMATION on Affirmative Action Program requirements is available at the Office of the
Township Clerk
--- Document: Specficiations for Traffic Control Maintenance (Excluding relamping) ---
SPECIFICATIONS FOR
TRAFFIC CONTROL MAINTENANCE (EXCLUDING RELAMPING)
FOR THE TOWNSHIP OF GLOUCESTER
COUNTY OF CAMDEN
MAYOR Len Motha
DEPARTMENT HEAD
BUSINESS ADMINISTRATOR SOLICITOR
BID OPENING DATE: JULY 1, 2013 @ 10:00 AM
SPECIFICATIONS # P.W.: 13-05
TOWNSHIP OF GLOUCESTER
COUNTY OF CAMDEN, NEW JERSEY
NOTICE TΤΟ BIDDERS
NOTICE is hereby given that sealed proposals for the :
TRAFFIC CONTROL MAINTENANCE (EXCLUDING RELAMPING)
BID SPECIFICATION NUMBER PW:13-05
Will be received not later than 10:00 am prevailing time on Wednesday, July 31, 2013
at the Municipal Building, 1261 Chews Landing Road, Laurel Springs, New Jersey 08021
PROPOSALS must be addressed to the Township Clerk, P.O. Box 8, Blackwood, New Jersey
08012 and will be opened and read publicly at the time and date, and should be in sealed
envelopes marked:
TRAFFIC CONTROL MAINTENANCE (EXCLUDING RELAMPING)
DO NOT OPEN UNTIL: JULY 31, 2013 @ 10:00 AM
PROPOSAL forms, instructions to bidders, specifications and other bidding documents may be
examined or obtained at the office of the Township Clerk, 1261 Chews Landing Road, Laurel
Springs, New Jersey, during normal business hours.
The Township Council reserves the right to reject any or all proposals in whole or in part, and to
waive such informalities as may be permitted by law.
BIDDERS are required to comply with the requirement of P.L. 1975, Chapter 127, and P.L.
1977, Chapter 33.
INFORMATION on Affirmative Action Program requirements is available at the Office of the
Township Clerk, Municipal Complex. Chews-Clementon Road, Laurel Springs, and New Jersey.
Rosemary DiJosie
Township Clerk
SPECIFICATIONS FOR
TRAFFIC CONTROL MAINTENANCE (EXCLUDING RELAMPING)
THE TOWNSHIP OF GLOUCESTER, CAMDEN COUNTY
BIDDER:
Please list here your name,
address, and phone number.
BIDDER:
ADDRESS:
PHONE NUMBER:
OPENING DATE: JULY 24, 2013@ 10:00AM
SPECIFICATIONS #: PW: 13-05
WE ARE WAIVING
THE REQUIREMENTS FOR
THE SURETY BOND
WHICH IS LOCATED ON
PAGE 17
D. PROOF OF BUSINESS REGISTRATION
N.J.S.A. 52:32-44 requires that each bidder (contractor) submit proof of business registration with the bid
proposal. Proof of registration shall be a copy of the bidder's Business Registration Certificate (BRC). A BRC
is obtained from the New Jersey Division of Revenue. Information on obtaining a BRC is available on the
internet at www.ni.gov/njbgs or by phone at (609) 292-1730. N.J.S.A. 52:32-44 imposes the following
requirements on contractors and all subcontractors that knowingly provide goods or perform services for a
contractor fulfilling this contract:
1) The contractor shall provide written notice to its subcontractors and suppliers to submit proof of business
registration to the contractor;
2) Prior to receipt of final payment from a contracting agency, a contractor must submit to the contacting
agency an accurate list of all subcontractors or attest that none was used;
3) During the term of this contract, the contractor and its affiliates shall collect and remit, and shall notify all
subcontractors and their affiliates that they must collect and remit to the Director, New Jersey Division
of Taxation, the use tax due pursuant to the Sales and Use Tax Act, (N.J.S.A. 54:32B-1 et seq.) on all
sales of tangible personal property delivered into this State.
A contractor, subcontractor or supplier who fails to provide proof of business registration or provides false
business registration information shall be liable to a penalty of $25 for each day of violation, not to exceed
$50,000 for each business registration not properly provided or maintained under a contract with a contracting
agency. Information on the law and its requirements is available by calling (609) 292-9292.
::
:
INSTRUCTIONS TO BIDDERS
NO DEPOSIT OR FEE IS REQUIRED FOR SPECIFICATIONS.
QUALIFICATIONS OF BIDDERS
All bidders must be prepared to present suitable evidence of their financial standing and to
furnish a list of similar work recently completed.
No verbal instructions or information to bidders will be binding. The specifications will be
considered as clear and complete unless written attention is called. to any discrepancies or
incompleteness before the opening of bids. Should any written inquires be received by the Township
Manager, these inquires will be answered in the form of bulletins and issued to all bidders. These
bulletins shall be considered a part of these specifications.
Bids will be considered as conclusive evidence of complete examination of specifications
and samples. It is understood that parties making bids accept all the terms and conditions expressed
and contained in the specifications attached to the proposal submitted.
A proposal Form/Signature Page is provided in these specifications. This form must be used
in submitting a proposal and all pages of the form must be completely filled out and signed by the
bidder.
PRESENTATION OF BIDS
"
Each bid must be enclosed in a sealed envelope and clearly marked on the outside:
"PURCHASE OF
(see advertisement, page 1), and delivered to the
Office of the Township Clerk, Municipal Hall, 1261 Chews Landing Rd.- Laurel Springs, New
Jersey 08021.
WITHDRAWALS
No proposal may be withdrawn later than 4:30 p.m., prevailing time on the day of the opening of the
bids. No modifications or explanations of any bid will be allowed after the same is sealed and
delivered to the Township Clerk. The proposals will be opened and read publicly by the Township
Council.
The Township Council reserves the right to reject any or all bids or parts thereof as deemed
to be in the best interest of the Township and to waive any immaterial informalities as may be
permitted by law.
FORM OF CONTRACT
The successful bidder will be required to execute a written contract with the Township
Council within ten (10) days after notice of the acceptance of their proposal
1
SPECIFICATIONS
These specifications are intended to cover the furnishing of all materials and the performance
of all work that may be required or necessary for the complete compliance of the contract and the
Contractor will be required to do all things. Where plans, drawings or schematics accompany certain
sections of the specifications, these shall be considered as a part of these specifications.
INTERPRETATIONS OF SPECIFICATIONS
Should the Contractor discover discrepancies in the specifications, the matter shall be
immediately brought to the attention of the Township of Gloucester and the discrepancies corrected
by written agreement before preceding further.
All explanation, interpretations and instructions required under these specifications will be
given by the Township upon written request from bidders.
Equipment to be furnished (if applicable) shall be new, first-class, or as specifically stipulated
int eh detailed specifications and shall meet with the approval of the Township Council or their
designated representative.
All equipment if applicable, shall conform to the requirements of these specifications and any
equipment rejected by the Council as not complying with these specifications shall be immediately
removed and replaced with acceptable equipment.
EXTRA WORK
No extras or additional work will be allowed or paid for unless such extras or additional work
is ordered in writing by the Township and the price fixed and agreed before such work is performed.
ADDITIONS OR DEDUCTIONS
The Council of the Township of Gloucester shall have the right, without invalidating the
contract, to make additions to or deductions from the work covered by these specifications and in case
such deductions in cost shall be made between the Council and the Contractor, but must be agreed
to in writing.
PROTECTION BY CONTRACTOR
The Contractor agree to indemnify and save harmless the Township and their representatives
from all suits or actions of every nature and description brought against them or either of them, or on
account of the use of patented or copyrighted material, appliances, products, or processes, with legal
protection.
2
The Contractor shall not transfer or sublet any portion of the work covered by these
specifications without written consent of the Township.
GENERAL CLAUSE
PROPOSAL FORMS
As noted under "Instructions to Bidders", attached to these specifications is a "Proposal
Form/Signature Form" which must be completely filled out and signed by each bidder.
As these Instructions to Bidders, Specifications, Form of Proposal, Signature Page, General
and Special Clauses, etc. all refer to each other and together constitute a whole legal binding
agreement and must be returned together as when delivered to bidder.
NO BID WILL BE ACCEPTED UNLESS SUBMITTED ON THE FORMS FURNISHED
HEREIN.
All bids must be sealed, marked and delivered in accordance with the Instructions in
paragraph 5, and 6. Bids will be opened and read publicly by the Public Works Director at the time
and day specified in the Advertisement for Bids. Reading of the bids will take place at the Municipal
Hall, 1251 Chews Landing-Clementon Road, Laurel Springs, New Jersey 08021.
DELIVERY
In general, deliveries shall be at such time and place as may be fixed by Council and shall not
be made except upon definite instructions. See "Specifications" for delivery required under these
present specifications.
DISPOSAL OF MATERIALS, SUPPLIED, ETC., NOT APPROVED
Bidders shall understand that when materials, supplies, etc. have been delivered to the job
which do not comply with the specifications and have not been approved, they shall be immediately
removed upon notification to the Contractor and replaced with material, supplied, etc., in full
accordance with the specifications.
PAYMENTS
Payments shall be made to the Contractor within sixty (60) days of receipt of invoice, after
inspection and acceptance of the material and/or work and approval of the invoice by the Township
Council unless otherwise stipulated by the Township in form of a contract.
3
NUMBER OF WORKING DAYS
The contract shall contain the date which the work shall be completed or shall specify the
number of working days to be allowed for its completion and/or delivery of materials, equipment and
supplies.
EXEMPTION FROM FEDERAL EXCISE AND NEW JERSEY SALES TAX
The Township of Gloucester is exempt from Federal Excise Taxes and the New Jersey Sales
Tax. Not prices as shown in the proposal shall exclude said Federal and State Tax amounts.
NOTE:
This provision shall not apply to construction, repair and/or
maintenance contracts where bidder purchases supplies,
materials, and/or equipment and includes costs thereof in
computation of his bid or proposal.
NEW JERSEY PREVAILING WAGE ACT
All work on this Project shall comply with the requirements under the 1963 Revised Statutes
of New Jersey Chapter 150, "Prevailing Rate of Wages on Public Contracts.
Current applicable Wage Rate Determination of the State of the New Jersey Department of
Labor shall become part of the contract.
QUANTITY, DELIVERY, AND APPROPRIATION
Unless otherwise specified on the Form of Proposal or in the Special Instructions for an
individual class of commodity, the quantities listed on the Form of Proposal are estimate only, and
the Township does no guarantee to purchase any definite quantities. The amount purchased however,
shall be all of the Township requirements during the term of the contract, whether they be more or
less than the estimate given. Also, the quantities purchased by the Township are limited to the
amount of monies budgeted and appropriated for same under New Jersey Statues. In the case of all
awards made on the basis or price F.O.B. delivered to the Township, the supplier shall be required
to make deliveries to the Locations and in the quantities designated by the Township.
DOMESTIC PRODUCTS
Only manufactured products of the United States, wherever available, shall be used in
connection with this undertaking, pursuant to 40A:11-18 of the Revised Statutes of the State of New
Jersey.
4
PUBLIC DISCLOSURE
Chapter 33 of the Public Laws of 1977 provides that no Corporation or Partnership shall be
awarded any State, County, Municipal, or School District contract for the performance of any work
or the furnishing of any materials or supplies, unless prior to the receipt of the bid or accompanying
the bid of said Corporation or Partnership there is submitted a statement. The statement shall set forth
the names and addresses of all stockholders in the Corporation or Partnership who own ten percent
(10%) or more if its stock or any class, or of all individual partners in the Partnership who owns a ten
percent (10%) or greater interest therein.
FAILURE TO SUPPLY THIS INFORMATION WITH “FORM OF PROPOSAL” WILL
BE CAUSE TO REJECT THE BID
SUPPLEMENT TO BID SPECIFICATIONS
(Exhibit A)
NON-DISCRIMINATION
During the performarice of a contract, the contractor agrees as follows:
1.
The contractor or subcontractor, where applicable, will not discriminate against any employee
or applicants for employment because of age, race, creed, color, national origin, ancestry,
marital status, or sex. The contractor will take affirmative action to ensure that such
applicants are recruited and employed, and that employees are treated during employment,
without regard to their age, race, creed, color, national origin, ancestry, marital status or sex.
Such action shall include, but not be limited to the following: employment, upgrading,
demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of
pay or other forms of compensation; and selection for training, including apprenticeship. The
contractor agrees to post in conspicuous places, available to employees and applicants for
employment, notice to be provided by the Public Agency Equal Employment Opportunity
Officer setting forth provisions of this non-discrimination clause.
2.
The contractor or subcontractor, where applicable, will in all solicitations or advertisements
for employees placed by or on behalf of the contractor, state that all qualified applicants will
receive consideration for employment without regard to age, race, creed, color, national
origin, ancestry, marital status or sex.
3.
The contractor or subcontractor, where applicable, will send to each labor union or
representative of workers with which it has a collective bargaining agreement or other contract
or understanding a notice, to be provided by the Public Agency Equal Employment
Opportunity Officer advising the labor union or workers representative of the contractor's
commitments under this act and shall post copies of the notice in a conspicuous place
available to employees and applicants for employment.
5
4. The contractor or subcontractor, where applicable, agrees to comply with any regulations
promulgated by the Treasurer pursuant to P.L., C.127, as amended and supplemented from
time-to-time.
5.
6.
7.
8.
The contractor or subcontractor agrees to attempt in good faith to employ minority and female
workers consistent with the applicable county employment goals prescribed by section 5.2 of
the Regulations promulgate by the Treasurer pursuant to P.L. 1975, C. 127 as amended and
supplemented from time-to-time or in accordance with a binding determination of applicable
county employment goals determined by the Affirmative Action Office pursuant to section
5.2 of the Regulations promulgated by the Treasurer pursuant to P.L. 1975, C. 127 as
amended and supplemented from time-to-time.
The contractor or subcontractor agrees to inform in writing all recruitment agencies, including
employment agencies, placement bureaus, colleges, universities, labor unions, that it does not
discriminate on the basis of age, creed, color, national origin, ancestry, marital status, or sex,
and that it will discontinue the use of any recruitment agency which engages in direct or
indirect discriminatory practices.
The contractor or subcontractor agrees to revise any of its testing procedures, if necessary, to
assure that all personnel testing conforms with the principles of job-related testing, as
established by the statutes and court decisions of the State of New Jersey and as established
by applicable federal law and applicable federal court decisions.
The contractor or subcontractor agrees to review all procedures relating to transfer, upgrading,
downgrading and layoff to ensure that all such actions are taken without regard to age, creed,
color, national origin, ancestry, marital status or sex and conform with the applicable
employment goals, consistent with the statutes and court decisions of the State of New Jersey,
and applicable federal law and applicable federal court decisions.
Provisions 4, 5, 6, 7 or 8 not required for subcontractors with (4) or fewer employees or a
contractor who has presented evidence of a federally approved or sanctioned Affirmative
Action Program.
Submitted by:
Name of Firm
Signature
6
Title
Date
(Exhibit B)
CONSTRUCTION CONTRACT
During the performance of this contract, the contractor agrees as follows:
1.
The contractor or subcontractor, where applicable, will not discriminate against any employee
or applicant for employment because of age, race, creed, color, national origin, ancestry,
narital status, or sex. The contractor will take affirmative action to ensure that such
applicants are recruited and employed, and that employees are treated during employment,
without regard to their age, race, creed, color, national origin, ancestry, marital status or sex.
Such action shall include, but not be limited to the following: employment, upgrading,
demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of
pay or other forms of compensation; and selection for training, including apprenticeship. The
contractor agrees to post in conspicuous places, available to employees and applicants for
employment, notices to be provided by the Public Agency Equal Employment Opportunity
Officer setting forth provisions of this non-discrimination clause.
2.
The contractor or subcontractor, where applicable, will in all solicitations or advertisements
for employees placed by or on behalf of the contractor, state that all qualified applicants will
receive consideration for employment without regard to age, race, creed, color, national
origin, ancestry, marital status or sex.
3.
4.
The contractor or subcontractor, where applicable, will send to each labor union or
representative of workers with which it has a collective bargaining agreement or other contract
or understanding, a notice, to be provided by the Public Agency Equal Employment
Opportunity Officer advising the labor union or worker's representative of the contractor's
commitments under this act and shall post copies of the notice in a conspicuous place
available to employees and applicants for employment.
The contractor or subcontractor, where applicable, agrees to comply with any regulations
promulgated by the Treasurer pursuant to P.L. 1975, C127, as amended and supplemented
from time-to-time.
7
5.
When hiring workers in each construction trade, the contractor or subcontractor agrees to
attempt in good faith to employ minority workers in each construction trade consistent with
applicable employment goal prescribed Section 7.3 of said Regulations; provided however,
that the Affirmative Action Office may, in its discretion, exempt a contractor or subcontractor
from compliance with the good faith procedures prescribed by the following provisions 1, 2,
and 3 as long as the Affirmative Action Office is satisfied that the contractor is employing
workers provided by a union which provides evidence, in accordance with standards
prescribed by the Affirmative Action Office, that its percentage of active "card carrying"
members who are minority workers is equal to or greater than the applicable employment goal
prescribed by Section 7.3 of the Regulations promulgated by the Treasurer pursuant to P.L.
1975, C. 127, as amended and supplemented from time-to-time. The contractor or
subcontractor agrees that a good faith effort shall include compliance with the following
procedures:
A.
If the contractor or subcontractor has a referral agreement or arrangement with a union
for a construction trade, the contractor or subcontractor shall within three (3) days of
the contractor award, seek assurance from the union that it will cooperate with the
contractor or subcontractor as it fulfills its affirmative action obligations under this
contract and in accordance with the the regulations promulgated by the Treasurer
pursuant to P.L. 1975, C. 127, as it is supplemented and amended from time-to-time.
If the contractor or subcontractor is unable to obtain said assurances from the
construction trade union at least five (5) days prior to the commencement of
construction work, the contractor or subcontractor agrees directly to attempt to hire
minority workers consistent with the applicable employment goal. If the contractor's
or subcontractor's prior experience with a construction trade union, regardless of
whether the union provided said assurance indicates a significant possibility that the
trade union will not refer sufficient minority workers consistent with the applicable
employment goal by complying with the following hiring procedures prescribed under
(2): and the contractor or subcontractor further agrees immediately to take said action
if it determines or is so notified by the Affirmative Action Office that the union is not
referring minority workers consistent with the applicable employment goal.
B.
If the hiring of a work force consistent with the employment goal has not or cannot
be achieved for each construction trade by adhering to the procedures of the preceding
provision (1), or if the contractor of subcontractor does not have a referral agreement
or arrangement with a union for a construction trade, the contractor or subcontractor
agrees to take the following actions consistent with the applicable county employment
goal:
1.
2.
to notify the Public Agency Compliance Officer, Affirmative Action Office
and at least one minority referral organization of its manpower needs and
request the referral of minority workers;
to notify any minority workers who have been listed with it as awaiting
available vacancies;
8
3.
4.
5.
6.
prior to commencement of work, to request the local construction trade union,
if the contractor or subcontractor has a referral agreement or arrangement with
a union for the construction trade, to refer workers to fill job openings;
to leave standing requests for additional referral of minority workers with the
local construction trade union, if the contractor or subcontractor has a referral
agreement or arrangement with a union for the construction trade, the State
training and employment service and the other approved referral sources until
such time as the work force is consistent with the employment goal;
if it is necessary to lay off some of the workers in a given trade on the
construction site, to assure consistency with the applicable State and Federal
statutes and Court decisions, that sufficient minority employees remain on the
site consistent with the employment goal, and to employ any minority workers
laid off by the contractor or any other construction site in the area on which its
work force composition if not consistent with any employment goal
established pursuant to the Regulations implementing P.L. 1975, C.127;
to adhere to the following procedure when minority workers apply or are
referred to the contractor of subcontractor:
i.
if said individuals have never previously received any document or
certification signifying a level of qualification lower than that required,
the contractor or subcontractor shall determine the qualifications of
such individuals and if the contractor's or subcontractor's work force
in each construction trade is not consistent with the applicable
employment goal, it shall employ such persons which satisfy
appropriate qualifications standards; provided however, that a
contractor or subcontractor shall determine that the individual at least
possesses the skills and experience recognized by any workers skills
and experience classification determination which may have been
made by a Public Agency Compliance Officer, union, apprentice
program or a referral agency, provided the referral agency is acceptable
to the Affirmative Action Office and provided further, that if
necessary, the contractor shall hire minority workers who qualify as
trainees pursuant to subsection 2(k) of these regulations. All of the
requirements of this paragraph, however, are limited by the provisions
of paragraph (c) below.
ii.
if the contractor's or subcontractor's work force is consistent with
applicable employment goal, the name of said minority group
individual shall be maintained on a waiting list for first consideration
in the event the contractor's or subcontractor's work force is no longer
consistent with the applicable employment goal.
iii.
if for any reason said contractor or subcontractor determines said
9
minority group individual is not qualified or if said individua! qualifies
as an advance trainee or apprentice, said contractor or subcontractor
shall inform said individual in writing with the reasons for the
determination and maintain copy in its files, and send a copy to the
Public Agency Compliance Officer and to the Affirmative Action
Office.
7.
To keep a complete and accurate record of all requests made for the referral
of works in any trade covered by the contract, and said records shall be kept
on forms made available by the Affirmative Action Office and shall be
submitted promptly to that office upon request.
C.
The contractor or subcontractor agrees that nothing contained in the preceding provision (3)
shall preclude the contractor or subcontractor from complying with hiring hall or
apprenticeship provisions in any applicable collective bargaining agreement or hiring hall
agreement, and where required by custom or agreement, it shall send journeymen and trainees
to the union for referral, or to the apprenticeship program for admission, pursuant to such
agreement or arrangements; provided, however, that where the practices of a union or
apprenticeship program will result in the exclusion of minority persons or the failure to refer
minority group persons consistent with the county employment goal, the contractor or
subcontractor shall not be required to employ minority advanced trainees and trained in
numbers which result in the employment of advanced trainees as percentage of the total work
force for construction, trade, which percentage significantly exceeds the apprentice to journey
worker ratio specified in the applicable collective bargaining agreement, or in the absence of
a collective bargaining agreement, exceeds the ratio established by practice in the area for said
construction trade. Also the contractor or subcontractor agrees that, in implementing the
procedures of the preceding provision (b), it shall, where practicable, employ minority
workers residing within the geographical jurisdiction of the residing union.
D.
The contractor agrees to complete monthly project Manning Reports on forms provided by
the Affirmative Action Office or in the form prescribed by the Affirmative Action Office and
submit a copy of said form no later than three (3) days after signing a construction contract
and said form once a month thereafter for the duration of this contract t the Affirmative
Action Office and to the Public Agency Compliance Officer. The contractor agrees to
cooperate with the Public Agency in the payment of budgeted funds, as if necessary, for on-
the-job and off-the-job programs for outreach and training of minority trainees employed on
the construction projects.
Provisions 4 and 5 not required for contractors or subcontractors with four (4) or fewer
employees or a contractor who has presented evidence of a federally approved or sanctioned
Affirmative Action Program.
10
TOWNSHIP OF GLOUCESTER - CAMDEN COUNTY, NEW JERSEY
PUBLIC DISCLOSURE INFORMATION
Chapter 33 fo the Public Laws of 1977 provides that no Corporation or Partnership shall be awarded
any State, County, Municipal or School District contract for the performance of any work or the
furnishing of any materials or supplies, unless prior to the receipt of the bid or accompanying the bid
of said Corporation or Partnership there is submitted a statement. The statement shall set forth names
and addresses of all stockholders in the Corporation or Partnership who own ten percent (10%) or
more of its stock or any class, or of all individual Partners in the Partnership who own a ten percent
(10%) or greater interest herein.
FAILURE TO SUPPLY THIS INFORMATION WITH FORM OR PROPOSAL WILL BE
CAUSE TO REJECT THE BID
NAME ADDRESS
No Individual Stockholder or Partner owns ten percent (10%) or more of this Corporation or
Partnership.
Use reverse side of sheet for additional Stockholders.
Company's Name
Signature
Title
11
AFFIDAVIT FOR AFFIRMATIVE ACTION
(This Affidavit if part of the Proposal.)
STATE OF:
COUNTY OF:
being duly sworn, deposes and says that he resides at:
and that he/she is the
of
who signed the foregoing Proposal of Bids, that during the course of this contract, he will agree to
the Plan for Affirmative Action.
Subscribed and Sworn to before me on the
day of
20
(Seal)
STATE OF
COUNTY OF
I,
(Notary Public)
My Commission expires:
NON-COLLUSION AFFIDAVIT
:
SS.
12
of the (City, Town, Township,
Borough, etc.) of
and the State of
law on my oath depose and say that:
in the County of
of full age, being duly sworn according to
I am
of the firm of
the Bidder making the Proposal for
the above named project, and that I executed the said Proposal with full authority to do so; that said
bidder had not, directly or indirectly, entered into any agreement(s), participated in any collusion, or
otherwise taken any action in restraint of free, competitive bidding in connection with the above
named project; and that all statements contained in said Proposal and in this affidavit are true and
correct, and made with full knowledge that the
relies upon the truth of the
statements contained in said Proposal and in this affidavit in awarding the contract for the said
Project.
I further warrant that no person(s) or selling agency has been employed or retained to solicit,
or secure such contract upon an agreement or understanding for a commission, percentage, brokerage
or contingent, fee except bona fide employees or bona fide established commercial or selling agencies
maintained by:
(Name of Bidder)
(Also type or print name of
affiant under signature)
(N.J.S.A. 52:34-15)
Subscribed and sworn to before me this
day of
Notary Public of
My Commission expires:
(Date)
PROPOSAL FORM/SIGNATURE PAGES
Submitted by:
(Contractor's Name)
Date:
13
20
To:
Township Council
Gloucester Township
1261 Chews Landing-Clementon Rd
Blackwood, New Jersey 08012
Council:
This proposal is submitted in accordance with your advertisement inviting proposal to be
received for the project identified as:
Having carefully examined the "Advertisement for Bids", Bidding Instructions", "General
Clauses", "Plans", etc. hereinafter, bulletins applying thereto, and being familiar with the various
conditions affecting the work, the undersigned hereby agrees to furnish all materials, perform all
labor, and all else necessary to complete the work in strict accordance with the specifications for
prices as follow:
In case this proposal is accepted, the undersigned is hereby bound to enter into contract within
ten (10) days after receipt of notice of acceptance for above mentioned work, in accordance with such
specifications.
CONTRACT FORM SAMPLE
TOWNSHIP OF GLOUCESTER - CAMDEN COUNTY, NEW JERSEY
THIS AGREEMENT made this
day of
20 by and between
the TOWNSHIP OF GLOUCESTER, in the COUNTY OF CAMDEN, a Municipal Corporation of
the STATE OF
part of the second part;
The Vendor agrees to sell and the Purchaser agrees to buy the following upon the terms and
conditions hereinafter set forth.
The Vendor and the Purchaser agree t be bound by the terms of the Notice to Bidders, Instructions
to Bidders, General Conditions and Specifications attached hereto and made a part of hereof, and
delivery shall be made when and as directed by the Purchaser. The Vendor further agrees to furnish
the amount of this
a bond with sufficient surety in the amount of
14
contract, guaranteeing performance of the contract or delivery to be made a part hereof. The
Purchaser agrees to make payments in accordance with the terms of proposal.
This contract constitutes the entire agreement between the parties hereto and its provisions shall not
be changed except in writing, agreeable to both parties. This contract shall expire
TOWNSHIP CLERK
(Corporate Seal)
ATTEST:
SIGNATURE
TITLE
MAYOR
COMPANY
SIGNATURE
TITLE
PUBLIC WORKS CONTRACTOR REGISTRATION ACT
N.J.S.A. 34:11-56.48 et seq. requires that a general or prime contractor and any listed subcontractors
named in the contractor's bid proposal shall possess a certificate at the time the bid proposal is
submitted. After bid proposals are received and prior to award of contract, the successful contractor
shall submit a copy of the contractor's certification along with those of all listed subcontractors. All
non-listed subcontractors and lower tier sub-subcontractors shall be registered prior to starting work
on the project. It is the general contractor's responsibility that all non-listed sub-contractors at any
tier have their certificate prior to starting work on the job.
Under the law a "contractor" is a "a person, partnership, association, joint stock company, trust,
corporation or other legal business entity or successor thereof who enters into a contract" which is
subject to the provisions of the New Jersey Prevailing Wage Act [N.J.S.A. 34:11-56.25, et seq.]. It
applies to contractors based in New Jersey or in another state.
PUBLIC WORKS CONTRACTOR REGISTRATION FORM
15
C.34:11-56.48, P.L. 1999, Ch. 238 requires that contractors and subcontractors, in certain instances,
be registered with the New Jersey Department of Labor, Division of Wage and Hour Compliance.
The definition in the law is as follows:
"Contractor means a person, partnership, association, joint stock company, trust, corporation, or other
legal business entity or successor thereof who enters into a contract which is subject to the provisions
of the "New Jersey Prevailing Wage Act", P.L. 1963, C150 (c.34:11-56.25 et seq.). For the
construction, reconstruction, demolition, alteration, repair or maintenance of a public building
regularly open to and used by the general public or a public institution, and includes any subcontractor
or lower tier subcontractor of a contractor as defined herein, except that, for the purposes of this act,
no pumping station, treatment plant or construction, reconstruction, demolition, alteration, repair or
maintenance shall be regarded as public building regularly open to and used by the general public or
a public institution.
Please indicate below, for the bidder and all subcontractors listed on the "Subcontractor Declaration"
herein, as to their registration with the NJ Department of Labor, Division of Wage and Hour
Compliance in accordance with P.L. 1999, Ch. 238.
NAME NOT REGISTERED REGISTRATION #
Bidder
(Subcontractor)
(Subcontractor)
(Subcontractor)
(Subcontractor)
IF IN THE PROCESS OF REGISTRATION, BUT HAVE NOT YET RECEIVED A
REGISTRATION NUMBER, ATTACH PROOF OF APPLICATION FOR CONTRACTOR
AND/OR SUBCONTRACTORS.
Registration forms are available by contacting Contractor Registration Unit at (609)292-9464.
Subscribed and sworn before me this
Day of
NOTARY PUBLIC
MY COMMISSION EXPIRES
20
SIGNATURE
NAME & TITLE (TYPE OR PRINT)
20
16
Bid Bond
Each bid shall be accompanied by a certified check, cashier's check or bid bond
duly executed by the bidder as the principal and having as surety thereon a surety
company approved by the Township of Gloucester in the amount not less than ten
percent (10%), but in no case in excess of $20,000.00 or the amount of bid. Any
such bid bond shall be without endorsement or conditions. Bid shall also be
accompanied with a certificate letter from a surety company stating that it will
provide the bidder with the completion bond.
Surety Bond
The successful bidder will be required furnish surety bond in the amount of one
hundred percent (100%) of the contract price, the condition of which shall be in
the full and complete execution and performance of each and all of the terms
contained in the contract, proposal, specifications and instructions to bidders. The
bond shall meet all requirements of the Township Council.
NOTE:
Surety bond is automatically required when the contract price exceeds
nine hundred ninety nine dollars and ninety nine cents, ($999.99);
when the contract price is under $999.99, surety bond may be
required by the Township Council if they deem it necessary and in the
best interest of the township.
Entire cost of bond (s) shall be paid for by the individuals, firms, or corporations
with whom the contract (s) are entered into for the execution of any other
purchases, or the furnishing or hiring of any materials or supplies.
17
Traffic Signals & Flashing Lights
Traffic Siganls
1.
Somerdale Rd. (CR 677) & Chews Landing Rd. (CR 683)
2.
Somerdale Rd. (CR 677) & Roberts Drive
3.
Chews Landing Rd. (CR 683) & Hider Lane
4.
Chews Landing Rd. (
--- Document: Specifications for the purchase of surveillance cameras for Veterans’ Park ---
SPECIFICATION
FOR THE
PURCHASE OF
SURVEILLANCE CAMERAS FOR VETERANS PARK
FOR THE
TOWNSHIP OF GLOUCESTER
SOLICITOR
Hoy Eale
DEPARTMENT HEAD
BUSINESS ADMINISTRATOR
June 27, 2013@ 10:15 am
BID OPENING DATE:
SPECIFICATION: 2013 PD #4
SPECIFICATION DATE:
APPROVAL SIGNATURE PAGE
MAYOR
SPECIFICATIONS
FOR THE
PURCHASE OF
SURVEILLANCE CAMERAS FOR VETERANS PARK
INDEX
Cover Page
Notice to Bidders
Bid Proposal Form/Signature Page
Instructions to Bidders
Bid Bond/Surety Bond/Waiver/Consent
Specifications
Affirmative Action
Non-Collusion/Proof of Registration/Form
Construction Contract/Performance Contract/Contract Form
Public Works Contractor Registration Act/Form
Americans with Disabilities Act
TOWNSHIP OF GLOUCESTER
COUNTY OF CAMDEN, NEW JERSEY
NOTICE ΤΟ BIDDERS
NOTICE is hereby given that sealed proposals for the Purchase and installation of a
Camera/Video Surveillance system for Veterans Park. 1261 Chews Landing Road, Laurel
Springs, NJ 08021
BID SPECIFICATION NUMBER PD#4-2013
Will be received not later than JUNE 27, 2013 prevailing time 10:15 AM
at the Municipal Building, 1261 Chews Landing Road, Laurel Springs, New Jersey 08021
PROPOSALS must be addressed to the Township Clerk, P.O. Box 8, Blackwood, New Jersey
08012 and will be opened and read publicly at the time and date, and should be in sealed
envelopes marked:
PURCHASE AND INSTALLATION OF A CAMERA/VIDEO SURVEILLANCE SYSTEM
FOR VETERANS PARK, 1261 CHEWS LANDING ROAD, LAUREL SPRINGS, NJ 08021
DO NOT OPEN UNTIL: June 27, 2013 at 10:15 am
PROPOSAL forms, instructions to bidders, specifications and other building documents may be
examined or obtained at the office of the Township Clerk during normal office hours at the
above address.
THE Township Council reserves the right to reject any or all proposals in whole or in part, and to
waive such informalities as may be permitted by law.
BIDDERS are required to comply with the requirement of P.L. 1975, Chapter 127, and P.L.
1977, Chapter 33.
INFORMATION on Affirmative Action Program requirements is available at the Office of the
Township Clerk.
BID PROPOSAL FORM
(Contract Title and Bid Number, if applicable)
(Description of goods/services being bid)
The undersigned proposes to furnish and deliver the above goods/services pursuant to the bid
specification and made part hereof:
Amount in words
$
Amount in numbers
Company Name
Address
Signature of Authorized Agent
Title
Telephone Number
Date
Federal I.D. # or Social Security #
Name Type or Print
PROPOSAL FORM/SIGNATURE PAGES
To:
Gloucester Township
1261 Chews Landing Road
Laurel Springs, NJ 08021
Township Council
Date:
Council:
This proposal is submitted in accordance with your advertisement inviting proposals to be received
for the project identified as: SURVEILLANCE CAMERAS FOR VETERANS PARK
Having carefully examined the "Advertisement for Bids:, Bidding Instruction", General Clauses",
"Plans", etc. hereinafter, bulletins applying thereto, and being familiar with the various conditions
affecting the work, the undersigned hereby agrees to furnish all materials, perform all labor, and all
else necessary to complete the work in strict accordance with the specifications for prices as
follows:
In case this proposal is accepted, the undersigned is hereby bound to enter into contract within
ten(10) days after receipt of notice of acceptance for above mentioned work, in accordance with
such specifications.
Subscribed and Sworn
before me this
of
day
2
Notary public of
My commission expires
(Seal)
(Type or Print Name)
Signature
INSTRUCTIONS TO BIDDERS
NO DEPOSIT OR FEE IS REQUIRED FOR SPECIFICATIONS
QUALIFICATIONS OF BIDDERS
All bidders must be prepared to present suitable evidence of their financial standing and to furnish
a list of similar work recently completed.
No verbal instructions or information to bidders will be binding. The specifications will be
considered as clear and complete unless written attention is called to any discrepancies or
incompleteness before the opening of bids. Should any written inquiries be received by the
Business Administrator, these inquiries will be answered in the form of bulletins and issued to all
bidders. These bulletins shall be considered a part of these specifications.
Bids will be considered as conclusive evidence of complete examination of specifications and
samples. It is understood that parties making bids accept all the terms and conditions expressed
and contained in the specifications attached to the proposal submitted.
A proposal Form/Signature Page is provided in these specifications. This form must be used in
submitting a proposal and all pages of the form must be completely filled out and signed by the
bidder.
PRESENTATION OF BIDS
Each bid must be enclosed in a sealed envelope and clearly marked on the outside:
"BID PROPOSAL
_"(see advertisement, page 1), and delivered to the Office of
the Township Clerk, 1261 Chews Landing Rd., Laurel Springs, New Jersey 08021.
WITHDRAWALS
No proposal may be withdrawn later than 4:30 p.m. prevailing time on the day of the opening of
the bids. No modifications or explanations of any bid will be allowed after the same is sealed and
delivered to the Township Clerk. The proposals will be opened and read publicly by the
Township Council.
The Township Council reserves the right to reject any or all bids or parts thereof as deemed to be in
the best interest of the Township and to waive any immaterial informalities as may be permitted by
law.
FORM OF CONTRACT
The successful bidder will be required to execute a written contract with the Township Council
within ten(10) days after notice of the acceptance of their proposal.
BID BOND
Each bid shall be accompanied by a certified check, cashier's check or bid bond duly executed by
the bidder as the principal and having as surety thereon a surety company approved by the
Township of Gloucester in the amount not less than ten percent (10%), but in no case in excess of
$20,000.00 or the amount of bid. Any such bid bond shall be without endorsement or conditions.
Bid shall also be accompanied with a certificate letter from a surety company stating that it will
provide the bidder with the completion bond.
SURETY BOND
The successful bidder will be required to furnish a surety bond in the amount of one hundred
percent (100%) of the contract price, the condition of which shall be in the full and complete
execution and performance of each and all of the terms contained in the contract, proposal,
specifications and instructions to bidders. The bond shall meet all requirements of the Township
Council.
NOTE: Surety bond is automatically required when the contract price exceeds nine hundred ninety
nine dollars and ninety nine cents, ($999.99); when the contract price is under $999.99, surety
bond may be required by the Township Council if they deem it necessary and in the best interest of
the Township.
Entire cost of bond(s) shall be paid for by the individuals, firms, or corporations with whom the
contract(s) are entered into for the execution of any other purchases, or the furnishing or hiring of
any materials or supplies.
CONSENT OF SURETY
A performance bond will be required from the successful contractor on this project, and
consequent, all bidders shall, with their bid, a certificate in substantially the following form:
TO:
(Owner)
RE:
(Contractor)
(Project Description)
This is to certify that the
(Surety Company)
will provide to
(Owner)
a performance bond
in the full amount of awarded contract in the event that said contractor is awarded a contract for the
above project.
(CONTRACTOR)
(Authorized Agent of Surety Company)
Date:
CERTIFICATE OF SURETY MUST BE SIGNED BY AN AUTHORIZED AGENT
OR REPRESENTATIVE OF A SURETY COMPANY AND NOT BY THE
INDIVIDUAL OR COMPANY REPRESENTATIVE SUBMITTING THE BID.
SPECIFICATIONS
These specifications are intended to cover the furnishing of all materials and the performance of all
work that may be required or necessary for the complete compliance of the contract and the
contractor will be required to do all things. Where plans, drawings or schematics accompany
certain sections of the specifications, these shall be considered as a part of these specifications.
Quantity Description
SURVEILLANCE CAMERAS FOR VETERANS PARK
SYSTEM SPECIFICATIONS
The requirements listed in the following represent the minimum requirements for this surveillance
system. These specifications are intended to cover the furnishing of all materials and the
performance of all work that may be required or necessary for the complete compliance of the
contract and the contractor will be required to do all things.
Where plans and drawings accompany certain sections of the specifications, these shall be
considered as a part of these specifications.
All equipment and materials used shall be standard components that are regularly manufactured
and utilized in the manufacturer's system.
All equipment and components shall have been thoroughly tested and proven in actual use.
1) Video surveillance has to deliver images with a minimum resolution of 1536 lines per image
per camera in order to guarantee that persons and objects can be identified properly in the live
images.
2) The camera images need to be recorded with at least 1536 image lines in order to guarantee
that persons and objects can be identified properly in the stored images.
3) The system has to allow for simultaneous display and storage of the live images as well as the
display of the stored images and video sequences without the risk of losing data.
4) The system needs to be able to record at least 20 smooth video streams simultaneously on one
standard computer. The recorded video streams need to contain at least 10 images per second.
5) To reduce costs, the camera system should not require additional power lines for heating or
cooling the cameras. Instead, power should be supplied via the network cabling (e.g.
Power-over-Ethernet)
6) The system needs to be able to operate in outdoor applications at temperatures between 0°F to
140°F without any additional heating or fan in the surveillance cameras. This will reduce
maintenance and power consumption to a minimum, thus providing for cost-efficient protection of
the whole system using uninterruptible power supplies.
7) The cameras should not have to rely on any moving parts such as auto iris, mechanical filters,
motors, fans or similar. This ensures that the complete system is highly reliable and
maintenance-free.
8) The surveillance cameras need to be able to bridge at least a one minute failure of the data
connection or the storage device without losing any storage data, images or video sequences. This
requirement is due to the wireless connectivity of this scope.
9) The camera system will support contingency mechanisms to ensure operation during a natural
or other disaster. The surveillance cameras must provide onboard, fail-over storage in the event of
the loss of the long term recording device or network failure.
10) The cameras need to employ wide-angle lenses with an image angle of 90 degrees or more so
that the monitored areas are covered as efficiently as possible.
11) The camera system must be easily scaled and upgraded in a modular fashion to support
additional cameras.
12) The contractor/ installer must be manufacturer certified and trained on the equipment being
installed.
13) The housing and the materials have to be chosen in such a way that the cameras have a life
expectancy of at least five years. The camera enclosure shall be waterproof under normal and
severe rain conditions. The camera enclosure shall be constructed of a material that is rugged and
not subject to heat or distortion under extreme outdoor / weather conditions; nor should it be
generally subject to damage or tampering.
14) The surveillance system needs to include video management software for camera
management and playback/export of recorded images at NO additional licensing cost for as many
computers as necessary.
15) The camera system and wireless transmission system must be secure to prevent unauthorized
access and provide layers of access security for authorized users.
16) The surveillance cameras need to able to output voice messages and to react to sounds in the
camera perimeter and to trigger alarms accordingly. The system needs to play back and store the
audio signals in a lip-synchronous manner.
17) The surveillance cameras and system must be able to provide email notification of system
failures and events including hard drive errors, recording system offline, system startup, camera
shock and tamper detection.
18) Bidders must have experience in deploying IP-based video surveillance cameras systems for
municipalities and law enforcement agencies and be able to provide point-to-point wireless
communications services.
19) As a software-based solution, rather than a hardware-based application, the newest features
and developments must be easily incorporated into the deployed solution through future software
upgrades.
Equipment Specifications
Quantity - Description - Specification
1
NAS Server - Network Attached Storage device, 2U, rack mount, 8 HDD bays,
Minimum 2Ghz Intel Dual-core Processor, 2GB RAM, 12TB Enterprise Class Hard drives
configured RAID-5, 220MB/sec reading, 220GB/sec writing, 2 x Gigabit RJ-45 Ethernet ports,
VGA interface for maintenance
5
Outdoor IP Camera, Pole mounted, 3 Megapixel (2048x1536) resolution, Live Image
and recording, MJPEG High quality Image rates 3Mega @ 10 frames per second / 1280x960@
15fps, Dual Fixed Day and night lens f=4mm, 90 degree Field of View, Color sensor light
sensitivity: 1 Lux (t=1/60sec), Black & White night sensor: 0.1 Lux (t=1/60sec), 64MB
internal video ring buffer for bridging of network data connection failure, SD card slot (with
SD card for failover storage if NAS server is offline), Powered via network Power over Ethernet
standard 802.3af
2 Outdoor IP Camera, Gazebo roof mounted, 3 Megapixel (2048x1536) resolution, Live
Image and recording, MJPEG High quality Image rates 3Mega @ 10 frames per second /
1280x960@15fps, Dual Fixed Day and night lens f=4mm, 90 degree Field of View, Color
sensor light sensitivity: 1 Lux (t=1/60sec), Black & White night sensor: 0.1 Lux (t=1/60sec),
64MB internal video ring buffer for bridging of network data connection failure, SD card slot
(with SD card for failover storage if NAS server is offline), Powered via network Power over
Ethernet standard 802.3af
5 Power over Ethernet switches - Four port, to power cameras and transmit video data to
wireless transmitter
1 Outdoor Wireless Antenna/Bridge (5-5.8Ghz, Building mount, 120 degree, for point to
multipoint wireless bridge) with power supply
4
Outdoor Wireless Transmitters (5-5.8Ghz, Pole mount, for point to multipoint
wireless bridge) with power supply
POLE with wireless bridge/antenna
Wireless antenna connected to
GTPD network via existing fiber
modem in utility room
IP Camera
(gazebo mounted)
OC
IP Camera
(Pole mounted)
INTERPRETATIONS OF SPECIFICATIONS
All equipment and materials used shall be standard components that are regularly
manufactured and utilized in the manufacturer's system.
All equipment and components shall have been thoroughly tested and proven in actual
use.
All systems and components shall be provided with the availability of a toll-free
(USandCanada) Technical Assistance Program (TAP) from the manufacturer. The TAP
shall allow for immediate technical assistance for the dealer/integrator/installer or the
end user at no charge.
Each dealer/integrator/installer and end user shall have access to a password-protected
e-support website for Web-based technical assistance on a 24-hour basis. This site will
enable downloads of software updates, manuals, review of frequently asked questions,
and generation of service tickets with a 24-hour maximum response time.
All systems and components shall have a seven business day turnaround repair service.
The repair and parts express service shall be guaranteed by the manufacturer for
warranty and non-warranty items.
All systems and components shall be provided with an advance replacement policy for
devices that are DOA (dead on arrival) within 30-60 days.
The warranty shall consist of repairing or replacing defective parts for a period of two
years from the date of shipment.
Should the contractor discover discrepancies in the specifications, the matter shall be immediately
brought to the attention of the Township of Gloucester and the discrepancies corrected by written
agreement before proceeding further.
All explanation, interpretations and instructions required under these specifications will be given
by the Township upon written request from bidders.
Equipment to be furnished (if applicable) shall be new, first-class, or as specifically stipulated in
the detailed specifications and shall meet with the approval of the Township Council or their
designated representative.
All equipment if applicable, shall conform to the requirements of these specifications and any
equipment rejected by the Council as not complying with these specifications shall be immediately
removed and replaced with acceptable equipment.
EXTRA WORK
No extras or additional work will be allowed or paid for unless such extras or additional work is
ordered in writing by the Township and the price fixed and agreed before such work is performed.
ADDITIONS OR DEDUCTIONS
The Council of the Township of Gloucester shall have the right, without invalidating the contract,
to make additions to or deductions from the work covered by these specifications and in case such
deductions in cost shall be made between the Council and the contractor, but must be agreed to in
writing.
PROTECTION BY CONTRACTOR
The contractor agrees to indemnify and save harmless the Township and their representatives from
all suits or actions of every nature and description brought against them or either of them, or on
account of the use of patented or copyrighted material, appliances, products, or processes, with
legal protection. The contractor shall not transfer or sublet any portion of the work covered by
these specifications without written consent of the Township.
GENERAL CLAUSE
PROPOSAL FORMS
As noted under "instructions to bidders", attached to these specifications is a "Proposal
Form/Signature Form", which must be completely filled out and signed by each bidder.
As these Instructions to Bidders, Specifications, Form of Proposal, Signature Page, General and
Special Clauses, etc. all refer to each other and together constitute a whole legal binding agreement
and must be returned together as when delivered to bidder.
NO BID WILL BE ACCEPTED UNLESS SUBMITTED ON THE FORMS FURNISHED HEREIN
All bids must be sealed, marked and delivered in accordance with the instructions in paragraph 5,
and 6. Bids will be opened and read publicly by the Business Administrator at the time and day
specified in the Advertisement for Bids. Reading of the bids will take place at the Municipal
Building, 1261 Chews Landing Road, Laurel Springs, NJ 08021.
DELIVERY
In general, deliveries shall be at such time and place as may be fixed by Council and shall not be
made except upon definite instructions. See "Specifications" for delivery required under these
present specifications.
DISPOSAL OF MATERIALS, SUPPLIED ETC...NOT APPROVED.
Bidders shall understand that when materials, supplies, etc. have been delivered to the job which
do not comply with the specifications and have not been approved, they shall be immediately
removed upon notification to the contractor and replaced with material, supplied, etc., in full
accordance with the specifications.
PAYMENTS
Payments shall be made to the contractor within sixty (60) days of receipt of invoice, after
inspection and acceptance of the material and/or work and approval of the invoice by the
Township Council unless otherwise stipulated by the Township in the form of a contract.
NUMBER OF WORKING DAYS
The contract shall contain the date which the work shall be completed or shall specify the number
of working days to be allowed for its completion and/or delivery of materials equipment and
supplies.
EXEMPTION FROM FEDERAL EXCISE AND NEW JERSEY SALES TAX
The Township of Gloucester is exempt from Federal Excise Taxes and the New Jersey Sales Tax.
Net prices as shown in the proposal shall exclude said Federal and State Tax amounts.
NOTE: This provision shall not apply to construction, repair and/or maintenance contracts where
bidder purchases supplies, materials, and/or equipment and includes costs thereof in computation
of his bid or proposal.
NEW JERSEY PREVAILING WAGE ACT
All work on this project shall comply with the requirements under the 1963 Revised Statutes of
New Jersey Chapter 150, "Prevailing Rate of Wages on Public Contracts".
Current applicable Wage Rate Determination of the State of the New Jersey Department of Labor
shall become part of the contract.
DOMESTIC PRODUCTS
Only manufactured products of the United States, wherever available, shall be used in connection
with this undertaking, pursuant to 40A:11-18 of the Revised Statutes of the State of New Jersey.
PUBLIC DISCLOSURE
Chapter 33 of the Public Laws of 1977 provides that no Corporation or Partnership shall be
awarded any State, County, Municipal, or School District contract for the performance of any
work or the furnishing of any materials or supplies, unless prior to the receipt of the bid or
accompanying the bid of said Corporation or Partnership there is submitted a statement. The
statement shall set forth the names and addresses of all stockholders in the Corporation or
Partnership who own ten percent (10%) or more if its stock or any class, or of all individual
partners in the Partnership who owns a ten percent(10%) or greater interest therein.
FAILURE TO SUPPLY THIS INFORMATION WITH "FORM OF PROPOSAL" WILL BE
CAUSE TO REJECT THE BID
AFFIRMATIVE ACTION COMPLIANCE NOTICE
N.J.S.A 10:5-31 and N.J.A.C. 17:27
GOODS AND SERVICES CONTRACTS
(INCLUDING PROFESSIONAL SERVICES)
This form is a summary of the successful bidder's requirement to comply with requirements of
N.J.S.A. 10:5-31 and N.J.A.C. 17:27.
The successful bidder shall submit to the public agency, after notifications of award but prior to
execution of this contract, one of the following three documents as forms of evidence.:
(a) A photocopy of a valid letter that the contractor is operating under an existing Federally
approved or sanctioned Affirmative Action Program (good for one year from the date of
the letter):
OR
(b) A photocopy of a Certificate of Employee Information Report approval, issued in
accordance with N.J.A.C. 17:27-4
OR
c) A photocopy of an Employee Information Report (Form AA302) provided by the
Division and distributed to the public agency to be completed by the contractor
The successful vendor may obtain the Affirmative Action Employee Information Report (AA302)
from the contraction unit during normal business hours.
The successful vendor(s) must submit the copies of the AA302 Report to the Division of Contract
Compliance and Equal Employment Opportunity in Public Contracts (Division). The Public
Agency copy is submitted to the public agency, and the vendor copy is retained by the vendor.
The undersigned vendor certifies that he/she is aware of the commitment to comply with the
requirements of N.J.S.A. 10:5-31 and N.J.A.C. 17:27 and agrees to furnish the required forms of
evidence.
The undersigned vendor further understands that his/her bid shall be rejected as non-responsive if
said contractor fails to comply with the requirements of N.J.S.A. 10:5-31 and N.J.A.C. 17:27.
COMPANY:
PRINT NAME:
DATE:
SUPPLEMENT TO BID SPECIFICATIONS
NON-DISCRIMINATION
SIGNATURE
TITLE:
During the performance of a contract, the contractor agrees as follows:
1.
2.
The contractor or subcontractor, where applicable, will not discriminate against any
employee or applicants for employment because of age, race, creed, color, national origin,
ancestry, marital status, or sex. The contractor will take affirmative action to ensure that
such applicants are recruited and employed, and that employees are treated during
employment, without regard to their age, race, creed, color, national origin, ancestry,
marital status or sex. Such action shall include, but not be limited to the following:
employment, upgrading, demotion or transfer; recruitment or recruitment advertising;
layoff or termination; rates of pay or other forms of compensation; and selection for
training, including apprenticeship. The contractor agrees to post in conspicuous places,
available to employees and applicants for employment, notice to be provided by the Public
Agency Equal Employment Opportunity Officer setting forth provisions of the
non-discrimination clause.
The contractor or subcontractor, where applicable, will in all solicitations or
advertisements for employees placed by or on behalf of the contractor, state that all
qualified applicants will receive consideration for employment without regard to age, race,
creed, color, national origin, ancestry, marital status or sex.
3.
4.
5.
6.
7.
The contractor or subcontractor, where applicable, will send to each labor union or
representative of workers with which it has collective bargaining agreement or other
contract or understanding a notice, to be provided by the Public Agency Equal
Employment Opportunity Officer advising the labor union or workers representative of the
contractor's commitments under this act and shall post copies of the notice in a
conspicuous place available to employees and applicants for employment.
The contractor or subcontractor, where applicable agrees to comply with any regulations
promulgated by the Treasurer pursuant to P.L., c.127, as amended and supplemented from
time-to-time.
The contractor or subcontractor agrees to attempt in good faith to employ minority and
female workers consistent with the applicable county employment goals prescribed by
section 5.2 of the regulations promulgated by the Treasurer pursuant to P.L. 1975, c. 127 as
amended and supplemented from time-to-time or in accordance with a binding
determination of applicable county employment goals, determined by the Affirmative
Action Office pursuant to section 5.2 of the regulations promulgated by Treasurer pursuant
to P.L. 1975, c, 127 as amended and supplemented from time-to-time.
The contractor or subcontractor agrees to inform in writing all recruitment agencies,
including employment agencies, placement bureaus, colleges, universities, labor unions,
that it does not discriminate on the basis of age, creed, color, national origin, ancestry,
marital status, or sex, and that it will discontinue the use of any recruitment agency which
engages in direct or indirect discriminatory practices.
The contractor or subcontractor agrees to revise any of its testing procedures, if necessary,
to assure that all personnel testing conforms with the principles of job-related testing, as
established by the statues and court decisions of the State of New Jersey and as established
and by application Federal Law and applicable Federal Court decisions.
8.
The contractor or subcontractor agrees to review all procedures relating to transfer,
upgrading, downgrading and layoff to ensure that all such actions are taken without regard
to age, creed, color, national origin, ancestry, marital status or sex and conform with the
applicable employment goals consistent with the statutes and court decisions of the State of
New Jersey, and applicable Federal Law and applicable Federal Court decisions.
Provisions 4, 5, 6, 7, or 8 not required for subcontractors with (4) or fewer employees or a
contractor who has presented evidence of a Federally approved or sanctioned Affirmative
Action Program
Submitted By:
Name of Firm
Signature
Title
Date
GOODS, PROFESSIONAL SERVICES AND
GENERAL SERVICE CONTRACTS
During the performance of this contract, the contractor agrees as follows:
The contractor or subcontractor, where applicable, will not discriminate against any employee or
applicant for employment because of age, race, creed, color, national origin, ancestry, marital
status, sex, affectional or sexual orientation. The contractor will take affirmative action to ensure
that such applicants are recruited and employed, and that employees are treated during
employment, without regard to their age, race, creed, color, national origin, ancestry, marital
status, sex, affectional or sexual orientation. Such action shall include, but not be limited to the
following: employment, upgrading, demotion, or transfer; recruitment or recruitment advertising;
layoff or termination; rates of pay or other forms of compensation; and selection for training,
including apprenticeship. The contractor agrees to post in conspicuous places, available to
employees and applicants for employment, notices to be provided by the Public Agency
Compliance Officer setting forth provisions of the nondiscrimination clause.
The contractor or subcontractor, where applicable will, in all solicitations or advertisements for
employees placed by or on behalf of the contractor, state that all qualified applicants will receive
consideration for employment without regard to age, race, creed, color, national origin, ancestry,
marital status, sex, affectional or sexual orientation. The contractor or subcontractor, where
applicable, will send to each labor union or representative or workers with which it has a collective
bargaining agreement or other contract or understanding, a notice, to be provided by the agency
contracting officer advising the labor union or workers' representative of the contractor's
commitments under this act and shall post copies of the notice in conspicuous places available to
employees and applicants for employment.
The contractor or subcontractor, where applicable, agrees to comply with the regulations
promulgated by the Treasurer to P.L. 1975, c.127, as amended and supplemented from
time-to-time and the Americans with Disabilities Act. The contractor or subcontractor agrees to
attempt in good faith to employ minority and female workers consistent with the applicable county
employment goals prescribed by N.J.A.C. 17:27-5.2 promulgated by the Treasurer pursuant to
P.L. 1975, c.127 as amended and supplemented from time-to-time or in accordance with a binding
determination of the applicable county employment goals determined by the Affirmative Action
Office pursuant to N.J.A.C. 17:27-5.2 promulgated by the Treasurer pursuant to P.L. 1975, c.127,
as amended and supplemented from time-to-time.
The contractor or subcontractor agrees to inform in writing appropriate recruitment agencies in the
area, including employment agencies, placement bureaus, colleges, universities, labor unions, that
it does not discriminate on the basis of age, creed, color, national origin, ancestry, marital status,
sex, affectional or sexual orientation, and that it will discontinue the use of any recruitment agency
which engages in direct or indirect discriminatory practices. The contractor or subcontractor
agrees to revise any of its testing procedures, if necessary, to assure that all personnel testing
conforms with the principles of job-related testing, as established by the statutes and court
decisions of the State of New Jersey and as established by applicable Federal Law and applicable
Federal Court decisions.
The contractor or subcontractor agrees to review all procedures relating to transfer, upgrading,
downgrading and layoff to ensure that all such actions are taken without regard to age, creed, color,
national origin, ancestry, marital status, sex, affectional or sexual orientation, and conform with
the applicable employment goals, consistent with the statutes and court decisions of the State of
New Jersey, and applicable Federal law and applicable Federal Court decisions. The contractor
and its subcontractors shall furnish such reports or other documents to the Affirmative Action
Office as may be requested by the office from time-to-time in order to carry out the purposes of
these regulations, and public agencies shall furnish such information as may be requested by the
Affirmative Action Office for conducting a compliance investigation pursuant to Subchapter 10 of
the Administrative Code(NJAC 17:27).
SIGNATURE
(NAME) PRINT OR TYPE
COMPANY NAME:
DATE:
AFFIDAVIT FOR AFFIRMATIVE ACTION
(This Affidavit is part of the Proposal)
STATE OF:
COUNTY OF:
being duly sworn, deposes and says that he/she resides at:
and that he/she is the
of
who signed the foregoing Proposal of Bids, that during the course of this contract, he/she will
agree to the Plan for Affirmative Action.
Subscribed and Sworn to
before me on the
_day
of
20
(Notary Public)
My Commission Expires:
(Seal)
State of New Jersey
County of
NON-COLLUSION AFFIDAVIT
I,
residing in
(Name of Affiant)
SS:
(Name of Municipality)
and State of
of full
in the County of
age, being duly sworn according to law on my oath depose and say that:
I am
(Title or Position)
of the firm of
the bidder making this Proposal for the bid entitled
(Name of Firm)
and that I
(Title of Bid Proposal)
executed the said proposal with full authority to do so that said bidder has not, directly or indirectly
entered into any agreement, participated in any collusion, or otherwise taken any action in restraint
of free, competitive bidding in connection with the above named project; and that all statements
contained in said proposal and in this affidavit are true and correct, and made with full knowledge
that the
relies upon the truth of the statements contained in said
Proposal
(Name of contracting unit)
and in the statements contained in this affidavit in awarding the contract for the said project.
I further warrant that no person or selling agency has been employed or retained to solicit or secure
such contract upon an agreement or understanding for a commission, percentage, brokerage, or
contingent fee, except bona fide employees or bona fide established commercial or selling
agencies maintained by
Subscribed and sworn
before me this
day
of
2
Notary public of
My Commission expires
(Type or Print Name)
(Signature)
(Seal)
PROOF OF BUSINESS REGISTRATION
N.J.S.A. 52:32-44 required that each contractor submit proof of business registration with the bid
proposal. Proof of registration shall be a copy of the bidder's Business Registration
Certificate(BRC). A BRC is obtained from the New Jersey Division of Revenue. Information on
obtaining a BRC is available on the internet at www.nj.gov/dca/lgs/lpcl/busregis/bus or by phone
at (609) 292-1730. N.J.S.A. 52:32-44 imposes the following requirements on contractors and all
subcontractors that knowingly provide goods or perform services for a contractor fulfilling this
contract:
1) The contractor shall provide written notice to its subcontractors and suppliers to submit
proof of business registration to the contractor;
2)
3)
Prior to receipt of final payment from a contracting agency, a contractor must submit to the
contracting agency an accurate list of all subcontractors or attest that none was used;
During the term of this contract, the contractor and its affiliates shall collect and remit and
shall notify all subcontractors and their affiliates that they must collect and remit to the
Director, New Jersey Division of Taxation, the Use Tax due pursuant to the Sales and Use
Tax Act, (N.J.S.A. 54:32B-1 et seq) on all sales of tangible personal property delivered into
this state.
A contractor, subcontractor or supplier who fails to provide proof of business registration or
provides false business registration information shall be liable to a penalty of $25 for each day of
violation, not to exceed $50,000 for each business registration not properly provided or maintained
under a contract with a contracting agency. Information on the law and its requirements is
available by calling (609) 292-9292.
NEW JERSEY “BUSINESS REGISTRATION CERTIFICATE" FORM
P.L. 2004 Ch. 57 requires that Business Organization's, be registered with the New Jersey
Department of Treasury, Division of Revenue. The definition in the law is as follows:
"Contractor" means a business organization that seeks to enter or has entered into a contract with a
contracting agency, to provide goods, services, or a construction project, the cost of which exceeds
15% of the contracting unit's bid threshold.
Please indicate below, for the bidder and all subcontractors listed on the "Subcontractor
Declaration" herein, as to their registration
--- Document: Specifications for the three year radio maintenance contract for the Township of Gloucester ---
SPECIFICATION
FOR THE
THREE YEAR
RADIO MAINTENANCE CONTRACT
FOR THE
TOWNSHIP OF GLOUCESTER
SOLICITOR
HTEM
DEPARTMENT HEAD
BUSINESS ADMINISTRATOR
June 27, 2013 @ 10:00am
BID OPENING DATE:
SPECIFICATION: 2013 PD #3
SPECIFICATION DATE:
APPROVAL SIGNATURE PAGE
May
MAYOR
SPECIFICATIONS
FOR THE
PURCHASE OF
REPAIR AND MAINTENANCE CONTRACT
INDEX
Cover Page
Notice to Bidders
Bid Proposal Form/Signature Page
Instructions to Bidders
Bid Bond/Surety Bond/Waiver/Consent
Specifications
Affirmative Action
Non-Collusion/Proof of Registration/Form
Construction Contract/Performance Contract/Contract Form
Public Works Contractor Registration Act/Form
Americans with Disabilities Act
TOWNSHIP OF GLOUCESTER
COUNTY OF CAMDEN, NEW JERSEY
NOTICE TO BIDDERS
NOTICE is hereby given that sealed proposals for a 3 year contract to repair and Maintain the
Police Departments communications and electronics system
BID SPECIFICATION NUMBER PD#3-2013
Will be received not later than JUNE 27, 2013 prevailing time 10:00 AM
at the Municipal Building, 1261 Chews Landing Road, Laurel Springs, New Jersey 08021
PROPOSALS must be addressed to the Township Clerk, P.O. Box 8, Blackwood, New Jersey
08012 and will be opened and read publicly at the time and date, and should be in sealed
envelopes marked:
3 YEAR CONTRACT TO REPAIR AND MAINTAIN THE POLICE DEPARTMENTS
COMMUNICATIONS AND ELECTRONICS SYSTEM
DO NOT OPEN UNTIL: June 27, 2013 at 10:00 am
PROPOSAL forms, instructions to bidders, specifications and other building documents may be
examined or obtained at the office of the Township Clerk during normal office hours at the
above address.
THE Township Council reserves the right to reject any or all proposals in whole or in part, and to
waive such informalities as may be permitted by law.
BIDDERS are required to comply with the requirement of P.L. 1975, Chapter 127, and P.L.
1977, Chapter 33.
INFORMATION on Affirmative Action Program requirements is available at the Office of the
Township Clerk.
BID PROPOSAL FORM
(Contract Title and Bid Number, if applicable)
(Description of goods/services being bid)
The undersigned proposes to furnish and deliver the above goods/services pursuant to the bid
specification and made part hereof:
Amount in words
$
Amount in numbers
Company Name
Address
Signature of Authorized Agent
Title
Telephone Number
Date
Federal I.D. # or Social Security #
PROPOSAL FORM/SIGNATURE PAGES
Name Type or Print
To:
Township Council
Date:
Gloucester Township
1261 Chews Landing Road
Laurel Springs, NJ 08021
Council:
This proposal is submitted in accordance with your advertisement inviting proposals to be received
for the project identified as: 3 Year Radio Maintenance and Electronics Contract
Having carefully examined the "Advertisement for Bids:, Bidding Instruction", General Clauses",
"Plans", etc. hereinafter, bulletins applying thereto, and being familiar with the various conditions
affecting the work, the undersigned hereby agrees to furnish all materials, perform all labor, and all
else necessary to complete the work in strict accordance with the specifications for prices as
follows:
In case this proposal is accepted, the undersigned is hereby bound to enter into contract within
ten(10) days after receipt of notice of acceptance for above mentioned work, in accordance with
such specifications.
Subscribed and Sworn
before me this
of
day
2
Notary public of
My commission expires
(Seal)
(Type or Print Name)
Signature
INSTRUCTIONS TO BIDDERS
NO DEPOSIT OR FEE IS REQUIRED FOR SPECIFICATIONS
QUALIFICATIONS OF BIDDERS
All bidders must be prepared to present suitable evidence of their financial standing and to furnish
a list of similar work recently completed.
No verbal instructions or information to bidders will be binding. The specifications will be
considered as clear and complete unless written attention is called to any discrepancies or
incompleteness before the opening of bids. Should any written inquiries be received by the
Business Administrator, these inquiries will be answered in the form of bulletins and issued to all
bidders. These bulletins shall be considered a part of these specifications.
Bids will be considered as conclusive evidence of complete examination of specifications and
samples. It is understood that parties making bids accept all the terms and conditions expressed
and contained in the specifications attached to the proposal submitted.
A proposal Form/Signature Page is provided in these specifications. This form must be used in
submitting a proposal and all pages of the form must be completely filled out and signed by the
bidder.
PRESENTATION OF BIDS
Each bid must be enclosed in a sealed envelope and clearly marked on the outside:
"BID PROPOSAL
2013 PD #3"(see advertisement, page 1), and delivered to the Office of
the Township Clerk, 1261 Chews Landing Rd., Laurel Springs, New Jersey 08021.
WITHDRAWALS
No proposal may be withdrawn later than 4:30 p.m. prevailing time on the day of the opening of
the bids. No modifications or explanations of any bid will be allowed after the same is sealed and
delivered to the Township Clerk. The proposals will be opened and read publicly by the
Township Council.
The Township Council reserves the right to reject any or all bids or parts thereof as deemed to be in
the best interest of the Township and to waive any immaterial informalities as may be permitted by
law.
FORM OF CONTRACT
The successful bidder will be required to execute a written contract with the Township Council
within ten(10) days after notice of the acceptance of their proposal.
BID BOND
Each bid shall be accompanied by a certified check, cashier's check or bid bond duly executed by
the bidder as the principal and having as surety thereon a surety company approved by the
Township of Gloucester in the amount not less than ten percent (10%), but in no case in excess of
$20,000.00 or the amount of bid. Any such bid bond shall be without endorsement or conditions.
Bid shall also be accompanied with a certificate letter from a surety company stating that it will
provide the bidder with the completion bond.
SURETY BOND
The successful bidder will be required to furnish a surety bond in the amount of one hundred
percent (100%) of the contract price, the condition of which shall be in the full and complete
execution and performance of each and all of the terms contained in the contract, proposal,
specifications and instructions to bidders. The bond shall meet all requirements of the Township
Council.
NOTE: Surety bond is automatically required when the contract price exceeds nine hundred ninety
nine dollars and ninety nine cents, ($999.99); when the contract price is under $999.99, surety
bond may be required by the Township Council if they deem it necessary and in the best interest of
the Township.
Entire cost of bond(s) shall be paid for by the individuals, firms, or corporations with whom the
contract(s) are entered into for the execution of any other purchases, or the furnishing or hiring of
any materials or supplies.
CONSENT OF SURETY
A performance bond will be required from the successful contractor on this project, and
consequent, all bidders shall, with their bid, a certificate in substantially the following form:
TO:
(Owner)
RE:
(Contractor)
(Project Description)
This is to certify that the
(Surety Company)
will provide to
(Owner)
a performance bond
in the full amount of awarded contract in the event that said contractor is awarded a contract for the
above project.
Date:
(CONTRACTOR)
(Authorized Agent of Surety Company)
CERTIFICATE OF SURETY MUST BE SIGNED BY AN AUTHORIZED AGENT
OR REPRESENTATIVE OF A SURETY COMPANY AND NOT BY THE
INDIVIDUAL OR COMPANY REPRESENTATIVE SUBMITTING THE BID.
Specifications for the repair and maintenance of the police department
communications and electronics system of the Township of Gloucester.
PURPOSE
To provide for comprehensive diagnosis, efficient maintenance and repair of the Radio
Communications Systems and other electronic equipment that comprises the Gloucester Township
Police Communications System.
This system shall include, but not be limited to:
1.
Routine preventative maintenance
2.
3.
Periodic proof of performance checks as required by FCC rules and regulations
Prompt diagnosis and repair as specified
1.
The Communications System of the Gloucester Township Police Department is essential
for the efficient operation of the Department, which is directly related to public safety.
General Requirements
Vendors are to provide all maintenance of the entire radio system including, but not limited
to, mobile relay base station, base station, voter systems, receivers, communications consoles,
personal portable radios, and mobile radios. This shall include all parts and labor, including
programming, reprogramming, and travel time.
Repair of portable radios (Motorola, HT750, XTS2500, XTS5000 and APX7000,
APX6000), speaker microphones, and charger units for said equipment is to be on an 08:00
AM to 05:00 PM, Monday through Friday basis with a service response within the next
working day from the time the call for repair has been placed. Portable radios, which require
repair, must be repaired and returned within five (5) working days of the receipt of the said
radio by the vendor. Failure to comply may result in a $50.00 / day penalty. The vendor will
be required, under terms of this service contract to reprogram portable and mobile radios with
MDC Identification numbers and / or frequency changes at the request of the Police
Department without additional service charge.
Repair of mobile radio / siren -public address systems, speaker and all cables, switches,
control modules, and relays. Emergency light bars and components for said equipment, is to
be on service response within the next working day from the time the call for repair has been
placed. The mobile radios that require repair must be repaired and returned in working order
within five (5) working days of receipt of said equipment by the vendor. The vendor will be
required, under terms of this service contract, to reprogram portable radios and mobile radios
with MDC Identification numbers and/or frequency changes at the request of the Police
Department without additional service charge.
Repair of relay base stations, base stations, receivers, voting systems, remote receivers,
communications consoles, central equipment bank (CEB), and all internal cables
connections shall be on a twenty four (24) hour per day, seven (7) day per week repair basis
with service provided within two (2) hours after a call for repair has been placed. During the
period of said contract, the Township reserves the right to have one component change and
reprogramming for console modification at no additional charge. The vendor shall provide an
itemization of the cost maintenance per individual item.
The vendor shall respond to all calls regarding communications system problems. If the
cause of the deficiency is determined to be outside the scope of this agreement, the Township
will incur no additional service charge.
Repair of all telephone control line terminations and interfaces which are common to, or in
any way part of, the listed radio equipment; for which the telephone company has no direct
responsibility.
The vendor shall immediately report to the telephone company and the Township any
failures of control lines found to be the responsibility of the telephone company. Follow up
with the telephone company to assure timely completions of the repair, test the circuit after
repair to assure its acceptability and provide any assistance required to help the telephone
company. Vendor will not invoice for these services. After diagnosis, if the vendor is called
for the same problem within ten (10) days of the date the problem was initially reported to the
telephone company the problem is again confirmed to be the responsibility of the telephone
company. Vendor will be entitled to invoice for services rendered as a result of such recall.
Measure and record the parameters of each radio control line leased from the telephone
company, initially at the beginning of the contract periods and as may be necessary during the
term of the contract to document the current condition for the lines during maintenance and to
prove fault with or acceptability of any circuit requiring phone company repair.
Township will provide the Vendor with a contact person in Verizon to whom such failures
can be reported. Township will not be expected to assist this Vendor in communicating with
the telephone company; Vendor is fully responsible for expediting assistance from them.
Measure the condition of each antenna system by use of Time Domain Reflectometer
(TDR) to verify antenna system quality, to detect faults during routine maintenance
performance and to detect faults when the antenna system is suspect during repair work.
For this contract, this measurement must be made and documented report and repair quote
submitted within thirty (30) days of the beginning of this contract in order for any repair costs
to be considered preexisting conditions. Any defective antennas found after the first thirty
(30) days shall be the responsibility of this Vendor as part of this contract without additional
compensation. The existing vendor shall make no claim for any such antenna work should a
contract be awarded to him as a result of this solicitation.
Accomplish scheduled inspection, testing, adjusting and cleaning of all the equipment in
accord with the conditions and schedules detailed in these Specifications.
Acceptance by the vendor of equipment not listed under the service contract will require
the same turn around time as equipment listed under the service contract. For any required
service not covered under the terms of the contract (e.g. repair work on a time and material
basis), the Township reserves the right to obtain up to three (3) separate price quotes from
other reputable vendors for such required service. For purposes of this contract, a "reputable
vendor" is any other vendor who meets the requirements set forth under the Technical
qualifications Prerequisites paragraph contained within this specification.
Vendor shall provide the Township with a preventative maintenance service schedule and
provide said preventative maintenance of all equipment listed the The Formal Proposal within
forty-five (45) days of award of the contract. This includes, but is not limited to, periodic
inspection of the physical condition of all radios, antennas, other listed equipment,
measurement of the electrical and electronic parameters of each piece, doing all repairs and
adjustment necessary to restore that equipment to meet original specification, quality, current
FCC regulations and system requirement.
Periodic inspections and test shall be made as follow:
Consoles and associated equipment, base stations, satellite and monitor (fixed) receivers,
the antenna systems for voting systems and other listed fixed equipment shall be inspected,
tested, adjusted and repaired as necessary to bring the covered equipment to compliance with
published specifications and FCC regulations in accord with formats herein:
The first tests shall be conducted within forty-five (45) calendar days of the beginning of
this contract.
The tests shall be repeated every six (6) months thereafter for the duration of this contract.
All covered portable and mobile equipment and accessories, including chargers, shall
likewise be inspected, tested, adjusted and repaired as necessary to bring them into compliance
with specifications, FCC rules and included formats.
2.
Consoles
FORMATS FOR TESTS MEASURMENTS
All components of each console including, but not limited to, lamps, switches, clocks,
controls, speakers, microphones, power supplies, amplifiers, tone generators, etc., shall be
inspected for proper electrical operation and physical condition.
All controls, switches and surfaces shall be cleaned by approved methods and all dust, dirt
and debris removed from the interior.
Frequencies, duration and timing of all tomes generated by the console and encoder
equipment shall be measured and corrected as necessary to be symmetrical in shape, of proper
amplitude and within one half (.5) Hertz of the specified frequency.
All audio levels shall be measured and adjusted as necessary to balance the system.
All cabling shall be checked for dried, cracked or otherwise unserviceable conditions and
replaced as necessary.
Base Stations, Fixed Receivers and Voting Equipment
The power supply of each piece of equipment shall be tested for the proper supply voltage and current in
accord with manufacturers specifications.
Each transmitter shall be tested for the proper carrier frequency, modulation and radio
frequency power output. Measurement of the levels of transmitter noise, spurious generated
shall be made using a spectrum analyzer. A written report of these levels as found and
corrections made shall be provided to the Township. Each cavity, filter or other device line to
antenna shall be tested for isolation inserted between the output port of the transmitter and the
line to the antenna shall be tested for isolation characteristics and insertion loss. The
condition and characteristics of each must be documented at each test and documentation
provided to the Township. All necessary repairs and adjustments shall be made and a written
report of these provided to the Township.
Each receiver shall be tested for proper tuning, selectivity, sensitivity (12 dB SINAD and
20dB quieting), audio power output, audio distortion, modulation, acceptance, line level
output, status tone level and frequency. All necessary repairs and adjustments shall be made.
A written, itemized report of the conditions found and work done shall be provided to the
Township.
All voting equipment shall be tested and brought to compliance with manufacturer's
specifications by repair or adjustment and a written itemized report provided to the Township.
Every cabinet shall be cleaned and made free of all dust, dirt and debris. All controls shall
be cleaned. All cabling shall be examined for dried, cracked or otherwise unserviceable
conditions. All other components shall be examined for signs of deterioration or defects.
Each shall be repaired or replaced as necessary. All blowers and motors shall be oiled, if
appropriate. Air filters shall be cleaned or replaced as necessary.
All equipment shall be checked for a secure mounting. Any mounting not secure will be
made secure.
Vendor shall test and maintain all Gel cells and DC system batteries. Replacement of Gel
cells shall be this Vendor's responsibility and the cost covered by the contract fee. DC system
battery defects or failures shall be reported in writing with a detailed statement of work for
repair or replacement. Where such defect or failure is determined to result from the Vendor's
failure to provide proper maintenance and care, the cost shall be borne by the vendor.
Fixed Antenna Systems
A Time Domain Reflectometer (TDR) shall be employed to test every antenna system
associated with every base station or receiver. A physical inspection of each cable, connector
and antenna shall also be made.
All repairs, as necessary, shall be made to correct any electrical or mechanical defect
found. Cables, connectors and antennas shall be re-wrapped and re-fastened as necessary.
When the associated antenna, cable, cavities and transmitter are determined to be in proper
operating condition the effective radiated power (ERP) shall be calculated and recorded. The
output of the transmitter shall be adjusted as necessary to bring the ERP into compliance with
the FCC or system limitation.
Portable Radios
The transmitter, receiver and power supply sections of each portable shall be serviced as
outlined in other sections of this specification.
Antennas shall be tuned for optimum performance or repaired or replaced as necessary.
Damage other than normal wear and tear shall be noted and reported, but not corrected at
this time. A written quotation of repair costs shall be provided to the Township.
Chargers shall be tested for proper operations. All defects due to normal wear and tear
shall be corrected. Defects not due to normal wear and tear shall be noted and reported to the
Township, along with a detailed quotation for such work.
Mobile Radios and Ancillary Equipment
The transmitter, receiver and power supply sections of each mobile radio shall be
serviced as described in other sections of this specification.
Antennas and cables shall be tested and any exhibiting a reflected power greater than ten
percent (10%) of the power output of the transmitter into the antenna line shall be repaired,
replaced or adjusted as necessary.
Microphones, speakers, control heads and associated wiring shall be examined for signs of
wear and tear and all necessary repairs shall be made.
Where repairs are necessary due to causes other than normal wear and tear such repairs
shall not be made, but shall be reported in writing to the Township along with a detailed
quotation for such work.
Remote Control Units
All such units listed herein shall be serviced in accord with the requirements set forth in
this specification.
Telephone (Radio Control) Lines
Vendor must measure and record the loss or quality of each line and provide a copy, in
graph form, to the Township.
Said measurements shall be made overall (from one terminus to the other) and shall be
made to no less than ten (10) reasonably spaced frequencies between 300 Hz and 3000 Hz.
These measurements shall be completed during the scheduled testing and maintenance of
the related fixed equipment and shall also be performed when a failure is indicated during
repair calls.
All lines determined not acceptable shall be reported by the Vendor to the telephone
company for repair.
Any lines referred for repair shall be retested when repairs are reported as completed by the
telephone company and shall not be accepted until they are of satisfactory quality.
Any charges to the Township made by the telephone company due to improper fault
diagnosis by the Vendor shall be the Vendor's responsibility.
3.
Test Equipment and Spare Parts
It is required that the successful vendor be capable of replacing any and all assemblies and
devices in this system. If one of these items has become obsolete, it shall be the responsibility
of the vendor to provide a device or component that will appropriately provide replacement to
return the unit(s) to operating order. Vendor's facilities for supplying all electronic parts,
including semi-conductors in the equipment supplied must be capable of delivering said
components on emergency orders within 24 hours on weekdays, and 48 hours on weekends
and holidays. The replacement ability shall apply to mechanical and electrical assemblies,
housings, including any unique devices required by this contract, with the exception that
delivery time of unique devices shall be 48 hours or less. A substitute part may be used in lieu
of an original replacement part so that the system or system parts may be made operational in
the shortest possible time, however, the substitute part must be replaced by an original
replacement part as soon as the part becomes available. The vendor will provide written
notification to the Communications Supervisor of any such substitution.
4.
The vendor shall have and maintain service equipment to properly diagnose
problems, program communications equipment, program logic circuits, program
frequencies and operations of equipment under this contract. This is to include Motorola
Software.
All materials necessary for the maintenance and operation of the systems shall be
new and approved brands and shall meet the manufacturer's equipment specifications.
The successful vendor will maintain all licensed software for programming and
diagnostic services to the listed equipment. The vendor will maintain repair manuals for
all components and equipment listed in the bid specifications.
The Vendor will maintain "HOT AIR BONDER" equipment to properly remove
and replace discrete devices, integrated components, and logic devices from printed circuit
boards.
REPORTING
The successful bidder is required to provide written reports of all work done and
materials used on forms provided, or approved by, the Township.
Each piece of equipment serviced shall be reported on a separate form to permit
filing of reports on a per unit basis.
5.
The report shall be clearly legible and shall include the manufacturer, model
number, serial number (Township's inventory number may replace model and serial),
type equipment, complaint, trouble found, steps taken to make repairs and a list of
materials used.
Every report shall be signed by the technician using his full name and FCC or other
authorized license number.
All reports shall be delivered to the Township no later than two (2) working days
after completion of the repair.
VENDOR'S SERVICE PREMISES AND TOWNSHIP'S RIGHT TO INSPECT
Vendor, within fifteen (15) days of notification of award, shall show proof that the
service shop that will store the parts and the Township's equipment for repair is
adequately protected against attempts at burglary, hold up, fire or pilferage.
Such protection shall include an automatic burglar and fire alarm system connected
to a central alarm monitoring facility approved by the Township.
Failure to provide and continuously maintain this protection in full working
condition shall be cause for cancellation of this contract and exercise of the Township's
remedies herein.
Technical Qualifications and Prerequisites
Although the FCC no longer requires the technicians to be certified, The Township
of Gloucester, as the licensee, requires work to be performed by certified technicians. A holder of
at least one (1) of the following certifications shall perform all technical repairs:
Valid FCD General Class radio telephone license; National
Vendor must have at least seven (7) full time certified technicians
on board.
Uncertified technicians will not be allowed. Bidders must supply with their bid
proposal a list of all qualified certified technicians, including their years of experience and
training, class of license or certification and expiration dates, that will be required to perform the
duties under this contract for the servicing of the exact equipment listed.
It is also mandatory that the bidder provide satisfactory completion of factory
service schools on the radios being used by the Gloucester Township Police Department. This
evidence must be submitted with the bid.
Each bid submitted shall include a list of the appropriate technical proficiency
certificates awarded by Motorola to the technical specialists on the model of radio used by the
Gloucester Township Police Department.
The vendor shall have the following equipment and certified technicians to operate
the following equipment:
1. DVP/XL Securenet Monitor
2.
TIMS Meter capable of reading phone line noise
The vendor must be able to maintain ASTRO equipment with a
certified technician.
Bidders are required to have or obtain the necessary fixed and portable equipment
with software and interconnection cables for any of the listed equipment.
The successful vendor shall consent to have any employee who, during the course
of this contract, may have access to communications equipment of the Gloucester Township
Police Department, undergo a background investigation at the discretion of the Chief of Police.
This action may be deemed necessary due to the sensitivity of the information the employee may
have access to during his/her activity at these areas.
The successful vendor shall provide each employee with a photo identification card
identifying the bearer by name, position and signature. Each employee must have this card in his
possession while engaged in repair or service activities and shall present this identification upon
demand.
The successful vendor shall agree to abide by any and all security measures in force
at the time of a visit.
The Township shall have the right to visit and inspect any and all premises the
vendor proposes or uses as a main office, local office, main shop or satellite ship to provide the
services, stock or personnel in accord with these specifications.
Visits and inspections may be made prior to award of contract and at any other
reasonable times during the contract period.
These rights shall also apply to any premises of any subcontractor providing
services under this contract.
Due to the increased complexity and sophistication of the communications system,
bids for equipment will be accepted only from organizations that have technicians that are factory
trained by the manufacturer of the major voice and data equipment utilized by this department.
Successful bidder must have installed and currently maintains at least five (5)
Airlink ATS systems in New Jersey, similar to the system utilized by this department. Contact
information, name, phone number and department must be included in bid response.
Successful bidder must keep on hand a complete supply of spare parts for radio,
Zetron console and Mobile Data Systems, and be available for inspection.
No subcontractors will be allowed.
Successful bidder must be an authorized AIRLINK, ZETRON, MOTOROLA, and
PANASONIC dealer. This is the major equipment used by the Township.
Bids will only be accepted by organizations that have a minimum of seven (7)
Motorola Factory trained technicians.
Bids will only be accepted by organizations that have technicians that are factory
trained in Zetron radio consoles and Zetron E911 telephone systems.
Bids will only be accepted by organizations that have a minimum of seven (7) FCC
Licensed Technicians.
Technicians must reside in the same state as this department.
Copies of FCC licenses and factory training certificates must be enclosed with bid.
A list of all service vehicles and service test equipment indicating year of manufacture and
calibration dates must be submitted with bid.
Successful bidder must have a minimum of four (4) technicians factory trained and
certified by Airlink, certificates must be included in bid response.
6.
RELOCATING, ADDING, DELETING EQUIPMENT
The Township shall have the right to relocate any equipment
specified in this bid as it sees fit. The monthly charge for maintaining any relocated equipment
will remain the same regardless of where it is located or how often it is moved.
7.
LIGHTNING DAMAGE
Damage caused from hurricanes, earthquakes, lightning strike(s) or
other such natural catastrophic events shall not be the responsibility of the vendor in any instance.
8.
TERM OF CONTRACT
The contract shall run from July 1, 2013 to June 30, 2016 in one year increments; if
at any point, the Township of Gloucester is not satisfied with the level of service,
the Township reserves the right to cancel the balance of the contract.
The vendor shall be given thirty (30) days notification prior to the date of
cancellation.
Portable, Mobile, and Base Unit Radio Systems and Mobile Data Terminal
Communications System, and Emergency Lighting Equipment List
Portable Radio Units: Total:
187
Motorola XTS2500
Motorola XTS5000 Units:
10
114
Motorola XPS5000
1
Motorola AΡX7000
5
Motorola HT750
42
(Including all components and charging systems, etc., as per specifications)
*Future purchases of Motorola APX7000 units will be replacing Motorola
XTS5000
Mobile Radio Units: Total:
Motorola Astro Units:
Motorola Astro Plus Units:
Mobile Interoperablity System:
Vertex Mobile Radios
ΑΡΧ7000 Mobile
134
56
25
1
43
9
(Including all components and charging systems, etc., as per specifications)
*Future purchases of Motorola APX7000 units will replace Motorola Astro units.
Base Unit Radio System:
CRT Based Console System:
Desktop Console:
Model 3230 Phone System:
TDD Printer / Interface:
CRT Touch Screen Monitors:
PC for touch screen monitors
Radio Central Electronics:
Phone Central Electronics:
Instant Recall Interface:
4
1
4
1
4
4
1
1
1
Spectra Consolette
APX7000 Desktop unit
1
1
**APX7000 for Patching radio console 1
SPEN Base MTR 2000
1
(4) Quantar Base Repeaters and Point to Point Wireless Link system between
Aqua water Tower and Police Hqs,
(5) receivers: (1) Winslow Tower, (2) MUA Glendora, (1) Aqua water tower, (1)
Department of Public Works (MTR 2000 receiver)
Including Mexaplexers: (1) Aqua Tower (1) Police hqs,)
TRAK GPS frequency reference (2)
All associated cable, Modems, Voice Modules, antennas and redundant power
supply
All Transmitters including (4) currently at Police Hqs, (1) Aqua tower and all
components related to the transmitters, Cable, wire modems, antennas etc.
Mobile Data Terminal System:
Panasonic Tough Book Laptop Computers (CF30, CF31):
Airlink NGE Modems (CDMA, LTE 4g):
Wireless PC Air Cards:
47
51
9
(Including all mounting systems, timing devices, and antenna systems, etc., as
per specifications)
Emergency Lighting Equipment:
Federal Vista Light Bars and direction light sticks:
Whelan Liberty LED Light Bars
Strobe / LED light kits for unmarked / specialty vehicles:
4
46
21
(Including all emergency lighting components, bulbs, modules, switches, relays,
Sirens etc., as per specification; excluding vehicle manufacturers factory installed
components)
per specification; excluding Ford factory installed components)
EXTRA WORK
No extras or additional work will be allowed or paid for unless such extras or additional work is
ordered in writing by the Township and the price fixed and agreed before such work is performed.
ADDITIONS OR DEDUCTIONS
The Council of the Township of Gloucester shall have the right, without invalidating the contract,
to make additions to or deductions from the work covered by these specifications and in case such
deductions in cost shall be made between the Council and the contractor, but must be agreed to in
writing.
PROTECTION BY CONTRACTOR
The contractor agrees to indemnify and save harmless the Township and their representatives from
all suits or actions of every nature and description brought against them or either of them, or on
account of the use of patented or copyrighted material, appliances, products, or processes, with
legal protection. The contractor shall not transfer or sublet any portion of the work covered by
these specifications without written consent of the Township.
GENERAL CLAUSE
PROPOSAL FORMS
As noted under "instructions to bidders", attached to these specifications is a "Proposal
Form/Signature Form", which must be completely filled out and signed by each bidder.
As these Instructions to Bidders, Specifications, Form of Proposal, Signature Page, General and
Special Clauses, etc. all refer to each other and together constitute a whole legal binding agreement
and must be returned together as when delivered to bidder.
NO BID WILL BE ACCEPTED UNLESS SUBMITTED ON THE FORMS FURNISHED HEREIN
All bids must be sealed, marked and delivered in accordance with the instructions in paragraph 5,
and 6. Bids will be opened and read publicly by the Business Administrator at the time and day
specified in the Advertisement for Bids. Reading of the bids will take place at the Municipal
Building, 1261 Chews Landing Road, Laurel Springs, NJ 08021.
DELIVERY
In general, deliveries shall be at such time and place as may be fixed by Council and shall not be
made except upon definite instructions. See "Specifications" for delivery required under these
present specifications.
DISPOSAL OF MATERIALS, SUPPLIED ETC...NOT APPROVED.
Bidders shall understand that when materials, supplies, etc. have been delivered to the job which
do not comply with the specifications and have not been approved, they shall be immediately
removed upon notification to the contractor and replaced with material, supplied, etc., in full
accordance with the specifications.
PAYMENTS
Payments shall be made to the contractor within sixty (60) days of receipt of invoice, after
inspection and acceptance of the material and/or work and approval of the invoice by the
Township Council unless otherwise stipulated by the Township in the form of a contract.
NUMBER OF WORKING DAYS
The contract shall contain the date which the work shall be completed or shall specify the number
of working days to be allowed for its completion and/or delivery of materials equipment and
supplies.
EXEMPTION FROM FEDERAL EXCISE AND NEW JERSEY SALES TAX
The Township of Gloucester is exempt from Federal Excise Taxes and the New Jersey Sales Tax.
Net prices as shown in the proposal shall exclude said Federal and State Tax amounts.
NOTE: This provision shall not apply to construction, repair and/or maintenance contracts where
bidder purchases supplies, materials, and/or equipment and includes costs thereof in computation
of his bid or proposal.
NEW JERSEY PREVAILING WAGE ACT
All work on this project shall comply with the requirements under the 1963 Revised Statutes of
New Jersey Chapter 150, "Prevailing Rate of Wages on Public Contracts".
Current applicable Wage Rate Determination of the State of the New Jersey Department of Labor
shall become part of the contract.
DOMESTIC PRODUCTS
Only manufactured products of the United States, wherever available, shall be used in connection
with this undertaking, pursuant to 40A:11-18 of the Revised Statutes of the State of New Jersey.
PUBLIC DISCLOSURE
Chapter 33 of the Public Laws of 1977 provides that no Corporation or Partnership shall be
awarded any State, County, Municipal, or School District contract for the performance of any
work or the furnishing of any materials or supplies, unless prior to the receipt of the bid or
accompanying the bid of said Corporation or Partnership there is submitted a statement. The
statement shall set forth the names and addresses of all stockholders in the Corporation or
Partnership who own ten percent (10%) or more if its stock or any class, or of all individual
partners in the Partnership who owns a ten percent(10%) or greater interest therein.
FAILURE TO SUPPLY THIS INFORMATION WITH “FORM OF PROPOSAL" WILL BE
CAUSE TO REJECT THE BID
AFFIRMATIVE ACTION COMPLIANCE NOTICE
N.J.S.A 10:5-31 and N.J.A.C. 17:27
GOODS AND SERVICES CONTRACTS
(INCLUDING PROFESSIONAL SERVICES)
This form is a summary of the successful bidder's requirement to comply with requirements of
N.J.S.A. 10:5-31 and N.J.A.C.
--- Document: Request for proposals for professional grant consulting services community development block grant/ home programs ---
REQUEST FOR PROPOSALS FOR
PROFESSIONAL GRANT CONSULTING SERVICES
COMMUNITY DEVELOPMENT BLOCK GRANT/
HOME PROGRAMS
PROPOSALS ARE DUE ON OR BEFORE:
June 26, 2013
BY 11:00 AM
Send Responses to:
Township of Gloucester
Office of the Township Clerk
Rosemary DiJosie
1261 Chews Landing Road
P.O. Box 8
Blackwood, NJ 08012
REQUEST FOR PROPOSALS FOR PROFESSIONAL GRANT
CONSULTING SERVICES
COMMUNITY DEVELOPMENT BLOCK GRANT/HOME PROGRAMS
CONTRACT TERM: JULY 1, 2013 THROUGH DECEMBER 31, 2013
1.0 PURPOSE
The Township of Gloucester is seeking proposals from qualified consultants for the provision of
technical assistance in the following aspects of the Community Development Block Grant
Program and HOME Program (“Programs”):
SCOPE OF SERVICES: The Consultant shall, as authorized, undertake the necessary analyses,
applications and related activities to accomplish the following activities:
I.
GENERAL ADMINISTRATION - CONSULTANT SERVICES
A. Consultant agrees to provide general assistance and recommendations to the Township
and its administrative agents in matters relating to the administration and execution of its
Community Development Block Grant and HOME Programs, as well as other CDBG-
related programs, including the Housing Rehabilitation Program, the Public Facilities
Program, staff training, internal project file monitoring, CHDO Project planning,
implementation services and project activity support
B. Meet weekly with staff of the Office of Community Development to review program
progress and program regulations.
II. 2011 and 2012 ANNUAL ACTION PLANS
A. Provide assistance in compiling eligibility documentation in accordance with HUD
regulations for 2011 and 2012 funded projects, including National Objective
determinations
B. Provide assistance in preparing for Department of Housing & Urban Development
program monitoring of CDBG & HOME projects, including the Housing Rehabilitation
Loan Program
C. Provide assistance with updates to the IDIS system to ensure all projects include required
activity descriptions, locations, and beneficiaries
D. Provide assistance in preparing a written procedures manual outlining implementation
procedures for submittal to HUD at project monitoring
E. Provide assistance in the preparation of a system of reporting and recordkeeping that
includes the periodic updating of data in the IDIS and the establishment and maintenance
of activity records sufficient to demonstrate that each activity meets the regulatory
requirements of the CDBG program
III. 2013 ANNUAL ACTION PLAN
The consultant will assist in the preparation of the Annual Action Plan consisting of the
following information, to be submitted using the most up to date version of the CPMP Tool
in accordance with instructions prescribed by HUD.
A. General:
Executive Summary ; General Questions; Managing the Process; Citizen Participation;
Institutional Structure; Monitoring; Lead-based Paint
B. Housing
Specific Housing Objectives; Needs of Public Housing; Barriers to Affordable Housing;
HOME
C. Homeless
Specific Homeless Prevention Elements
D. Community Development
Community Development; Antipoverty Strategy
E. Non-Homeless Special Needs Housing
Non-Homeless Special Needs; Housing Opportunities for People with AIDS
F. Project Activity Forms
Triad will complete individual Activity Forms in the CPMP Tool for each activity to be
undertaken.
G. Forms and Certifications, including Standard Forms (424), Certifications, Specific CDBG
Certification, Specific HOME Certification and Appendix to Certifications.
H. Description of the Consultation and Citizen Participation Process
IV. 2013 ENVIRONMENTAL REVIEW RECORD
The Consultant shall prepare an Environmental Review Record for the community
acceptable for HUD approval and release of Community Development Program funds. The
Environmental Review Record will include, as applicable:
A. A description of the project to which it relates.
B. Documentation showing each step in the Environmental Review process as follows:
1. Determination of existing conditions;
2. Identification of environmental impacts;
3. Examination of identified impacts;
4. Consideration of project modification;
5. Consideration of alternative projects.
C. Documentation that the findings have been made and are supported by the Environmental
Review Record.
D. Documentation that the required steps in the Environmental Review process have been
followed.
E. Description of the existing environmental conditions.
F. A copy of the publication of Notice of Request for Release of Funds.
G. A copy of the Request for Release of Funds.
H. The Consultant may meet with the community’s Certifying Officer to review the
Environmental Review Record prior to the Certifying Officer executing the
Environmental Certification.
V. 2012 CONSOLIDATED ANNUAL PERFORMANCE AND EVALUATION REPORT
The Consultant shall prepare the Consolidated Annual Performance and Evaluation Report
(CAPER) for the community acceptable for HUD approval including the following:
A. General
1. Executive Summary
2. General Questions
3. Managing the Process
4. Citizen Participation
5.
Institutional Structure.
6. Monitoring
7. Lead-based Paint
B. Housing
1. Housing Needs
2. Specific Housing Objectives
3. Public Housing Strategy.
4. Barriers to Affordable Housing
5. HOME
C. Homeless
1. Homeless Needs
2. Specific Prevention Elements
D. Non-Homeless Special Needs Housing
1. Non-Homeless Special Needs.
E. Community Development
1. Community Development
2. Antipoverty Strategy
VI. PROGRAM INCOME DOCUMENTATION
A. Provide assistance with documentation of use of Program Income in accordance with
HUD regulations
VII.
PUBLIC NOTICE DOCUMENTATION
A. Provide assistance with compliance with public notice documentation in accordance with
HUD regulations
VIII.
HUD PROJECT MONITORING
A. Provide assistance in preparation for and attend 2013 HUD Project Monitoring.
B. Assist with preparation of responses, as needed, to Findings and Concerns noted in HUD
Project Monitoring.
2.0 TIME OF PERFORMANCE
All services of the consultant shall be completed in accordance with timing requirements of the
program and the directives of HUD. The period of this contract will be six (6) months from July
1, 2013 to December 31, 2013.
3.0 PROPOSAL REQUIREMENTS
3.1 The consultant shall provide to the Township the name or names of employees that will be
assigned to service the Township of Gloucester account. Said employee(s) must have a minimum
of five (5) years' experience in the Community Development Block Grant and HOME Programs
and related State and Federal community and economic development programs. Examples of
work completed by the assigned employee(s) must be listed as part of the proposal. A list of
clients that said employee(s) service must be submitted with name and address of said clients
furnished so that they may be contacted for verification of the employee's credentials and ability
to perform.
The consultant shall also provide to the Township a list of communities and grants in which they
have been successful for housing and urban development, environmental preservation and
planning assistance, with particular emphasis on New Jersey communities.
3.2 Description of any other factors the proposing party believes is relevant to its ability to
provide the Township of Gloucester with superior service.
3.3 Proof of Professional Liability Insurance maintained.
4.0 DATA TO BE FURNISHED TO CONSULTANT
The Township shall provide the Consultant with information and documentation which the
Consultant may require to render properly the services provided for in this Agreement. Such
information or documentation may include planning, economic and engineering studies, reports
or analyses; codes and ordinances; environmental assessments; property appraisals; capital
improvement and other development plans and programs; data on housing conditions; and
current community development activities, maps, correspondence and other pertinent materials.
5.0 BASIS FOR AWARD OF AGREEMENT FOR PROFESSIONAL SERVICES
The Township shall award all professional service contracts or agreements based on
qualification, merit and cost competitiveness. Selection criteria will include:
a.
Qualifications of the individual or firms who will perform the service or activity.
b.
Experience and references.
c.
Ability to perform the service or activity in a timely fashion, including staffing
and the staff's familiarity of the service or activity.
Respondents shall clearly mark their submittal package with the title of this RFP and the
name of the responding fIrm, addressed to the Township Clerk. The original proposal shall
be marked to distinguish it from the copies.
Respondents are required to submit their expressions of interest, qualifications and experience.
One (1) original and three (3) copies of the Proposal, INCLUSIVE OF ALL information must
be provided to the Township's Purchasing Agent. Proposals must be received by 11:00 am, June
26, 2013. Any proposals received after said opening whether by mail or otherwise, will be
returned unopened. It is recommended that each proposal package be hand delivered. The
Township assumes no responsibility for delays in any form of carrier, mail, or delivery service
causing the proposal to be received after the above-referenced due date and time. Submission by
fax, e-mail or telephone is NOT PERMITTED. Delivery of a proposal to any other Township of
Gloucester Department or office is not acceptable and may result in your bid arriving late in the
Clerk’s Office. It is the bidder's responsibility to make sure the proposal is delivered to the
proper office as listed above.
The Township of Gloucester reserves the right to reject any proposal that misses the
specified deadline.
Only those RFP responses received prior to or on the submission date & time will be
considered.
Proposal Opening:
There will not be a public opening for the Request for Proposal. Submission received, by the date
and time of closing, will be opened administratively by respective members of the Township at a
time subsequent to the closing.
d.
Cost Competitiveness.
All awards are subject to availability of funds.
6.0 PROCEDURE FOR EVALUATION OF RFP'S
The Township's RFP/RFQ Review Subcommittee will evaluate each submission and selection
will be made upon the basis of the criteria listed below:
a.
All proposals shall be evaluated for: 1) compliance with the minimum
requirements stated in the RFP and 2) the relative benefits and deficiencies of the
proposal as compared to other proposals.
b.
After an initial screening process, a technical question and answer conference or
interview may be conducted, if deemed necessary by the Township, to clarify or
verify the firm's proposal and to develop a comprehensive assessment of the
proposal.
c.
The Township reserves the right to consider historic information and fact, whether
gained from the proposal, question-and-answer conferences, references, or any
other source, in the evaluation process.
7.0 PROPOSAL SUBMISSION INFORMATION
Submission Date and Time:
June 26, 2013 – 11:00 am
Submission Office:
Township of Gloucester, Township Clerk’s Office
--- Document: Notice to Bidders – Laurelwood Estates Punchlist Repairs ---
NOTICE TO BIDDERS
PUBLIC NOTICE IS HEREBY GIVEN that sealed bids will be received by the Township of
Gloucester for the Laurelwood Estates Punchlist Repairs in the Township of Gloucester, Camden County,
New Jersey.
Bid forms, contracts and specifications are on file at the office of Remington and Vernick Engineers, 232
Kings Highway East, Haddonfield, New Jersey 08033.
Said Bids will be received, opened and read aloud in public at the Township of Gloucester, 1261 Chews
Landing Road, P.O. Box 8, Blackwood, Camden County, New Jersey on July 10, 2013 at 10:00 AM
prevailing time.
Copies of the bid forms, contracts and specifications may be obtained from said Remington and Vernick
Engineers, by prospective bidders upon request, upon payment of the sum of $50.00 for each set.
PAYMENT MUST BE RECEIVED PRIOR TO OBTAINING SAID SPECIFICATIONS, EITHER BY
MAIL OR IN PERSON.
NO BIDS ARE TO BE DROPPED OFF AT THE ENGINEER’S OFFICE.
The Township of Gloucester reserves the right to consider the bids for sixty (60) days after the receipt
thereof, and further reserves the right to reject any or all bids, either in whole or in part and also to waive
any informality in any and make such awards or take action as may be in the best interest of the Township
of Gloucester.
Bids must be on the bid form prepared by Remington and Vernick Engineers, in the manner designated
therein and required by the specifications, must be enclosed in sealed envelopes bearing the name and
address of the bidder on the outside and also bearing on the outside reference to the particular work bid
upon. Said bids shall be addressed to Rosemary DiJosie, Clerk, Township of Gloucester, P.O. Box 8,
Blackwood, New Jersey 08012.
Each bid shall be accompanied by a certified check, cashier’s check or bid bond duly executed by the
bidder as principal and having as surety thereon a surety company approved by the Township of
Gloucester in an amount not less than ten percent (10%) but in no case in excess of $20,000.00 of the
amount bid. Any such bid bond shall be without endorsement or conditions. Bid shall also be
accompanied by a certificate letter from a surety company stating that it will provide the bidder with the
completion bond.
The award of the contract shall be made subject to the necessary moneys to do the work being provided
by the Township of Gloucester in a lawful manner. The contract to be executed by the successful bidder
will provide that it shall not become effective until the necessary moneys to do the work have been
provided by the Township of Gloucester in a lawful manner. The award shall further be subjected to the
securing of necessary State, Federal or Local permits governing the work.
Bidders are required to comply with the requirements of N.J.S.A. 10:5-31 et. seq., N.J.A.C. 17:27
(Affirmative Action), P.L. 1963. C150 (New Jersey Prevailing Wage Act), and Americans with
Disabilities Act of 1990 (42 U.S.C. 12101, et.seq.).
The contractor is further notified that he must comply with P.L. 1977, c. 33, and submit a Disclosure
Statement listing stockholders with his bid.
The contractor is further notified that he must comply with P.L. 1999 c.238 Public Works Contractor
Registration Act and he and any subcontractors must be registered in accordance with the act.
The contractor is also further notified that he must comply with P.L. 2004 c. 57 and submit proof of
business registration and submit proof of business registration for any named subcontractors in
accordance with the act.
By Order of the Mayor & Council
Township of Gloucester
Camden County, New Jersey
Dated: June 18, 2013
--- Document: Notice to Bidders for Brokerage of Services for Provision of Employee Benefits Package ---
TOWNSHIP OF GLOUCESTER
COUNTY OF CAMDEN, NEW JERSEY
RFQ NOTICE
NOTICE is hereby given that qualifications for the Provision of Employee Benefits
Brokerage of Services for Medical/Prescription/Dental/Vision Coverage:
will be received no later than 11:00 AM on June 19, 2013 at the Municipal Building, 1261
Chews Landing Road, Laurel Springs, NJ
RFQ’S must be addressed to the Business Administrator, P.O. Box 8 Blackwood, NJ 08012
RFQ forms and instructions may be examined or obtained at the Office of the Township Clerk,
Gloucester Township Municipal Building, 1261 Chews Landing Road, Laurel Springs, NJ or on
our website at www.glotwp.com.
The Township Council reserves the right to reject any or all qualifications in whole or in part,
and to waive such informalities as may be permitted by law.
Information on Affirmative Action Program requirements is attached.
--- Document: RFQ Brokerage of Services for Provision of Employee Benefits Package for Medical/Prescription/Dental/Vision Coverage ---
1
REQUEST FOR QUALIFICATIONS (RFQ)
FOR THE PROVISION OF
EMPLOYEE BENEFITS BROKERAGE SERVICES FOR
MEDICAL/PRESCRIPTION/DENTAL/VISION COVERAGE
ISSUE DATE: May 21, 2013
DUE DATE: June 19, 2013
Issued by – Gloucester Township
2
SECTION 1
INTRODUCTION AND GENERAL INFORMATION
1.1
Introduction and Purpose
GLOUCESTER TOWNSHIP is soliciting professional credentials from interested
persons and/or firms for the provision of consulting services, as more particularly
described herein. Through the Request for Qualifications process described herein,
persons and/or firms interested in assisting GLOUCESTER TOWNSHIP with the
provision of such services must prepare and submit a completed response to this
document in accordance with the procedure and schedule in this RFQ. GLOUCESTER
TOWNSHIP will review responses only from those firms that submit a completed set of
responses which includes all the information required to be included as described
herein (in the sole judgment of GLOUCESTER TOWNSHIP)
GLOUCESTER TOWNSHIP intends to accept proposals from person(s) and/or firm(s)
that:
a. Possesses the professional, financial and administrative capabilities to provide the
proposed services, and
b. Will agree to work under the compensation terms and conditions to be determined at
a later date by GLOUCESTER TOWNSHIP based on a negotiation after such time
as the selected firm has been chosen
1.2
Procurement Process and Schedule
The selection of the chosen firm is subject to the “New Jersey Local Unit Pay-to-
Play” Law, N.J.S.A. 19:44A-20.4 et seq. GLOUCESTER TOWNSHIP has structured a
procurement process that seeks to obtain the desired results described above, while
establishing a competitive process to assure that each person and/or firm is provided an
equal opportunity to submit a Proposal Statement in response to the request and will be
evaluated in accordance with the criteria set forth in Section 2 of this RFQ.
Submissions from participating firms will be reviewed and evaluated by
GLOUCESTER TOWNSHIP and its legal advisors. The submissions will be reviewed to
determine if the respondents have met the minimum professional, and administrative
areas described in this RFQ. Based upon the totality of the information contained in the
submissions, including information about the reputation and experience of each
respondent, GLOUCESTER TOWNSHIP will (in its sole judgment) determine which
respondents are qualified (from professional, administrative and financial standpoints).
3
Each respondent that meets the requirements of the RFQ (in the sole judgment
of GLOUCESTER TOWNSHIP) will be designated as a finalist and will be given the
opportunity to participate in the selection process determined by GLOUCESTER
TOWNSHIP. The NAME OF PUBLIC ENTITY may chose to name one or more firms as
finalists.
During the finalist stage, the NAME OF PUBLIC ENTITY shall negotiate
compensation terms. In the event that satisfactory compensation terms are not secured,
the NAME OF PUBLIC ENTITY reserves the right to negotiate with another finalist or
issue a new RFQ.
The RFQ process commences with the issuance of this RFQ. The steps involved
in the process are found on the Procurement Schedule. GLOUCESTER TOWNSHIP
reserves the right to, among other things, amend, modify or alter the Procurement
Schedule upon notice to all potential Respondents.
All communications concerning this RFQ or the RFQ process shall be directed to
the designated contact person, in writing.
Designated Contact Person:
Mr. Tom Cardis / Business Administrator /GLOUCESTER TOWNSHIP
GLOUCESTER TOWNSHIP
Mailing Address:
P.O. Box 8
Blackwood, NJ 08012
Physical Address:
1261 Chews Landing Road
Laurel Springs, NJ 08021
Proposal Statements must be submitted to, and be received by,
GLOUCESTER TOWNSHIP via mail or hand delivery, by (xx:00 AM) Prevailing
Time on (Month, Day, 2010).
4
Section 1.3 Conditions Applicable to RFQ
Upon submission of a completed response to this RFQ, the respondent
acknowledges and consents to the following conditions relative to the submission,
review and consideration of its submission:
GLOUCESTER TOWNSHIP reserves the right to reject for any reason any
and all responses and components thereof and to eliminate any and all
Respondents responding to this RFQ from further consideration for this
procurement.
GLOUCESTER TOWNSHIP reserves the right to reject any Respondent
that submits incomplete responses to this RFQ, or a Proposal Statement
that is not responsive to the requirements of this RFQ.
GLOUCESTER TOWNSHIP reserves the right, without prior notice, to
supplement, amend, or otherwise modify this RFQ, or otherwise request
additional information.
All Proposal Statements shall become the property of GLOUCESTER
TOWNSHIP and will not be returned.
All Proposal Statements will be made available to the public at the
appropriate time, as determined by GLOUCESTER TOWNSHIP (in the
exercise of its sole discretion) in accordance with law.
GLOUCESTER
TOWNSHIP
may
request
Respondents
to
send
representatives to GLOUCESTER TOWNSHIP for interviews.
Any and all Proposal Statements not received by GLOUCESTER
TOWNSHIP by xx:00 AM Prevailing Time on Month, Date, 2010 will be
rejected.
Neither GLOUCESTER TOWNSHIP, nor the respective staffs, consultants
or advisors shall be liable for any claims or damages resulting from the
solicitation or preparation of the Proposal Statement, nor will there be any
reimbursement to Respondents for the cost of preparing and submitting a
Proposal Statement or for participating in this procurement process.
5
Section 1.4 Rights of GLOUCESTER TOWNSHIP
GLOUCESTER TOWNSHIP reserves, holds and may exercise, at its sole
discretion, the following rights and options with regard to this RFQ and the procurement
process in accordance with the provisions of applicable law:
To determine that any submission received complies or fails to comply with
the terms of this RFQ.
To supplement, amend or otherwise modify the RFQ through issuance of
addenda to all prospective Respondents who have received a copy of this
RFQ.
To waive any technical non-conformance with the terms of this RFQ.
To change or alter the schedule for any events called for in this RFQ upon
the issuance of notice to all prospective Respondents who have received a
copy of this RFQ.
To conduct investigations of any or all of the Respondents, as
GLOUCESTER TOWNSHIP deems necessary or convenient, to clarify the
information provided as part of the Proposal Statement and to request
additional information to support the information included in any Proposal
Statement.
To suspend or terminate the procurement process described in this RFQ at
any time (in its sole discretion.) If terminated, GLOUCESTER TOWNSHIP
may determine to commence a new procurement process or exercise any
other rights provided under applicable law without any obligation to the
Respondents.
GLOUCESTER TOWNSHIP shall be under no obligation to complete all or any
portion of the procurement process described in this RFQ.
1.5 Addenda or Amendments to RFQ
During the period provided for the preparation of responses to the RFQ,
GLOUCESTER TOWNSHIP may issue addenda, amendments or answers to written
inquiries. Those addenda will be noticed by GLOUCESTER TOWNSHIP and will
constitute a part of the RFQ. All responses to the RFQ shall be prepared with full
consideration of the addenda issued prior to the proposal submission date.
6
1.6 Cost of Proposal Preparation
Each proposal and all information required to be submitted pursuant to the RFQ
shall be prepared at the sole cost and expense of the respondent. There shall be no
claims whatsoever against GLOUCESTER TOWNSHIP, its staff or consultants for
reimbursement for the payment of costs or expenses incurred in the preparation of the
Proposal Statement or other information required by the RFQ.
1.7 Proposal Format
Responses should cover all information requested in the Questions to be
answered by this RFQ.
Responses which in the judgment of GLOUCESTER TOWNSHIP fail to meet the
requirements of the RFQ or which are in any way conditional, incomplete, obscure,
contain additions or deletions from requested information, or contain errors may be
rejected.
1.8
Term
The Broker for Health Benefits (Medical/Prescription/Dental/Vision) may be
subject for a 3-year agreement. GLOUCESTER TOWNSHIP reserves the right to
exercise an initial 3-year engagement or for shorter 1-year periods.
1.9
Compliance
A proposal will not be a valid proposal and will not be read unless the following
items are included in the proposal documents:
1.9.1 Statement of Ownership
1.9.2 Non-Collusion Affidavit
1.9.3 Affirmative Action Supplement to Contract
1.9.4 Business Registration Certificate
1.9.5 Political Contributions Disclosure Form Chapter 271
7
1.10 Selection Process
GLOUCESTER TOWNSHIP shall collect and review all completed submissions.
It shall then reserve the right to conduct interviews with selected firms and negotiate
compensation levels. Not all firms submitting responses may be selected to be
interview. GLOUCESTER TOWNSHIP reserves the right to negotiate with selected
firms and ultimately select a firm based on their responses herein and supplementary
information that may be received or negotiated as a part of this process.
8
SECTION 2
SCOPE OF SERVICES
It is the intent of GLOUCESTER TOWNSHIP to solicit submissions from
respondents that have expertise in the provision of consulting services regarding the
evaluation and obtaining of insurance coverage for the position of Insurance Consultant.
Firms and/or persons responding to this RFQ shall be able to demonstrate that they will
have the continuing capabilities to perform the services outlined below:
Consulting and Brokerage Services
Included
(Yes /
No)
Description of Service
Perform an annual consultative review and detailed analysis over all benefit
and insurance programs. This includes performing the following detailed
tasks and services:
Performing a base line analysis of all programs and coverages in
place and determining what updates, amendments and changes
shall need to be implemented on an immediate and thereafter
routine basis
Offering recommendations and immediate action plans for
compliance and other coverage issues
Providing annual updates for benchmarking reviews over all areas of
coverage
Provide options, alternatives and alternate strategies and
approaches for benefits delivery and administration
Lead the design of a client specific benefit planning process that includes:
Plan Design
Carrier selection and reviews
Health and Wellness Plan strategies
Funding types
Industry comparisons and benchmarking
Other strategic areas of consideration
9
Included
(Yes /
No)
Description of Service
Provide access to a dedicated day to day consulting team that shall be
responsible for managing and overseeing all aspects of the client’s
employee benefit plans. In addition, the Consulting team shall leverage
other internal expert resources that will be available to support day to day
client activities.
Prepare and conduct request for proposals (RFPs) and marketing services
for all lines of coverage; including;
The development of customized RFP materials, bid specifications
and analytical tools used in managing and evaluating the data
analysis process
Evaluating carrier provider networks, provider discounts, service
levels, data capabilities and other client specific metrics
Conducting vendor negotiations and conducting and overseeing
finalists presentations
Providing global implementation support for carrier or plan design
changes
Project manage and oversee all benefit related initiatives including:
The routine review of plan design materials, internal benefit related
polices and procedures
Assisting with day to day carrier interaction and general tasks
affiliated with the management of the benefit plans
Provide standard client reporting, specific carrier results and other client
specific performance results and metrics that will include but not be limited
to:
Loss Ratio reports for applicable lines of coverage
Claim Utilization reports
Carrier Service results
Large Claimant services
10
Included
(Yes /
No)
Description of Service
Provide recommendations for plan design alterations, health & wellness
programs, and new coverage/benefit opportunities. This shall include but
not be limited to:
Providing routine plan design alternatives and options
Developing underwriting and actuarial implications and modeling to
outline cost impact and changes
Assist in designing health and wellness plan services and features to
integrate with the benefit plans
Providing side-by-side program comparisons for current and
alternate coverages
Provide regular benchmarking and industry information relative to employee
benefits. This shall include but not be limited to:
Providing annual plan information that profiles and compares the
current plans against regional normative data in the area of design,
cost, contributions and other variables
Offer commentary and benchmarking about emerging trends and
techniques being adopted that deal with issue of health and welfare
benefit strategy design and financing
Participate and facilitate xxecutive level strategy sessions affiliated with
employee benefits, including:
Coordinating planning session with key decision makers
Assisting in developing strategic plans from senior leaders with the
client’s organization
Manage benefit planning sessions to determine strategic changes
and direction as it relates to health and welfare
Present annual benefit plan plans, budgets, renewals, plan changes
and other key updates to key executive / leadership groups
11
Included
(Yes /
No)
Description of Service
Provide annual benefit stewardship report to outline and summarize the
annual activities, goals, objectives and results for employee benefits. This
report shall include but not be limited to:
Overview of all activities for the year related to employee benefit
plans
Renewal and financial summaries
Review of key legislative or regulatory changes
Outline of program changes
Review of carrier issues or modifications
Status of key deliverables and projects
Financial Services
Included
(Yes /
No)
Description of Service
Track and monitor the financial performance of each contracted benefit plan
against budget estimates and financial forecasts. This includes but is not
limited to providing the following key consultative services:
Underwriting analysis over current and proposed plans
Routine data reporting to illustrate year to date or policy period
results
Developing and providing standard summary performance reports
12
Included
(Yes /
No)
Description of Service
Direct all renewals, settlement and financial related activities for all lines of
contracted coverages including but not limited to the following activities:
Examining preliminary claim data used to calculate renewals and
financial projections
Reviewing month over month claim and enrollment results
Evaluating the impact of benefit or plan changes
Examining the legitimacy and appropriateness of underwriting
protocols including areas like trend, completion factors, reserve
adjustments, large claim charges, administrative expenses and other
technical areas;
Oversee the carrier and vendor negotiations in areas related to
funding, finance and underwriting
Validate carrier and vendor cost projections
Assist in the establishment of COBRA and budgetary rates
Test and validate funding approaches including the review of
insured, minimum premium and self funded approaches
Calculate and review employee and employer contributions
methodologies
Review and evaluate benefits budgetary information, including assisting in
the annual development of the employee benefits budget for all lines of
coverage. Key services include but are not limited to:
Validate carrier and vendor cost projections
Assist in the establishment of COBRA and budgetary rates
Test and validate funding approaches including the review of
insured, minimum premium and self funded approaches
Calculate and review employee and employer contributions
methodologies
13
Included
(Yes /
No)
Description of Service
Evaluate financial implications of plan changes, program alterations and
provide benefit cost modeling, including using underwriting and actuarial
software to determine:
Benefit values
Decremental and incremental changes in cost
Behavioral impacts / changes
Model and examine the appropriateness of stop loss / re-insurance
levels
Provide Claim Reserve (IBNR) Analysis and forecasting (as applicable).
This shall include but not be limited to:
If applicable, evaluate the appropriate level of terminal liability
reserves by plan;
Determine the relative changes necessary to the liabilities, including
securing actuarial attestations
Review the appropriateness of impress balances for claim handling
and payment processes
Vendor Management
Included
(Yes /
No)
Description of Service
Oversee all carrier/administrator issues for all lines of coverage, including
insurers, administrators, PBMs, TPAs, etc. (“carriers”). Key services shall
include but are not limited to:
Monitoring carrier performance results against agreed upon service
standards
Handle and resolve day to day carrier related issues and items
Review contractual materials and other carrier issued
documentations
Interface with carriers on account management and other day to day
issues and matters
Monitor carrier financial ratings and performance
Review on going provide network issues and report impact and
changes
14
Included
(Yes /
No)
Description of Service
Conduct regular vendor meetings to discuss and review strategic issues,
client issues and overall results/expectations. This includes but is not
limited to:
Conducting pre-renewal discussions and meetings to review client
objectives
Conduct regular performance meetings with carriers/administrators
or other vendors
Coordinate routine service and results oriented meeting with carriers
to review performance and outcomes
Meet regularly to discuss client objectives and discuss key goals and
business metrics
Review the at-large capabilities, service features and overall performance
for each carrier/administrator or other vendors. This includes but is not
limited to:
Collecting and monitoring overall carrier results, capabilities and
services in key service disciplines
Monitor or catalogue key carrier characteristics and results in areas
including network discounts, network size and geography, disease
management and chronic illness capabilities, web features, service
features and other distinguishing features
Report at-large carrier capabilities with clients to assist in simple and
complex market solicitations
Compliance
Included
(Yes /
No)
Description of Service
Provide routine regulatory & industry updates and bulletins that deal with
benefit related issue. This includes and is not limited to:
Providing state level regulatory and legal updates that impact
benefits business on an insured funding basis. This includes offering
impact statements, commentary and suggestions for next steps
Issue federal updated and bulletins dealing with legislation, proposed
legislation, ERISA implications and general benefit implications. This
includes offering impact statements, commentary and suggestions
for next steps
Distribute regular email alerts on important legislative or regulatory
matters that require immediate client notification
15
Included
(Yes /
No)
Description of Service
Review and validate carrier/administrator contracts and agreements for
compliance purposes. This includes but is not limited to a review for
ensuring compliance with:
Agreed upon coverage and plan design issues
Applicable state and federal laws
Language addressing Coordination of Benefits, Medicare, PIP and
other related coverage areas
Industry standards for billing terms and conditions
Industry standards for rate change provisions
Industry standards for claim dispute resolution
Appeal rights and obligations
As applicable, assist in the preparation of signature ready Form 5500 (as
applicable) for the benefit plans under management. This includes but is
not limited to:
Collecting information and data from the various carriers and
insurers for completion
Developing and formatting the necessary regulatory materials and
explanatory documentation for annual filing
Preparing the necessary forms and materials needed for submission
Evaluate employee benefit booklets / benefit certificates for plan and
program accuracy. This shall include but not be limited to examining the
materials for the following:
Adherence to the schedule of agreed upon benefits
Compliance with applicable state and federal laws
Appeal provisions
Assist in the review of the Summary Plan Descriptions and Plan Documents
for accuracy and compliance purposes. Areas to be considered include but
are not limited to:
Adherence to the schedule of agreed upon benefits
Compliance with applicable federal laws and department of labor
specific language and criteria
Appeal provisions
Fiduciary language
16
Included
(Yes /
No)
Description of Service
Maintain and oversee modifications and updates to all plan materials base
don on going benefit alterations, changes in program management,
fiduciary liability, vendor changes, legal and statutory updates and other
alterations that may be necessary
Produce legally compliant Plan Document and accompanying Summary
Plan Descriptions (“documents”) for select lines of coverage specific to the
employee benefit health and welfare programs. This shall include but not be
limited to:
Collecting the necessary data and materials for all applicable lines of
coverage to develop the documents
Prepare properly formatted and compliant template documents for all
applicable lines of coverage
Collect comments and updates for the plan sponsor over all draft
documents
Provide print ready documents for publication and distribution
Provide regular updates and maintenance as warranted, with legal
oversight and compliance check
Manage and oversee all contract negotiations with benefit related vendors,
carriers, administrators and insurers. This includes but is not limited to:
Validating the proposed terms and conditions
Reviewing materials for compliance and concurrence with proposed
arrangements agreed upon between the plan sponsor and the
vendor
Assist and support all Collective Bargaining processes related to issues
dealing with employee benefits plans. This shall include but not be limited
to the following:
Assist in designing desired benefits strategy and offer
recommendations and strategies for benefits
Model and develop pricing for possible bargaining implications
Work with the various carriers and vendors to ensure potential plan
changes may be administered
Interface with labor counsel Participate in all bargaining sessions
and present / outline proposed benefit modifications
Attend all negotiating and planning sessions affiliated with the
bargaining process
Provide grievance and arbitration testimony as may be necessary in
on going labor related matters dealing with employee benefits
17
Included
(Yes /
No)
Description of Service
Assist with Dependent Eligibility Audits to validate enrollment and eligibility
under the various group benefit plans. This shall include but not be limited
to:
Examine all current enrollment and eligibility contract requirements
and offer recommendations for eligibility management
Performing a review of the current enrollment and documentation
management practices and policies in place for new employees and
dependents
Providing recommendations for changes and modifications to the
benefit enrollment and documentation process
Review policies and procedures to validate student eligibility
practices
Provide suggested template materials to be used annually for
dependent eligibility attestation
Determine the appropriate methodology and process for audit
individual employee reviews (Note certain audit approaches may
require separate contracting and project costs that are outside the
compensation contemplated herein)
Communications
Included
(Yes /
No)
Description of Service
Oversee and assist with the coordination of the annual enrollment process.
This shall include but not be limited to supporting the following activities:
Arrange for pre enrollment strategy sessions to discuss employee
meetings, schedules, communication campaigns and other related
functions
Inventory the necessary materials and resources needed to coincide
with the forthcoming plan changes, vendor changes and other
program modifications
Assist with developing schedule for on site benefit meetings, as
necessary, including coordinating vendor participation
Support the coordination, if applicable, for on site health fairs to
complement the open enrollment process
18
Included
(Yes /
No)
Description of Service
Assist in the design of open enrollment employee communication materials
including but not limited to the following assisting with the development of
the following type materials:
An Annual Benefits guide to overview all current benefits, changes
and modifications
Explanatory materials to be used in illustrating employee
contributions and scheduled
Enrollment Instructions
Internal HR requirements related to dependent verification
Benefit waiver forms
Produce suggested communication materials related to the employee
benefit programs, including but not limited to preparing
New hire benefit communication materials that outline the provisions
of the employee benefit programs
Develop simplified benefit outlines that can be used to illustrate
levels of coverage for all benefit plans
Assist in the development of overall benefit communication materials
that are used in the global explanation of employee benefits
Produce print-ready employee benefit newsletter content that can be
regularly distributed to employees
Distribute regular content and material that can be shared with
employees in the area of health and wellness
Coordinate and consolidate vendor communication materials used in
the administration of the benefit plans
19
Included
(Yes /
No)
Description of Service
Conduct employee focus groups of the enrolled population to assist in goal
and objective setting. This shall include but not be limited to:
Designing the focus group format to be used to solicit objective
information and feedback from the eligible work force
Coordinating employee focus group sessions at multiple work
locations
Facilitate employee focus group sessions
Collect and coordinate focus group response data
Prepare survey result data for group benefit decision makers and
provide corresponding recommendation based on the focus group
results
Create and manage employee satisfaction surveys related to group
employee benefit plans. This shall include but not be limited to:
Creating the desired employee benefits survey tool; both print and
web based
Work with benefits and human resources staff to design a survey too
that incorporates group specific areas for review
Create the corresponding communication materials used in
announcing the survey process
Assist in the data collection process and populate survey results
Provide standard Employee Benefit Statements that may be distributed to
eligible employees. Such statements may include the following data
elements, pending the availability of the data from the group sponsor’s
internal systems:
Employee salary and bonus income
Vacation, Sick or pool time
Employer contributions to 401k or retirement plans
Value of employer contributions towards benefit plans Value of
employer contribution to taxes and other statutory expenses
Social Security contributions
Other
(Note certain levels of customization may require separate contracting and project costs that are outside the
compensation contemplated herein. Printing and postage shall be separately billable)
20
Data Analysis
Included
(Yes /
No)
Description of Service
Perform claims, utilization and related analysis of a claims data by plan.
This shall include but not be limited to:
Applying internal underwriting review
Engaging actuarial review and analysis
Utilize underwriting software and algorithms to test and validate
benefit cost assumptions
Examine standard carrier and vendor reports and offer financial
analysis and assessments
Review medical and pharmacy claims for disease management program
analysis and recommendations. This shall include but not be limited to the
following:
Evaluating standard and ad-hoc vendor reports to identify prominent
illness and chronic condition cost areas
Review medical and pharmacy data reports to identify immediate
and long term areas for program intervention
Evaluate high claimant activity and carrier care management reports. This
shall include but not be limited to:
Reviewing the appropriateness of the large claim protection limits
Examining the legitimacy of large claims application against future
cost projections based on emerging claim costs
Recommend changes in large claim protection limits
Evaluate effectiveness of large claims management of the
contracted vendors
Develop and produce standard client reporting package leveraging carrier /
vendor data management tools and other available applications. This shall
include but not be limited to
Providing standard claims, utilization and enrollment data reporting
Offering analysis and observations based on carrier / vendor
reporting templates
Issuing additional reports using available claims and enrollment data
Developing recommendations for network, plan design and other
program alterations based on data and cost results
Providing regular data analysis and reports that may be used in
conjunction with financial consulting services
(Note certain levels of customization in data reporting may require separate contracting and project costs that are
outside the compensation contemplated herein)
21
CSR Services
Included
(Yes /
No)
Description of Service
Provide access to customer services support to employees and dependents
in the resolution of complex benefit related service issues. This shall
include:
Access to a toll-free service line with access to the Member
Advocacy services team staffed with properly trained customer
service specialists (CSS)
Providing access to CSS services to assist with:
o Claim payment issues errors
o Eligibility and enrollment issues
o Plan design questions or inquiries
o Billing disputes
o Other benefit related inquiries
Providing activity reports at the group level that shall illustrate call
activity, service issues, call types, response and close rates and
other tracking information
Access to the AT&T Language Line to assist callers that may need
foreign language assistance
Provide a customized web based benefits portal for each group that shall
act as the central informational repository for benefit information.
22
SECTION 3
SUBMISSION REQUIREMENTS
Section 3.1 General Requirements
The Proposal Statement submitted by the Respondent must meet or exceed the
professional, administrative and financial Proposals set forth in this Section and shall
incorporate the information requested below.
In addition to the information required as described below, a Respondent may
submit supplemental information that it feels may be useful in evaluating its Proposal
Statement. Respondents are encouraged to be clear, factual, and concise in their
presentation of information.
Section 3.2 Administrative Information Requirements
The Respondent shall, as part of its Proposal Statement, provide the following
information:
1.
An executive summary (not to exceed two (2) pages) of the information contained
in all the other parts of the Proposal Statement.
2.
Name, address and telephone number of the firm or firms submitting the Proposal
Statement pursuant to this RFQ, and the name of the key contact person.
3.
A description of the business organization (i.e., corporation, partnership, joint
venture, etc.) of each firm, its ownership and its organizational structure:
a. Provide the names and business addresses of all Principals of the firm or
firms submitting the Proposal Statement. For purposes of this RFQ,
“Principals” mean persona possessing an ownership or interest in the
company. If the Respondent is a corporation, “Principals” shall include
each investor who would have any amount of operational control over the
Respondent and every stockholder having an ownership interest of 10%
or more in the firm.
b. If a firm is partially owned or a fully-owned subsidiary of another firm,
identify the parent company and describe the nature and extent of the
parents’ approval rights over the activities of the firm submitting a
Proposal Statement. Describe the approval process.
23
c. If the Respondent is a partnership or a joint venture or similar
organization, provide comparable information as required in (b) above for
each member of the partnership, joint venture or similar organization.
d. A statement that the Respondent has complied with all applicable
affirmative action (or similar) requirements with respect to its business
activities, together with evidence of such compliance.
Section 3.3 Specific Services Required
4.
Indicate the number of years the form has been in business.
5.
Provide written proof of possession of appropriate federal and state licenses to
perform the state insurance brokerage activities.
6.
The firm must confirm they have at least 10 years of experience in employee
benefits brokerage specifically with public entity clients.
7.
The firm must indicate the number of public entity client they handle.
8.
The firm must provide at least 5 references for public entities of similar size. Please
include the name, contact person and their contact information.
9.
Please outline the experience and qualifications of the staff that shall be assigned
to this account. Please provide their professional credentials and related
experience in handling public entity clients.
10. Please outline your experience and capabilities in the area of underwriting
oversight. Does the firm have employees that specialize in the handling of
underwriting reviews?
11. The firm shall be required to manage and oversee the renewal and insurance
marketing process. Please describe your experience in this area and how you go
about handling renewals and coverage marketing.
12. The firm must have on staff benefits legal counsel that can provide legal, regulatory
and compliance services. Please confirm that your firm has on staff benefits
counsel (employee, not retainer counsel).
13. The firm must have access to actuarial service capabilities, including software
services that can be used to help model plan changes. Please conform that your
firm has such in house capabilities.
24
14. The firm must provide at no additional cost a benefits web site for employees and
dependents. The site must minimally provide access to on line benefits look up,
links to carriers, benefit form and other information specific to the plan of benefits in
place. Please confirm that your firm shall provide such services. Please provide
examples of the web capabilities you shall provide.
15. The firm mist provide as a standard service access to service professionals that
can assist in the day to day elevated claim and service resolution issues for
employees and dependents. The services must be available via a toll free number
and must be provided by experienced and competent benefit professionals.
Minimum hours of service must be 8:30am – 6pm, M-F. Please confirm that your
firm can provide such services and provide a description of the service and the
professional credentials of the staff assigned to the function.
16. The firm must be actively engaged in the collective bargaining process and shall be
required to provide recommendations and financial analysis in this regard. Please
describe in detail your firms experience and capabilities in this area. Please provide
examples of other public entities you have assisted in this process. Please provide
examples of work product that you have provided to clients in this area.
17. The firm shall be expected to assist in the resolution of benefit grievances related
to matters dealing with employee benefits. Please outline your experience in
assisting clients in the grievance process and indicate whether members of the firm
have been involved in arbitration proceedings related to benefits.
18. The firm must be familiar with and monitor P.E.R.C rulings related to employee
benefits. Please indicate your familiarity with P.E.R.C and how you monitor rulings
and decisions. How do you communicate decisions to clients?
19. The firm must assign a dedicate account management team to the account. Please
describe the depth of the team that shall be assigned to this account. Please
describe their set roles and responsibilities.
20. The firm shall be required to assist in developing benefit communication materials
for employees. Please describe your in house, on staff communication capabilities
and how you engage with clients in this regard.
21. Please indicate if there have been any judgments, claims or suits pending or
outstanding against company. If yes, please explain.
22. Please indicate whether the business organization is now or has been involved in
any bankruptcy or re-organization proceedings in the last ten (10) years. If yes,
please explain.
23. The Insurance Consultant shall identify specialty areas of expertise in the field of
employee benefits and why the firm is qualified for the position.
25
24. The Insurance Consultant agrees that compensation terms negotiable and
discussed during the finalist selection process. Agreeing to favorable financial
terms shall be a critical element of final selection. Please affirm that you shall be
agreeable to negotiating financial terms.
26
SECTION 4
INSTRUCTIONS TO RESPONDENTS
4.1 Submission of Proposal Statements.
Respondents must submit an original and nine (9) copies of their Proposal
Statement to the Designated Contact Person:
Mr. Tom Cardis / Business Administrator /GLOUCESTER TOWNSHIP
GLOUCESTER TOWNSHIP
Mailing Address:
P.O. Box 8
Blackwood, NJ 08012
Physical Address:
1261 Chews Landing Road
Laurel Springs, NJ 08021
Proposal Statements must be received by GLOUCESTER TOWNSHIP no later
than xx:00 AM prevailing time, on Month, Day, 2010, and must be mailed or hand-
delivered. Proposal Statements forwarded by facsimile or e-mail will not be accepted.
Proposal Statements received after this time will not be considered. GLOUCESTER
TOWNSHIP will not bear responsibility for delays in delivery for any reason.
To be responsive, Proposal Statements must provide all requested information,
and must be in strict conformance with the instructions set forth herein. Proposal
Statements and all related information must be bound, and signed and acknowledged
by the Respondent.
27
SECTION 5
EVALUATION
GLOUCESTER TOWNSHIP’s objective in soliciting Proposal Statements is to
enable it to select a firm or organization that will provide high quality and cost effective
services to the citizens of Perth Amboy. GLOUCESTER TOWNSHIP will consider
Proposal Statements only from firms or organization that, in GLOUCESTER
TOWNSHIP’s judgment, have demonstrated the capability and willingness to provide
high quality services to the employees of GLOUCESTER TOWNSHIP in the manner
described in this RFQ.
Proposals will be evaluated by GLOUCESTER TOWNSHIP on the basis of the
most advantageous submission, all relevant factors considered. The evaluation will
consider:
1.
Experience in the field of employee benefits brokerage and consultancy,
specifically with public entities.
2.
Ability to adequately demonstrate the capacity to deliver benefit services as
described in the proposal
3.
The information and commentary provided by the named references
4.
The capacity to deliver the required services in the RFQ at the requested levels
5.
Results from in-person meetings or interviews, as applicable
28
Required Forms
29
STATEMENT OF OWNERSHIP
TO: GLOUCESTER TOWNSHIP
In conformance with N.J.S.A 52:25-24.2, the following listing represents the names and
addresses of all stockholders in the bidding corporation or partnership who own ten (10)
percent or more of its stock of any class, or of all individual partners in the partnership
who own a ten percent or greater interest therein:
NAME
POSITION
NO. OF SHARES
Signature and Title of Officer
Name of Corporation or Partnership
CERTIFICATION OF INAPPLICABILITY OF DISCLOSURE REQUIREMENTS
The undersigned certifies that he/she is familiar with N.J.S.A. 52:25-24.2 and that said
requirements are inapplicable to:
Name of Corporation or Partnership
Signature and Title of Officer
30
NON-COLLUSION AFFIDAVIT
STATE OF NEW JERSEY
GLOUCESTER TOWNSHIP
COUNTY OF ________________
I, __________________________ of the Municipality of _________________________
in the County of ________________ and the state of _______________________ of
full age, being duly sworn according to law on my oath depose and say that:
I am ____________________________ of the firm of __________________________;
the bidder making the proposal for the above named project and that I executed the
said proposal with full authority to do so; that said bidder has not, directly or indirectly,
entered into any agreement, participated in any collusion, or otherwise taken any action
in restraint of free competitive bidding in connection with the above named project; and
that all statements contained in said proposal and in this affidavit are true and correct
and made with full knowledge that the state of New Jersey and the owner relies upon
the truth of the statements contained in this affidavit in awarding the contract for the said
project.
I further warrant that no person or selling agency has been employed or retained to
solicit or secure such contract upon an agreement or understanding for a commission,
percentage, brokerage, or contingent fee, except bona fide employees or bona fide
established commercial or selling agencies maintained by:
(Name of Contractor)
31
GLOUCESTER TOWNSHIP
AFFIRMATIVE ACTION SUPPLEMENT
MANDATORY EQUAL EMPLOYMENT OPPORTUNITY LANGUAGE
N.J.S.A. 10:5-31 et seq. (P.L. 1975, C. 127) N.J.A.C. 17:27
GOODS, PROFESSIONAL SERVICE AND GENERAL SERVICE CONTRACTS
During the performance of this contract, the contactor agrees as follows:
The contractor or subcontractor, where applicable, will not discriminate against any
employee or applicant for employment because of age, race, creed, color, national
origin, ancestry, marital status, sex, affectional or sexual orientation, gender identity or
expression , disability, nationality or sex. Except with respect to affectional or sexual
orientation and gender identity or expression, the contractor will take affirmative action
to ensure that such applicants are recruited and employed, and that employees are
treated during employment, without regard to their age, race, creed, color, national
origin, ancestry, marital status, sex, affectional or sexual orientation, gender identity or
expression, disability, nationality or sex. Such action shall include, but not be limited to
the following: employment, upgrading, demotion, or transfer; recruitment or recruitment
advertising; layoff or termination; rates of pay or other forms of compensation; and
selection for training, including apprenticeship. The contractor agrees to post in
conspicuous places, available to employees and applicants for employment, notices to
be provided by the Public Agency Compliance Officer setting forth provisions of this
nondiscrimination clause.
The contractor or subcontractor, where applicable, will in all solicitations or
advertisements for employees placed by or on behalf of the contractor, state that all
qualified applicants will receive consideration for employment without regard to age,
race, creed, color, national origin, ancestry, marital status, affectional or sexual
orientation, gender identity or expression, disability, nationality or sex.
The contractor or subcontractor, where applicable, will send to each labor union or
representative or workers with which it has a collective bargaining agreement or other
contract or understanding, a notice to be provided by the agency contracting officer
advising the labor union or worker’s representative of the contractor’s commitments
under this act and shall post copies of the notice in conspicuous places available to
employees and applicants for employment.
The contractor or subcontractor, where applicable, agrees to comply any regulations
promulgated by the Treasurer pursuant to N.J.S.A. 10:5-31 et seq., as amended and
supplemented from time to time and the Americans with Disabilities Act.
The contractor or subcontractor agrees to make good faith efforts to employ minority
and women workers consistent with the applicable county employment goals
established with N.J.A.C. 17:27-5.2, or a binding determination of the applicable county
employment goals determined by the Division, pursuant to N.J.A.C. 17:27-5.2.
32
The contractor or subcontractor agrees to inform in writing its appropriate recruitment
agencies including but not limited to, employment agencies, placement bureaus,
colleges, universities, labor unions, that it does not discriminate on the basis of age,
race, creed, color, national origin, ancestry, marital status, affectional or sexual
orientation, gender identity or expression, disability, nationality or sec, and that it will
discontinue the use of any recruitment agency which engages in direct or indirect
discriminatory practices.
The contractor or subcontractor agrees to revise any of its testing procedures, if
necessary, to assure that all personnel testing conforms with the principles of job-
related testing, as established by the statutes and court decisions of the State of New
Jersey and as established by applicable federal law and applicable federal court
decisions.
In conforming with the applicable employment goals, the contractor or subcontractor
agrees to review all procedures relating to transfer, upgrading, downgrading and layoff
to ensure that all such actions are taken without regard to age, race, creed, color,
national origin, ancestry, marital status, affectional or sexual orientation, gender identity
or expression, disability, nationality or sex, consistent with the statutes and court
decisions of the State of New Jersey, and applicable Federal law and applicable
Federal court decisions.
The contractor shall submit to the public agency, after notification of award by prior to
execution of a goods and services contract, one of the following documents:
Letter of Federal Affirmative Action Plan Approval
Certificate of Employee Information Report
Employee Information Report Form AA-302
The contractor and its subcontractors shall furnish such reports or other document to
the Division of Contract Compliance & EEO as may be requested by the office from time
to time in order to carry out the purposes of these regulations, and public agencies shall
furnish such information as may be requested by the Division of Contract Compliance &
EEO for conducting a compliance investigation pursuant to Subchapter 10 of the
Administrative Code (NJAC 17:27).
Name of Firm _____________________________ Date ___________________
Signature ________________________________ Title ____________________
33
REQUEST FOR REFERENCE FORM
Insurance Brokerage Services for Health Benefits
1.
Name
Address
Telephone
Email address
Contact Individual
2.
Name
Address
Telephone
Email address
Contact Individual
3.
Name
Address
Telephone
Email address
Contact Individual
4.
Name
Address
Telephone
Email address
Contact Individual
5.
Name
Address
Telephone
Email address
Contact Individual
--- Document: Notice to Bidders – Road Improvement Program 2013 ---
NOTICE TO BIDDERS
PUBLIC NOTICE IS HEREBY GIVEN that sealed bids will be received by the Township of
Gloucester for the 2013 Road Improvement Program in the Township of Gloucester, Camden County,
New Jersey. The work generally consists of milling, overlaying, and reconstruction of various roadways
and other incidental related work.
Bid forms, contracts and specifications are on file at the office of Remington and Vernick Engineers, 232
Kings Highway East, Haddonfield, New Jersey 08033.
Said Bids will be received, opened and read aloud in public at the Township of Gloucester, 1261 Chews
Landing Road, P.O. Box 8, Blackwood, Camden County, New Jersey on May 23, 2013 at 10 AM
prevailing time.
Copies of the bid forms, contracts and specifications may be obtained from said Remington and Vernick
Engineers, by prospective bidders upon request, upon payment of the sum of $50.00 for each set.
PAYMENT MUST BE RECEIVED PRIOR TO OBTAINING SAID SPECIFICATIONS, EITHER BY
MAIL OR IN PERSON.
NO BIDS ARE TO BE DROPPED OFF AT THE ENGINEER’S OFFICE.
The Township of Gloucester reserves the right to consider the bids for sixty (60) days after the receipt
thereof, and further reserves the right to reject any or all bids, either in whole or in part and also to waive
any informality in any and make such awards or take action as may be in the best interest of the
Township of Gloucester.
Bids must be on the bid form prepared by Remington and Vernick Engineers, in the manner designated
therein and required by the specifications, must be enclosed in sealed envelopes bearing the name and
address of the bidder on the outside and also bearing on the outside reference to the particular work bid
upon. Said bids shall be addressed to Rosemary DiJosie, Clerk, Township of Gloucester, P.O. Box 8,
Blackwood, New Jersey 08012.
Each bid shall be accompanied by a certified check, cashier’s check or bid bond duly executed by the
bidder as principal and having as surety thereon a surety company approved by the Township of
Gloucester in an amount not less than ten percent (10%) but in no case in excess of $20,000.00 of the
amount bid. Any such bid bond shall be without endorsement or conditions. Bid shall also be
accompanied by a certificate letter from a surety company stating that it will provide the bidder with the
completion bond.
The award of the contract shall be made subject to the necessary moneys to do the work being provided
by the Township of Gloucester in a lawful manner. The contract to be executed by the successful bidder
will provide that it shall not become effective until the necessary moneys to do the work have been
provided by the Township of Gloucester in a lawful manner. The award shall further be subjected to the
securing of necessary State, Federal or Local permits governing the work.
Bidders are required to comply with the requirements of N.J.S.A. 10:5-31 et. seq., N.J.A.C. 17:27
(Affirmative Action), P.L. 1963. C150 (New Jersey Prevailing Wage Act), and Americans with
Disabilities Act of 1990 (42 U.S.C. 12101, et.seq.).
The contractor is further notified that he must comply with P.L. 1977, c. 33, and submit a Disclosure
Statement listing stockholders with his bid.
The contractor is further notified that he must comply with P.L. 1999 c.238 Public Works Contractor
Registration Act and he and any subcontractors must be registered in accordance with the act.
The contractor is also further notified that he must comply with P.L. 2004 c. 57 and submit proof of
business registration and submit proof of business registration for any named subcontractors in
accordance with the act.
By Order of the Mayor & Council
Township of Gloucester
Camden County, New Jersey
Dated: May 7, 2013
--- Document: Notice to Bidders – Thorny Lane Erosion Protection ---
NOTICE TO BIDDERS
PUBLIC NOTICE IS HEREBY GIVEN that sealed bids will be received by the Township of
Gloucester for the Thorny Lane Erosion Protection in the Township of Gloucester, Camden County, New
Jersey.
Bid forms, contracts and specifications are on file at the office of Remington and Vernick Engineers, 232
Kings Highway East, Haddonfield, New Jersey 08033.
Said Bids will be received, opened and read aloud in public at the Township of Gloucester, 1261 Chews
Landing Road, P.O. Box 8, Blackwood, Camden County, New Jersey on May 23, 2013 at 10:15 AM
prevailing time.
Copies of the bid forms, contracts and specifications may be obtained from said Remington and Vernick
Engineers, by prospective bidders upon request, upon payment of the sum of $50.00 for each set.
PAYMENT MUST BE RECEIVED PRIOR TO OBTAINING SAID SPECIFICATIONS, EITHER BY
MAIL OR IN PERSON.
NO BIDS ARE TO BE DROPPED OFF AT THE ENGINEER’S OFFICE.
The Township of Gloucester reserves the right to consider the bids for sixty (60) days after the receipt
thereof, and further reserves the right to reject any or all bids, either in whole or in part and also to waive
any informality in any and make such awards or take action as may be in the best interest of the
Township of Gloucester.
Bids must be on the bid form prepared by Remington and Vernick Engineers, in the manner designated
therein and required by the specifications, must be enclosed in sealed envelopes bearing the name and
address of the bidder on the outside and also bearing on the outside reference to the particular work bid
upon. Said bids shall be addressed to Rosemary DiJosie, Clerk, Township of Gloucester, P.O. Box 8,
Blackwood, New Jersey 08012.
Each bid shall be accompanied by a certified check, cashier’s check or bid bond duly executed by the
bidder as principal and having as surety thereon a surety company approved by the Township of
Gloucester in an amount not less than ten percent (10%) but in no case in excess of $20,000.00 of the
amount bid. Any such bid bond shall be without endorsement or conditions. Bid shall also be
accompanied by a certificate letter from a surety company stating that it will provide the bidder with the
completion bond.
The award of the contract shall be made subject to the necessary moneys to do the work being provided
by the Township of Gloucester in a lawful manner. The contract to be executed by the successful bidder
will provide that it shall not become effective until the necessary moneys to do the work have been
provided by the Township of Gloucester in a lawful manner. The award shall further be subjected to the
securing of necessary State, Federal or Local permits governing the work.
Bidders are required to comply with the requirements of N.J.S.A. 10:5-31 et. seq., N.J.A.C. 17:27
(Affirmative Action), P.L. 1963. C150 (New Jersey Prevailing Wage Act), and Americans with
Disabilities Act of 1990 (42 U.S.C. 12101, et.seq.).
The contractor is further notified that he must comply with P.L. 1977, c. 33, and submit a Disclosure
Statement listing stockholders with his bid.
The contractor is further notified that he must comply with P.L. 1999 c.238 Public Works Contractor
Registration Act and he and any subcontractors must be registered in accordance with the act.
The contractor is also further notified that he must comply with P.L. 2004 c. 57 and submit proof of
business registration and submit proof of business registration for any named subcontractors in
accordance with the act.
By Order of the Mayor & Council
Township of Gloucester
Camden County, New Jersey
Dated: May 7, 2013
--- Document: Requests for Qualifications for Insurance Broker Services for General Liability/Property Casualty ---
REQUEST FOR QUALIFICATIONS
FOR
INSURANCE BROKER SERVICES
FOR
GENERAL LIABILITY/PROPERTY CASUALTY
__________________________
___________________________
MAYOR
SOLICITOR
____________________________
BUSINESS ADMINISTRATOR
PREPARED BY:
TOWNSHIP OF GLOUCESTER
P.O. Box 8
Blackwood, NJ 08012
DUE DATE: May 15, 2013
TOWNSHIP OF GLOUCESTER
COUNTY OF CAMDEN
NOTICE OF REQUEST FOR QUALIFICATIONS
NOTICE is hereby given that sealed qualifications for the Purchase of
1.INSURANCE BROKER SERVICES FOR GENERAL LIABILITY/PROPERTY
CASUALTY
RFQ’s will be received no later than 11:00 A.M. on : May 15, 2013 at the Municipal Building,
1261 Chews Landing Rd., Chews Landing, N.J.
QUALIFICATIONS must be addressed to the Township Clerk’s Office, Township of
Gloucester,
P.O. Box 8, Blackwood, N.J. 08012 and must clearly state RFQ for Insurance Broker
Services For General Liability/Property Casualty, and will be opened and read publicly at the
above time and date, and should be in a sealed envelope.
QUALIFICATION FORMS, Specifications and other documents may be examined or obtained
at the office of the Township Clerk, Gloucester Township Municipal Building, 1261 Chews
Landing Road, Laurel Springs, N.J., or on our website, www.glotwp.com
THE Township Council reserves the right to reject any or all proposals in whole or in part, and
to waive such informalities as may be permitted by law.
QUALIFICATIONS are required to comply with the requirements of P.L. 1975, Chapter 127,
and P.L. 1977, Chapter 33.
INFORMATION on Affirmative Action requirements are available in the office of the
Township Clerk.
REQUEST FOR QUALIFICATIONS
INSURANCE BROKERAGE SERVICES
FOR GENERAL LIABILITY/PROPERTY CASUALTY
RFQ DUE DATE: MAY 15, 2013
The Township of Gloucester is requesting qualifications (RFQ) from firms to provide Insurance
Brokerage, Consulting and Risk Management Services to the Township of Gloucester for 2013.
It is the intention of the Township of Gloucester to appoint a Broker of Record for a period up to
three years. The successful firm must have a primary office in New Jersey, must be a licensed
New Jersey insurance producer, must have a minimum of ten(10) years experience representing
New Jersey municipal and/or county governments, and must have access to various competitive
insurance markets.
The successful candidate will provide the Township with insurance services including, but not
necessarily limited to the following:
1. Procuring and providing property and casualty insurance coverage’s and any
additional coverage’s as may be usual and customary to Municipal Government.
2. Reviewing, marketing, placing and procuring such other insurance coverage’s as may
be requested by the Township of Gloucester, subject to the Township’s review and
approval of the premiums for same and expediting payment for those coverage’s through
the Township’s Purchase Order and Voucher system.
3. Assisting the Township in developing and maintaining the underwriting information
necessary to market the insurance coverage’s.
4 Assisting the Township in developing insurable values for all real and personal
property.
5. Monitoring the financial ratings of the carriers and advising the Township of any
reduction or exhaustion of the aggregate limits in any insurance policy. In the event of
any aggregate limit impairment, advising the Township of any limit reinstatement options
available.
6. Issuing certificates of insurance as required and attending meetings as required.
7. Reviewing construction and other contracts as requested by the Township and
commenting on the insurance and hold harmless/ indemnification provisions contained
therein.
8. Monitoring the claims services provided by the insurers and assisting the Township in
the preparation of proofs of loss.
ALL SUBMISSIONS SHALL INCLUDE THE FOLLOWING MINIMUM
INFORMATION:
1. Name of firm, primary business address and principal contacts including names, titles
and staffing plan listing those persons who will be assigned to the account. Relevant
resume information and number of years of relevant professional experience for the
individuals assigned to the account must be included.
2. A list of references of current Public Entity clients with emphasis on County and
Municipal Governments, Commissions, Public Utilities or clients whose exposures are
similar and for whom insurance coverage is provided.
3. A statement concerning the ability of the firm to perform tasks assigned by the
Township in a timely fashion.
4. A copy of your firm’s latest annual report or other information which describes your
firm’s activities and services.
5. A copy of a Certificate of Insurance, issued by an insurance carrier licensed in the
State of New Jersey, for the firm showing the amount of professional liability insurance
and all other insurance coverage’s in place as of January 1, 2013.
6. A copy of your New Jersey Certificate of Employee Information Report Approval
pursuant to N.J.A.C. 17:21-1 et seq. or a completed Form AA-302 Initial Employee
Information Report.
7. A copy of your Business Registration Certificate.
SUBMISSION REQUIREMENTS:
1. Will be opened in the Administration Building commencing at 11AM prevailing time,
May 15, 2013.
2. Must be enclosed in a sealed envelope bearing the name and address of the submitter,
the name of this RFQ and the RFQ due date on the outside of the envelope.
3. Responses which are to be hand delivered of the opening must be taken and presented
to the Township Clerk at the time the responses to this RFQ are called for.
4. Responses to this RFQ which are to be mailed, shall be mailed to the:
Township of Gloucester
Attn: Rosemary DiJosie, Township Clerk
P.O. Box
Blackwood, NJ 08012
5. The Township will not be responsible for late mail deliveries and no responses to this
RFQ will be accepted by the Township if received after the time stipulated above.
6. An original and one copy of your response to this RFQ must be submitted for your
response to be deemed complete.
The Township shall award a contract to the firm or firms that best meets the needs and interests
of the Township.
The Township reserves the right to negotiate the terms and conditions of a contract with the
successful firm to obtain the most cost advantageous services for the Township.
--- Document: Specifications for the purchase of 2013 Caterpillar 299D Multi-Terrain Loader or Equivalent for the Township of Gloucester ---
SPECIFICATIONS FOR'
2013 CATERPILLAR 299D MULTI-TERRAIN LOADER OR EQUIVALENT
FOR THE TOWNSHIP OF GLOUCESTER
COUNTY OF CAMDEN
ли
MAYOR
BUSINESS ADMINISTRATOR STRATOR
BID OPENING DATE: MAY 2, 2013 @ 10:00
SPECIFICATIONS # P.W.: 13-04
DEPARTMENT HEAD
SOLICITOR
TOWNSHIP OF GLOUCESTER, CAMDEN COUNTY
NOTICE TO BIDDERS
NOTICE is hereby given that sealed proposals for the:
TRACK MACHINE
BID SPECIFICATION NUMBER: PW: 13-04
will be received no later than 10:00 am prevailing time on May 2, 2013, at the Municipal
Building, Chews-Clementon Road, Chews Landing, New Jersey
PROPOSALS must be addressed to the Township Council, PO Box 8, Blackwood, New Jersey,
08012 and will be opened and read publicly at the above time and date, and should be in a sealed
envelope marked:
TRACK MACHINE
DO NOT OPEN UNTIL: MAY 2, 2013@ 10:00 AM
PROPOSAL forms, instructions to bidders, specifications and other bidding documents may be
examined or obtained at the office of the Township Clerk, 1261 Chews Landing Road, Laurel
Springs, New Jersey, during normal business hours.
The Township Council reserves the right to reject any or all proposals in whole or in part, and to
waive such informalities as may be permitted by law.
BIDDERS are required to comply with the requirements of P.L. 1975, Chapter 127, and P.L.
1977, Chapter 33.
Information on Affirmative Action Program requirements is available at the office of the
Township Clerk, Municipal Complex, Chews-Clementon Road, Laurel Springs, New Jersey.
Rosemary DiJosie
WE ARE WAIVING
THE REQUIREMENT FOR A BID
BOND AND SURETY BOND
WHICH IS LOCATED ON PAGE 7
BID PROPOSAL FORM
(Contract Title and Bid Number, if applicable)
(Description of goods/services being bid)
The undersigned proposes to furnish and deliver the above goods/services pursuant to the bid
specification and made part hereof:
Amount in words
$
Amount in numbers
Company Name
Federal I.D. # or Social Security #
Address
Signature of Authorized Agent
Title
Telephone Number
Date
Type or Print Name
PROPOSAL FORM/SIGNATURE PAGES
To: Township Council
Council:
Gloucester Township
1261 Chews Landing Road
Laurel Springs, NJ 08021
Date:
This proposal is submitted in accordance with your advertisement inviting proposals to be received
for the project identified as:
Having carefully examined the "Advertisement for Bids:, Bidding Instruction", General Clauses",
"Plans", etc. hereinafter, bulletins applying thereto, and being familiar with the various conditions
affecting the work, the undersigned hereby agrees to furnish all materials, perform all labor, and all
else necessary to complete the work in strict accordance with the specifications for prices as follows:
In case this proposal is accepted, the undersigned is hereby bound to enter into contract within
ten(10) days after receipt of notice of acceptance for above mentioned work, in accordance with such
specifications.
Subscribed and Sworn
before me this
of
day
,2
(Type or Print Name)
Notary public of
My commission expires
(Seal)
Signature
INSTRUCTIONS TO BIDDERS
NO DEPOSIT OR FEE IS REQUIRED FOR SPECIFICATIONS
QUALIFICATIONS OF BIDDERS
All bidders must be prepared to present suitable evidence of their financial standing and to furnish
a list of similar work recently completed.
No verbal instructions or information to bidders will be binding. The specifications will be
considered as clear and complete unless written attention is called to any discrepancies or
incompleteness before the opening of bids. Should any written inquiries be received by the Business
Administrator, these inquiries will be answered in the form of bulletins and issued to all bidders.
These bulletins shall be considered a part of these specifications.
Bids will be considered as conclusive evidence of complete examination of specifications and
samples. It is understood that parties making bids accept all the terms and conditions expressed and
contained in the specifications attached to the proposal submitted.
A proposal Form/Signature Page is provided in these specifications. This form must be used in
submitting a proposal and all pages of the form must be completely filled out and signed by the
bidder.
PRESENTATION OF BIDS
Each bid must be enclosed in a sealed envelope and clearly marked on the outside:
"BID PROPOSAL
"(see advertisement, page 1), and delivered to the Office of the
Township Clerk, 1261 Chews Landing Rd., Laurel Springs, New Jersey 08021.
WITHDRAWALS
No proposal may be withdrawn later than 4:30 p.m. prevailing time on the day of the opening of the
bids. No modifications or explanations of any bid will be allowed after the same is sealed and
delivered to the Township Clerk. The proposals will be opened and read publicly by the Township
Council.
The Township Council reserves the right to reject any or all bids or parts thereof as deemed to be in
the best interest of the Township and to waive any immaterial informalities as may be permitted by
law.
FORM OF CONTRACT
The successful bidder will be required to execute a written contract with the Township Council
within ten(10) days after notice of the acceptance of their proposal.
BID BOND
Each bid shall be accompanied by a certified check, cashier's check or bid bond duly executed by
the bidder as the principal and having as surety thereon a surety company approved by the
Township of Gloucester in the amount not less than ten percent (10%), but in no case in excess
of $20,000.00 or the amount of bid. Any such bid bond shall be without endorsement or
conditions. Bid shall also be accompanied with a certificate letter from a surety company stating
that it will provide the bidder with the completion bond.
SURETY BOND
The successful bidder will be required to furnish a surety bond in the amount of one hundred
percent (100%) of the contract price, the condition of which shall be in the full and complete
execution and performance of each and all of the terms contained in the contract, proposal,
specifications and instructions to bidders. The bond shall meet all requirements of the Township
Council.
NOTE: Surety bond is automatically required when the contract price exceeds nine hundred
ninety nine dollars and ninety nine cents, ($999.99); when the contract price is under $999.99,
surety bond may be required by the Township Council if they deem it necessary and in the best
interest of the Township.
Entire cost of bond(s) shall be paid for by the individuals, firms, or corporations with whom the
contract(s) are entered into for the execution of any other purchases, or the furnishing or hiring of
any materials or supplies.
WE ARE WAIVING
THE REQUIREMENT FOR A
SURETY BOND
NOT THE BID BOND
WHICH IS LOCATED ON
PAGE 7
CONSENT OF SURETY
A performance bond will be required from the successful contractor on this project, and
consequent, all bidders shall, with their bid, a certificate in substantially the following form:
TO:
(Owner)
RE:
(Contractor)
(Project Description)
This is to certify that the
(Surety Company)
will provide to
(Owner)
a performance bond
in the full amount of awarded contract in the event that said contractor is awarded a contract for
the above project.
Date:
(CONTRACTOR)
(Authorized Agent of Surety Company)
CERTIFICATE OF SURETY MUST BE SIGNED BY AN AUTHORISED AGENT
OR REPRESENTATIVE OF A SURETY COMPANY AND NOT BY THE
INDIVIDUAL OR COMPANY REPRESENTATIVE SUBMITTING THE BID.
SPECIFICATIONS
These specifications are intended to cover the furnishing of all materials and the performance of all
work that may be required or necessary for the complete compliance of the contract and the
contractor will be required to do all things. Where plans, drawings or schematics accompany certain
sections of the specifications, these shall be considered as a part of these specifications.
INTERPRETATIONS OF SPECIFICATIONS
Should the contractor discover discrepancies in the specifications, the matter shall be immediately
brought to the attention of the Township of Gloucester and the discrepancies corrected by written
agreement before preceding further.
All explanation, interpretations and instructions required under these specifications will be given by
the Township upon written request from bidders.
Equipment to be furnished (if applicable) shall be new, first-class, or as specifically stipulated in the
detailed specifications and shall meet with the approval of the Township Council or their designated
representative:
All equipment if applicable, shall conform to the requirements of these specifications and any
equipment rejected by the Council as not complying with these specifications shall be immediately
removed and replaced with acceptable equipment.
EXTRA WORK
No extras or additional work will be allowed or paid for unless such extras or additional work is
ordered in writing by the Township and the price fixed and agreed before such work is performed.
ADDITIONS OR DEDUCTIONS
The Council of the Township of Gloucester shall have the right, without invalidating the contract,
to make additions to or deductions from the work covered by these specifications and in case such
deductions in cost shall be made between the Council and the contractor, but must be agreed to in
writing.
PROTECTION BY CONTRACTOR
The contractor agrees to indemnify and save harmless the Township and their representatives from
all suits or actions of every nature and description brought against them or either of them, or on
account of the use of patented or copyrighted material, appliances, products, or processes, with legal
protection. The contractor shall not transfer or sublet any portion of the work covered by these
specifications without written consent of the Township.
GENERAL CLAUSE
PROPOSAL FORMS
As noted under "instructions to bidders", attached to these specifications is a "Proposal
Form/Signature Form", which must be completely filled out and signed by each bidder.
As these Instructions to Bidders, Specifications, Form of Proposal, Signature Page, General and
Special Clauses, etc. all refer to each other and together constitute a whole legal binding agreement
and must be returned together as when delivered to bidder.
NO BID WILL BE ACCEPTED UNLESS SUBMITTED ON THE FORMS FURNISHED HEREIN
All bids must be sealed, marked and delivered in accordance with the instructions in paragraph 5,
and 6. Bids will be opened and read publicly by the Business Administrator at the time and day
specified in the Advertisement for Bids. Reading of the bids will take place at the Municipal
Building, 1261 Chews Landing Road, Laurel Springs, NJ 08021.
DELIVERY
In general, deliveries shall be at such time and place as may be fixed by Council and shall not be
made except upon definite instructions. See "Specifications" for delivery required under these
present specifications.
DISPOSAL OF MATERIALS, SUPPLIED ETC...NOT APPROVED,
Bidders shall understand that when materials, supplies, etc. have been delivered to the job which do
not comply with the specifications and have not been approved, they shall be immediately removed
upon notification to the contractor and replaced with material, supplied, etc., in full accordance with
the specifications.
PAYMENTS
Payments shall be made to the contractor within sixty (60) days of receipt of invoice, after inspection
and acceptance of the material and/or work and approval of the invoice by the Township Council
unless otherwise stipulated by the Township in the form of a contract.
NUMBER OF WORKING DAYS
The contract shall contain the date which the work shall be completed or shall specify the number
of working days to be allowed for its completion and/or delivery of materials equipment and
supplies.
EXEMPTION FROM FEDERAL EXCISE AND NEW JERSEY SALES TAX
The Township of Gloucester is exempt from Federal Excise Taxes and the New Jersey Sales Tax.
Net prices as shown in the proposal shall exclude said Federal and State Tax amounts.
NOTE: This provision shall not apply to construction, repair and/or maintenance contracts where
bidder purchases supplies, materials, and/or equipment and includes costs thereof in computation
of his bid or proposal.
NEW JERSEY PREVAILING WAGE ACT
All work on this project shall comply with the requirements under the 1963 Revised Statutes of New
Jersey Chapter 150, "Prevailing Rate of Wages on Public Contracts".
Current applicable Wage Rate Determination of the State of the New Jersey Department of Labor
shall become part of the contract.
DOMESTIC PRODUCTS
Only manufactured products of the United States, wherever available, shall be used in connection
with this undertaking, pursuant to 40A:11-18 of the Revised Statutes of the State of New Jersey.
PUBLIC DISCLOSURE
Chapter 33 of the Public Laws of 1977 provides that no Corporation or Partnership shall be awarded
any State, County, Municipal, or School District contract for the performance of any work or the
furnishing of any materials or supplies, unless prior to the receipt of the bid or accompanying the bid
of said Corporation or Partnership there is submitted a statement. The statement shall set forth the
names and addresses of all stockholders in the Corporation or Partnership who own ten percent
(10%) or more if its stock or any class, or of all individual partners in the Partnership who owns a
ten percent(10%) or greater interest therein.
FAILURE TO SUPPLY THIS INFORMATION WITH “FORM OF PROPOSAL" WILL BE
CAUSE TO REJECT THE BID
Full firm name of Bidder
Address
City, State, Zip Code
Phone Number.
Signature of Bidder
Fax Number
ONE NEW 2013 CATERPILLAR 299D MULTI-TERRAIN LOADERS,
OR EQUIVALENT
Compliant
BASIC SPECIFICATIONS
Y
N
Y
N
Y
N
Net power using SAE 1349 shall be at least 95 hp.
Gross power using SAE J1995 shall be at least 98 hp.
Operating weight shall be 10,898 lb.
Y
N
Machine width shall be 78 in.
Y
N
Machine height at the top of the cab shall be 82 in.
ENGINE
Y
N
Y
N
Y
N
Y
N
Y
N
Y
N
Y
N
Y
N
The engine shall be turbocharged and shall meet Interim Tier 4 emissions standards.
Engine shall be direct fuel injected, turbocharged, liquid cooled and shall have four cylinders.
Engine shall have a total displacement of not less than 232 cubic inches.
The engine shall be equipped with an alternator that has a charging capacity of at least 100
amperes.
A 120-volt engine coolant heater and an air Inlet heater shall be provided for improved
starting in cold weather.
Air filtration shall be accomplished via a radial seal air cleaner with a secondary backup. The
air intake system shall include a pre-cleaner, as well as a convenient in-cab air flow
restriction indicator.
The radiator must not have any other cooler or condenser mounted on top or below,
restricting cooling capability.
The cooling system shall pull air in from the rear of the machine and exhausted through the
top of the cooling package, directing it away from the operator and site bystanders.
Y
N
The cooling fan shall not be belt driven, but should be powered by a hydraulic motor that is
demand driven (activated by an electrical solenoid) based on climate and heat loads. When
fan is active it must maintain constant airflow and fan speed, even under a load that would
cause the engine to lug. Demand fan should not be used to provide airflow for a/c condenser
cooling.
Y
N
The machine shall have a speed-sensing valve that automatically de-strokes the hystat pump
to reduce the chance of stalling the engine during lugging.
Y
N
Y
N
Y
N
Y
N
Y
N
Y
N
Y
N
There shall be no more than Two belts driven off the engine.
The machine shall have braided, color-coded and numbered wiring harness for easy
diagnostics.
The machine shall have sealed pin connectors to prevent dirt and moisture infiltration.
The machine shall be equipped with a battery that has at least 12 volts and 1000 CCA for
cold start capabilities in 32 degrees F (0 degrees C) climate.
The machine shall have a main system relay with 100 amp fuse protection to prevent fires.
The machine shall be equipped with a water-in-fuel sensor and in cab indicator.
Exhaust flow and cooling package airflow should be mixed to reduce temperature of exhuast
gases leaving the exhaust stack.
POWERTRAIN/TRANSMISSION
Y
N
Y
N
Y
N
Y
N
Y
N
Y
N
Y
N
Y
N
Y
N
Two hydrostatic axial piston drive pumps shall be splined directly to the engine via a flexible
coupling for maximum efficiency, reliability and serviceability and shall power the final drive
motors, driving the tracks. No chains shall be used.
Hydrostatic drive pumps shall be contained in a mono-block housing for maximum reliability
and durability.
The drive system shall be of an external positive drive with steel on steel contact of tooth and
sprocket engagement.
Electronic hand throttle (dial) shall be provided to allow the operator to match engine speed
to a task. The hand throttle shall allow the operator to maintain consistent engine speed
when desired. Hand throttle (dial) will have capability to provide 'decel' functionalilty when
hand throttle (dial) is placed in the High Idle position.
Electronic foot throttle shall be provided to allow the operator to match engine speed to a
task. The foot throttle shall allow the operator to vary engine speed and minimize fuel
consumption. The machine will have the capability to electronically smooth foot throttle
control while operating over rough ground.
An electronic torque management feature shall allow maximum power to the tracks while
minimizing engine stalling.
Maximum forward and reverse travel speed shall be at least 8.5 mph.
Must have planetary gear reduction final drive.
Two-speed transmission shall be provided.
1
The machine shall be equipped with a single, electrically operated joystick that controls the
forward/reverse and steering directions.
Machine must be equipped with a selectable pattern control changer to operate in either "S"
Pattern or "H" Pattern.
STEERING
Y
N
Y
N
Y
N
Machine must have seat mounted / adjustable joystick controls.
Y
N
Joysticks shall use an "S" control pattern.
Y
N
Full turning radius from center without a bucket shall be less than 60 in.
BRAKES
Y
N
Machine shall have a spring applied, hydraulically released parking brake that shall
automatically engage when arm bar is raised, and shall be designed to hold machine static at
any point on a 2 to 1 slope.
HYDRAULIC SYSTEMS
Y
N
Y
N
Y
N
Y
N
Y
N
Y
N
Y
N
Machine shall be equipped with auxiliary hydraulics activated by a thumb switch located on
the right joystick.
The machine shall be equipped with a hydraulic tank that has an anti-cavitation loop.
The machine shall be equipped with a hydraulically driven fan, eliminating maintenance costs
and friction losses associated with a belt.
High flow hydraulics shall be used, and shall proivde 32 gal/min.
The high flow hydraulic pressure of the machine shall be at least 4,061 psi.
The high flow hydraulic horsepower of the machine shall be at least 76 hp.
Machine shall be equipped with abrasion resistant hoses and O-ring face seals to help
assure a leak free system.
Y N Standard auxiliary hydraulics to power tools shall be available through self relieving quick
connect hydraulic couplings that are rigidly mounted to the loader arm.
AXLES
Y
N
Machine shall have a heavy-duty torsion axle to suspend each side of the undercarriage from
the machine frame and shall be shock absorbing.
UNDERCARRIAGE
Y
N
Y
N
Y
N
Y
N
Y
N
Y
N
Y
N
Y
N
Y
N
Y
N
Y
N
Y
N
Y
N
The track shall consist of molded rubber with embedded steel bars that span the width of the
track.
The track shall consist of continuous wound steel cables that provide tensile strength so that
the track does not stretch.
The undercarriage shall not be directly mounted to the machine frame, but shall instead be
suspended on a torsion axle suspension system in order to minimize machine stresses and
maximize traction.
The undercarriage shall contain a single flange steel rear idlers in order to reduce material
buildup and improve clean out.
The undercarriage shall contain dual flange steel front idlers in order to provide a smoother
ride.
Machine shall have a minimum ground clearance of no less than 9 in.
Machine ground pressure shall not exceed 4.4 psi.
Overall length of track shall be 89 in.
Length of track on the ground shall be 69 in.
Machine weight shall be evenly distributed across the entire width and length of the track via
multiple sets of rollers to disperse pressure, and maximize traction and flotation.
Undercarriage shall consist of an open design that allows easy cleaning of components.
Elevated positive track shall keep drive components away from ground debris.
The undercarriage shall offer a "Single" level of suspension through two torsion axles and
five fixed wheel carriages per side.
OPERATOR STATION
The machine shall have no foot controls used to operate loader arm, tilt function or auxiliary
hydraulics.
The machine shall be equipped with an air suspension seat.
The machine shall have a sealed & pressurized deluxe cab.
The machine shall be equipped with both a hand and a foot throttle.
The machine shall have a retractable seat belt.
Y
N The machine shall be equipped with deep skid-resistant, self-cleaning steps.
Y
N
Y
N
Y
N
Y
N
Y
N
Y
N
Y
N
Y
N
Y
N
Y
N
N
The machine shall come standard with an arm bar for added operator comfort and safety.
The machine shall be equipped with ROPS/FOPS protective structures rated to at least
14,771 lb.
The cab door shall be polycarbonate glass.
Cab door must be equipped with a 2 quick release handles to remove front door as well as a
quick release gas strut door assist that requires no use of tools to remove.
The machine shall have a heater and air conditioner.
The machine shall have audible warning alarms for engine coolant temperature, engine oil
pressure and hydraulic oil temperature.
The cab door shall be equipped with a hydraulic lockout mechanism that prevents loader arm
movement with door in open position.
Machine shall be equipped with a convex, rearview mirror for superior visibility to the rear and
sides of the machine.
Machine must have removable side & bottom window that require no use of tools to remove.
Machine shall be equipped with a standard 12V electrical socket.
Side windows shall have two sliding panes to provide protection from the elements and allow
fresh air ventilation.
Side windows shall be removable for easy cleaning.
Y
N
Y
N
Y
N
Y
N
Y
N
Y
N
Y
N
Y
N
Y
N
Y
N
Y
N
An AM/FM CD radio shall be provided.
Y
N
N
A beacon light shall be mounted on top of the cab.
Standard forward lights shall be adjustable 10 degrees in any direction for better visibility.
The machine must be equipped with selectable boom / bucket speed control, selectable drive
control as well as travel speed control.
The machine shall be equipped with a single, electrically operated joystick that controls the
lift, lower and tilt functions.
Air conditioning condenser shall not be mounted on any other cooling core(s), and have
independent electrical cooling fans, separate from the main cooling fan.
The machine shall be equipped with an advanced machine control system.
LOADER LINKAGES/STRUCTURES
Loader linkage shall be equipped with a split style D-ring for simple auxiliary hose securing.
The pins shall have countersunk grease fittings to protect them from damage.
The machine shall be equipped with two tilt cylinders, protected by a heavy-duty torque tube.
The machine shall have a tipping capacity of at least 8,500 lb.
Y
N
Loader linkage shall be of a vertical lift style.
Y
N
Y
Y
N
Y
N
Y
N
Y
N
Y
N
Y
N
Y
N
Y
N
Rated operating capacity at 35% tipping load shall be no less than 2,975 lb.
Rated operating capacity at 50% tipping load shall be no less than 4,250 lb.
Rated operating capacity with counterweight shall be no less 4,500 lb.
The machine will have a dump angle of at least 52° for superior bucket cleanout.
The machine shall have an arched transition to the coupler for increased dump clearance.
Cantilevered pins in the loader linkage shall be forged and induction hardened, and shall be
the same diameter all the way through using a flagged end to secure them to one side,
allowing them to rotate in the corresponding bore.
The machine shall have a maximum hinge pin height of at least 126 in.
Y
N
Y
N
Reach at maximum lift and dump shall be at least 31.0 in.
Y
N
Clearance at maximum lift and dump shall be at least 95.2 in.
N
Rack back angle at maximum height shall be 83 degrees.
Y
N
Maximum reach with arms parallel to the ground shall be 50.7 in.
Y
N
Tilt cylinder breakout force shall be at least 7,381 lb.
Y
N
Y
N
Y
N
Lift cylinder breakout force shall be at least 6,100 lb.
Electronic Dual Direction Self Level with electronic lift cycle snubbing shall be provided.
Electronic work tool return to dig feature and electronic work tool positioner shall be provided.
WORK TOOL OPTIONS
Y
N
A 78 inch general purpose loader bucket shall be provided.
Y
N
Coupler shall have the following features: a low profile side plate designed for optimum
match to work tools and minimal material packing, opposing wedges to ensure a tight tool fit,
large contact areas to absorb loads and minimize stress, chrome plated and lubricated
vertical pins for smooth engagement and prevention of corrosion.
Y
N
Coupler shall have electric engagement and disengagement of work tools.
Y
N
The electric quick coupler shall be provided to allow engagement and disengagement without
needing the operator to exit the machine.
SERVICEABILITY
The machine shall be equipped with sight gauges on the hydraulic tank and the radiator.
The machine shall be equipped with standard system pressure and fluid analysis test ports.
The machine shall have an electronic port allowing electronic machine diagnostics.
Y
N
The machine shall be equipped with grouped filter configuration with fuel/water separator
filter and hydraulic oil filter being cartridge style.
Y
N
The engine shall be mounted lengthwise for better accessibility.
Y
N
The radiator, hydraulic oil cooler and air-to-air aftercooler shall be protected by a guard/grill
which shall tilt up to gain access to the cores.
Y
N
Y
N
Y
N
Y
N
Y
N
Y
N
Y
N
Y
N
Y
N
Y
N
The machine shall not have any required daily maintenance points that require lifting of the
cab structure.
Maintenance points shall be grouped in easily accessible locations.
Machine shall have a vented rear steel door, with a bumper that slightly protrudes beyond the
door, in order to prevent damage to engine compartment components.
Rear door shall open 90 degrees for easy access to both sides of the in-line mounted engine.
All filters shall be easily accessible.
The machine shall have a cab that tilts to the rear by an individual using a single tool and
shall expose all pumps, motors, valves and lines. Cab shall be held in place by a self
latching mechanism
A removable belly pan section in the floor of the machine's lower frame shall provide
excellent access for periodic cleaning
MINIMUM SERVICE FILL CAPACITIES
The machine shall have a hydraulic oil tank capacity of at least 10.
Hydraulic system shall hold 16 gal.
Y
N
Y
N
Y
N
Fuel tank shall hold 30.
Y
N
Engine crankcase shall hold 2.5 gal.
Y
N
Engine cooling system shall hold 3.5 gal.
OWNING AND OPERATING COSTS
Y
N
Y
N
Y
N
The machine shall require an engine oil change every 500 hours under normal operating
conditions.
Extended life coolant shall be standard.
One each manual, service, parts and operator and maintenance shall be provided.
WARRANTY
Y
N
N
Y
N
The machine shall be covered by a 12 month / unlimited hour standard warranty
The machine shall be covered by a 36 month / 3,000 hour extended powertrain warranty.
Copies of all warranty certificates shall be submitted in the bid package.
AFFIRMATIVE ACTION COMPLIANCE NOTICE
N.J.S.A 10:5-31 and N.J.A.C. 17:27
GOODS AND SERVICES CONTRACTS
(INCLUDING PROFESSIONAL SERVICES)
This form is a summary of the successful bidder's requirement to comply with requirements of
N.J.S.A. 10:5-31 and N.J.A.C. 17:27.
The successful bidder shall submit to the public agency, after notifications of award but prior to
execution of this contract, one of the following three documents as forms of evidence.:
(a) A photocopy of a valid letter that the contractor is operating under an existing Federally
approved or sanctioned Affirmative Action Program (good for one year from the date of the
letter):
OR
(b) A photocopy of a Certificate of Employee Information Report approval, issued in
accordance with N.J.A.C. 17:27-4
OR
c) A photocopy of an Employee Information Report (Form AA302) provided by the Division
and distributed to the public agency to be completed by the contractor
The successful vendor may obtain the Affirmative Action Employee Information Report (AA302)
from the contraction unit during normal business hours.
The successful vendor(s) must submit the copies of the AA302 Report to the Division of Contract
Compliance and Equal Employment Opportunity in Public Contracts (Division). The Public Agency
copy is submitted to the public agency, and the vendor copy is retained by the vendor.
The undersigned vendor certifies that he/she is aware of the commitment to comply with the
requirements of N.J.S.A. 10:5-31 and N.J.A.C. 17:27 and agrees to furnish the required forms of
evidence.
The undersigned vendor further understands that his/her bid shall be rejected as non-responsive if
said contractor fails to comply with the requirements of N.J.S.A. 10:5-31 and N.J.A.C. 17:27.
COMPANY:
PRINT NAME:
SIGNATURE
TITLE:
DATE:
SUPPLEMENT TO BID SPECIFICATIONS
NON-DISCRIMINATION
During the performance of a contract, the contractor agrees as follows:
1.
2.
3.
4.
5.
The contractor or subcontractor, where applicable, will not discriminate against any
employee or applicants for employment because of age, race, creed, color, national origin,
ancestry, marital status, or sex. The contractor will take affirmative action to ensure that
such applicants are recruited and employed, and that employees are treated during
employment, without regard to their age, race, creed, color, national origin, ancestry, marital
status or sex. Such action shall include, but not be limited to the following: employment,
upgrading, demotion or transfer; recruitment or recruitment advertising; layoff or
termination; rates of pay or other forms of compensation; and selection for training, including
apprenticeship. The contractor agrees to post in conspicuous places, available to employees
and applicants for employment, notice to be provided by the Public Agency Equal
Employment Opportunity Officer setting forth provisions of the non-discrimination clause.
The contractor or subcontractor, where applicable, will in all solicitations or advertisements
for employees placed by or on behalf of the contractor, state that all qualified applicants will
receive consideration for employment without regard to age, race, creed, color, national
origin, ancestry, marital status or sex.
The contractor or subcontractor, where applicable, will send to each labor union or
representative of workers with which it has collective bargaining agreement or other contract
or understanding a notice, to be provided by the Public Agency Equal Employment
Opportunity Officer advising the labor union or workers representative of the contractor's
commitments under this act and shall post copies of the notice in a conspicuous place
available to employees and applicants for employment.
The contractor or subcontractor, where applicable agrees to comply with any regulations
promulgated by the Treasurer pursuant to P.L., c.127, as amended and supplemented from
time-to-time.
The contractor or subcontractor agrees to attempt in good faith to employ minority and
female workers consistent with the applicable county employment goals prescribed by
section 5.2 of the regulations promulgated by the Treasurer pursuant to P.L. 1975, c. 127 as
amended and supplemented from time-to-time or in accordance with a binding determination
of applicable county employment goals, determined by the Affirmative Action Office
pursuant to section 5.2 of the regulations promulgated by Treasurer pursuant to P.L. 1975,
c, 127 as amended and supplemented from time-to-time.
6.
The contractor or subcontractor agrees to inform in writing all recruitment agencies,
including employment agencies, placement bureaus, colleges, universities, labor unions, that
it does not discriminate on the basis of age, creed, color, national origin, ancestry, marital
status, or sex, and that it will discontinue the use of any recruitment agency which engages
in direct or indirect discriminatory practices.
7.
The contractor or subcontractor agrees to revise any of its testing procedures, if necessary,
to assure that all personnel testing conforms with the principles of job-related testing, as
established by the statues and court decisions of the State of New Jersey and as established
and by application Federal Law and applicable Federal Court decisions.
8.
The contractor or subcontractor agrees to review all procedures relating to transfer,
upgrading, downgrading and layoff to ensure that all such actions are taken without regard
to age, creed, color, national origin, ancestry, marital status or sex and conform with the
applicable employment goals consistent with the statutes and court decisions of the State of
New Jersey, and applicable Federal Law and applicable Federal Court decisions.
Provisions 4, 5, 6, 7, or 8 not required for subcontractors with (4) or fewer employees or a
contractor who has presented evidence of a Federally approved or sanctioned Affirmative
Action Program
Submitted By:
Name of Firm
Signature
Title
Date
AFFIDAVIT FOR AFFIRMATIVE ACTION
(This Affidavit is part of the Proposal)
STATE OF:
COUNTY OF:
being duly sworn, deposes and says that he/she resides at:
and that he/she is the
of
who signed the foregoing Proposal of Bids, that during the course of this contract, he/she will agree
to the Plan for Affirmative Action.
Subscribed and Sworn to
before me on the
day
of
20
(Notary Public)
My Commission Expires:
(Seal)
GOODS, PROFESSIONAL SERVICES AND
GENERAL SERVICE CONTRACTS
During the performance of this contract, the contractor agrees as follows:
The contractor or subcontractor, where applicable, will not discriminate against any employee or
applicant for employment because of age, race, creed, color, national origin, ancestry, marital status,
sex, affectional or sexual orientation. The contractor will take affirmative action to ensure that such
applicants are recruited and employed, and that employees are treated during employment, without
regard to their age, race, creed, color, national origin, ancestry, marital status, sex, affectional or
sexual orientation. Such action shall include, but not be limited to the following: employment,
upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates
of pay or other forms of compensation; and selection for training, including apprenticeship. The
contractor agrees to post in conspicuous places, available to employees and applicants for
employment, notices to be provided by the Public Agency Compliance Officer setting forth
provisions of the nondiscrimination clause.
The contractor or subcontractor, where applicable will, in all solicitations or advertisements for
employees placed by
--- Document: Notice for Request for Proposals / Request for Qualifications Purchase of Block 12301, Proposed Lot 4.01 and Development of 75 Units of Managed Affordable Senior Housing ---
NOTICE
Request for Proposals / Request for Qualifications
Purchase of Block 12301, Proposed Lot 4.01
and Development of 75 Units of
Managed Affordable Senior Housing
The Township of Gloucester is seeking proposals from qualified firms for the
purchase of Block 12301, Proposed Lot 4.01 and development of seventy five
(75) Units of Managed Affordable Senior Housing.
The successful bidder/redeveloper will enter into a contract of sale and
redevelopers agreement for the property. The successful redeveloper will be
responsible for all costs associated with the redevelopment, financing, design,
construction, and permitting of the project.
Bids will be received, opened and read in public on May 22, 2013 at 11:00 AM at
the Gloucester Township Municipal Building, 1261 Chews Landing Road, Laurel
Springs, New Jersey 08021 in the Township Council Meeting Room, in the
manner set forth in the RFP/RFQ specifications.
MINIMUM BID:
$1,500,000.00
Copies of the Request for Proposals/Qualification ("RFP/RFQ") documents may
be obtained by contacting the Township of Gloucester at the address below:
Office of the Township Clerk
Gloucester Township Municipal Building
1261 Chews Landing Road
Laurel Springs, New Jersey 08021
The Township Council reserves the right to reject any and all RFP/RFQs.
RFP/RFQs received after May 22, 2013 at 11:00 AM will not be considered
regardless of the circumstances under which the RFP/RFQ was made untimely.
All RFP/RFQs received after said time shall be returned to the proposer
unopened.
BY ORDER OF THE TOWNSHIP COUNCIL, TOWNSHIP OF GLOUCESTER,
CAMDEN COUNTY, NEW JERSEY
Thomas C. Cardis
Business Administrator
--- Document: RFP-RFP for Purchase of Block 12301, Proposed Lot 4/01 and Development of 75 Units of Managed Affordable Senior Housing ---
TOWNSHIP OF GLOUCESTER
CAMDEN COUNTY – NEW JERSEY
MANAGED SENIOR HOUSING
REQUEST FOR REDEVELOPER/DEVELOPER
QUALIFICATIONS/PROPOSALS FOR
MANAGED SENIOR HOUSING
AND PURCHASE OF PREMISES
BLOCK 12301, PROPOSED LOT 4.01
April 08, 2013
Request for Qualifications/Proposals
I.
Introduction
The Township of Gloucester ("Township"), located in Camden County, New
Jersey seeks a developer to purchase and be designated as "Redeveloper" for
Block 12301, Proposed Lot 4.01 (the "Property".)
II.
"RFQ/RFP" Process
This RFQ/RFP is authorized on April 08, 2013 and RFQ/RFP packets will
remain available at 1261 Chews Landing Road, Blackwood, NJ 08012 until
11:00 a.m., on May 22, 2013. The Township is conducting a search for
qualified Redeveloper(s) interested in securing site control, purchase, and
revitalizing the Property.
Upon review and evaluation of timely-submitted submissions, the Township
will select a qualified Redeveloper(s) to purchase the property and develop the
Project, pursuant to a Redeveloper's Agreement to be negotiated with the
Township Council as Redevelopment Entity.
MINIMUM BID:
$1,500,000.00
Two (2) hard copies of each bid to purchase and response are required.
Submissions must be sealed and mailed/delivered for receipt by the Township
no later than 11:00 a.m. on May 22, 2013 to:
Clerk, Gloucester Township
1261 Chews Landing Road
Blackwood, NJ 08012
III.
The Project
Gloucester Township owns Block 12301, Proposed Lot 4.01. This is a 5.0 acre
parcel located northwest of the intersection of Lakeland Road (Camden
County Route 747) and Woodbury–Turnersville Road (County Route 707) in
Gloucester Township, New Jersey. The Gloucester Township Planning Board
has granted preliminary site plan approval for the development of seventy five
(75) units of managed affordable senior housing.
The Township is looking for a Redeveloper to purchase the property from the
Township and agree to develop seventy five (75) units of affordable senior
housing to be managed by the Gloucester Township Housing Authority. The
Township understands that the current Lakeland Complex Phase 1 (Block
12301) Redevelopment Plan allows for up to one hundred twenty five (125)
units to be constructed on the subject parcel. The Township also understands
that funding constraints may limit the development of the property to fewer
than seventy five (75) units or require the seventy five (75) units to be
developed in multiple phases.
IV.
RFQ/RFP Response Requirements
All BID and RFQ/RFP submissions to the Township Clerk shall be comprised
of two (2) hard copies, timely submitted, and shall include the following:
A. Cover Letter
The cover letter to Rosemary DiJosie, Township Clerk, must include the name
of proposed Redeveloper, along with a description of the entity's formation
and ownership structure. E-mail addresses, postal and delivery addresses,
telephone and fax numbers, and a named lead contact for any responding
entity, must be provided.
B. Redeveloper Background
1. A profile of the proposed Redeveloper, including a narrative
description of the history and background of the Redeveloper and
its senior managers and officers, must be provided.
2. A description, including the locations of relevant, comparable
redevelopment and development projects completed by, or at the
direction of the Redeveloper must be provided, including copies of
approved projects and photographs of Redeveloper's completed
work. The current stage of redevelopment or development of each
comparable project must be identified, and references relative to
each project must be provided.
C. Project Approach
A description of Redeveloper's proposed approach to developing the Property,
financing the Property, and the amount to be paid to the Township for the
Property.
D. Financial Information
A complete description of Redeveloper's financial capability to: (1) pay all
predevelopment expenses; (2) acquire the Property; (3) develop the Property;
(4) obtain a construction loan and other construction financing; (5) obtain
permanent financing; and (6) guarantee completion of construction.
Redevelopers must attach to the BID and RFQ/RFP Response relevant
supporting documentation, including financial statements.
E. Redevelopment Concept
A summary of the redevelopment concept proposed for the Property,
including the proposed numbers and types of structures.
F. Identify Redeveloper's Proposed Team
Include contact information for all persons and other entities proposed to be
part of the Redevelopment team, and describe their roles in the proposed
Project.
V.
Evaluation Criteria
The following criteria will be used to evaluate each qualifying Redeveloper's
submission:
A.
The Redeveloper's qualification in developing and managing
affordable housing projects. The Township will look specifically at
Redeveloper's track record in development and Management of
Affordable Housing projects and its experience in developing
affordable housing in Camden County, New Jersey;
B.
Qualification and experience of Redeveloper's professional team in
constructing buildings and related site improvements;
C.
Qualifications and experience of the redevelopment team members and
the staff specifically assigned to the project;
D.
The Redeveloper's experience in meeting schedules on similar
projects. Redevelopers should list every project in which the
Redeveloper was selected as a redeveloper or a member of a
development team for an affordable housing development, provide a
description of that development and indicate whether the Redeveloper
completed the development;
E.
The Redeveloper's financial capacity and ability to secure adequate
public funding and private capital to finance the project. The
Redeveloper should provide development and operating budgets as
well as a financial statement. The Redeveloper shall demonstrate its
ability to obtain any financing shown in the budget including
construction financing and the syndication/placement of tax credit
equity; and
F.
The Redeveloper's proposed manner of payment of the purchase price.
VI.
The selected Redeveloper will be required by the Township to enter into a
Memorandum of Understanding ("MOU) with the Township, under which the
Parties will be afforded a certain period of time (not less than thirty (30) days)
memorializing the manner of payment of the purchase price and within which
to negotiate a Redeveloper's Agreement with the Township. Selected entities
will be required to escrow funds for Township legal and planning professional
costs under the MOU, and under any Redeveloper's Agreement negotiated by
the Parties.
VII.
Timeline
• RFQ/RFP Packets Available From:
April 23, 2013 through May 22, 2013 at 11:00 a.m.
• BID and RFQ/RFP Responses Due On:
No BID and RFP/RFQ will be accepted after 11:00 a.m. on May 22, 2013.
Township will open all BIDS and RFQ/RFP’s at 11:00 a.m. Any party having
submitted a BID and RFP/RFQ is invited to attend the BID and RFP/RFQ
opening, but attendance is not required. Parties in attendance will be invited to
increase their purchase price, as the Township will conduct the property sale price
as a “Public Auction.”
• Anticipated Acceptance and Selection of Redeveloper(s) By:
The Township will either accept or reject any and all RFP/RFQs at a regular
meeting of Township Council.
VIII. Right to Reject
The Township reserves the right to reject any and all bids not deemed to be in
compliance with the conditions of this RFQ/RFP and deemed not in the best interest
of the Township.
IX.
Contact Information
Questions regarding the RFQ/RFP process and RFQ/RFP responsive submission
requirements shall be in writing, and shall be directed to Tom Cardis, Township
Administrator at tcardis@glotwp.com; with copies to Rosemary DiJosie, Township
Clerk at rdijosie@glotwp.com
X.
Existing Project Information
The following project information is available for inspection at the Township Clerk’s
office:
Reports
Acer Associates Remedial Investigation Report (10 acre site)
2007
Acer Associates Phase I ESA Report (10 acre site)
2007
Casie Protank
UST Closure Report (Overall Lot 1)
1999
Plans
Bach Associates, PC
Site Plan (Lot 4.01 of 10 acre site)
2010
C-1
Cover Sheet and Index
SB-2
Minor Subdivision Plan
SP-1
Demolition Plan
SP-2
Site Plan
SP-3
Grading Plan
SP-4
Utility Plan
SP-5
Stormwater Management Plan
SP-6
Landscaping Plan
SP-7
Lighting Plan
SP-8A
Soil Erosion and Sediment Control Plan
SP-8B
Soil Erosion and Sediment Control Details
SP-9
Details
SP-10
Details
TP-1
Boundary – Topographic Survey
Bach Associates, PC
Conceptual Site Plan (Architectural) (Lot 4.01)
2009
Documents
NJDEP
Sewer Service Area confirmation letter
2011
Gloucester Twp. Major Site Plan Approval (Preliminary)
2010
Gloucester Twp. Minor Subdivision Approval
2010
NJDEP
Wetlands LOI (with T&M Associates plan)
2009
Bach Associates Aqua NJ Water Easement and Easement Plan
2008
Camden Co. PB Major Subdivision Approval
2008
Camden Co. SCD Conditional Cert. (Phase I, mentions Phase II)
2008
Gloucester Twp. Minor Subdivision Approval
2008
Gloucester Twp. Lakeland Phase 1 Redevelopment Plan
2005
NJDEP
Letter regarding no further remediation of soils
2001
Camden Co.
Lakeland Deed
1926
PDF versions of the above listed documents are also available on CD upon request.
--- Document: Specifications for Purchase of AWD Police Pursuit Utility Vehicles ---
SPECIFICATION
FOR THE
PURCHASE OF
AWD POLICE PURSUIT UTILITY VEHICLES
FOR THE
TOWNSHIP OF GLOUCESTER
SOLICITOR
BUSINESS ADMINISTRATOR
Han Eck
DEPARTMENT HEAD
Доливар
MAYOR
BID OPENING DATE: 4-3-13
SPECIFICATION: AWD POLICE PURSUIT UTILITY VEHICLES
SPECIFICATION DATE:
APPROVAL SIGNATURE PAGE
TOWNSHIP OF GLOUCESTER
COUNTY OF CAMDEN
NOTICE TO BIDDERS
NOTICE is hereby given that sealed proposals for the:
Wheel Drive Police Pursuit Utility Vehicles
BID SPECIFICATION NUMBER PD-2, 2013
Purchase of between 11 and 20 All
will be received not later than 10:30 am prevailing time on April 3, 2013 at the Municipal
Building, 1261 Chews Landing Road, Laurel Springs, New Jersey 08021
PROPOSALS must be addressed to the Township Clerk, P.O. Box 8, Blackwood, New Jersey
08012 and will be opened and read publicly at the time and date, and should be in sealed
envelopes marked:
Purchase of between 11 and 20 All Wheel Drive Police Pursuit Utility Vehicles
DO NOT OPEN UNTIL April 3, 2013 at 10:30 A.M.
PROPOSAL forms, instructions to bidders, specifications and other bidding documents may be
examined or obtained at the office of the Township Clerk during normal office hours at the
above address.
The Township Council reserves the right to reject any or all proposals in whole or in part, and to
waive such informalities as may be permitted by law.
BIDDERS are required to comply with the requirement of P.L. 1975, Chapter 127, and P.L.
1977, Chapter 33.
INFORMATION on Affirmative Action Program requirements is available at the Office of the
Township Clerk.
Rosemary DiJosie
Township Clerk
SPECIFICATIONS
FOR THE
PURCHASE OF
AWD POLICE PURSUIT UTILITY VEHICLES
INDEX
Cover Page
Notice to Bidders
Bid Proposal Form/Signature Page
Instructions to Bidders
Bid Bond/Surety Bond/Waiver/Consent
Specifications
Affirmative Action
Non-Collusion/Proof of Registration/Form
Construction Contract/Performance Contract/Contract Form
Public Works Contractor Registration Act/Form
Americans with Disabilities Act
BID PROPOSAL FORM
(Contract Title and Bid Number, if applicable)
(Description of goods/services being bid)
The undersigned proposes to furnish and deliver the above goods/services pursuant to the bid
specification and made part hereof:
Amount in words
$
Amount in numbers
Company Name
Address
Signature of Authorized Agent
Title
Telephone Number
Date
Federal I.D. # or Social Security #
Name Type or Print
PROPOSAL FORM/SIGNATURE PAGES
To:
Gloucester Township
Council:
1261 Chews Landing Road
Laurel Springs, NJ 08021
Township Council
Date:
This proposal is submitted in accordance with your advertisement inviting proposals to be received
for the project identified as: AWD Utility Police Pursuit Vehicle Cooperative Bid
Having carefully examined the "Advertisement for Bids:, Bidding Instruction", General Clauses",
"Plans", etc. hereinafter, bulletins applying thereto, and being familiar with the various conditions
affecting the work, the undersigned hereby agrees to furnish all materials, perform all labor, and all
else necessary to complete the work in strict accordance with the specifications for prices as
follows:
In case this proposal is accepted, the undersigned is hereby bound to enter into contract within
ten(10) days after receipt of notice of acceptance for above mentioned work, in accordance with
such specifications.
Subscribed and Sworn
before me this
of
day
,2
Notary public of
My commission expires
(Seal)
(Type or Print Name)
Signature
INSTRUCTIONS TO BIDDERS
NO DEPOSIT OR FEE IS REQUIRED FOR SPECIFICATIONS
QUALIFICATIONS OF BIDDERS
All bidders must be prepared to present suitable evidence of their financial standing and to furnish
a list of similar work recently completed.
No verbal instructions or information to bidders will be binding. The specifications will be
considered as clear and complete unless written attention is called to any discrepancies or
incompleteness before the opening of bids. Should any written inquiries be received by the
Business Administrator, these inquiries will be answered in the form of bulletins and issued to all
bidders. These bulletins shall be considered a part of these specifications.
Bids will be considered as conclusive evidence of complete examination of specifications and
samples. It is understood that parties making bids accept all the terms and conditions expressed
and contained in the specifications attached to the proposal submitted.
A proposal Form/Signature Page is provided in these specifications. This form must be used in
submitting a proposal and all pages of the form must be completely filled out and signed by the
bidder.
PRESENTATION OF BIDS
Each bid must be enclosed in a sealed envelope and clearly marked on the outside:
"BID PROPOSAL
"(see advertisement, page 1), and delivered to the Office of
the Township Clerk, 1261 Chews Landing Rd., Laurel Springs, New Jersey 08021.
WITHDRAWALS
No proposal may be withdrawn later than 4:30 p.m. prevailing time on the day of the opening of
the bids. No modifications or explanations of any bid will be allowed after the same is sealed and
delivered to the Township Clerk. The proposals will be opened and read publicly by the
Township Council.
The Township Council reserves the right to reject any or all bids or parts thereof as deemed to be in
the best interest of the Township and to waive any immaterial informalities as may be permitted by
law.
FORM OF CONTRACT
The successful bidder will be required to execute a written contract with the Township Council
within ten(10) days after notice of the acceptance of their proposal.
BID BOND
Each bid shall be accompanied by a certified check, cashier's check or bid bond duly executed by
the bidder as the principal and having as surety thereon a surety company approved by the
Township of Gloucester in the amount not less than ten percent (10%), but in no case in excess of
$20,000.00 or the amount of bid. Any such bid bond shall be without endorsement or conditions.
Bid shall also be accompanied with a certificate letter from a surety company stating that it will
provide the bidder with the completion bond.
SURETY BOND
The successful bidder will be required to furnish a surety bond in the amount of one hundred
percent (100%) of the contract price, the condition of which shall be in the full and complete
execution and performance of each and all of the terms contained in the contract, proposal,
specifications and instructions to bidders. The bond shall meet all requirements of the Township
Council.
NOTE: Surety bond is automatically required when the contract price exceeds nine hundred ninety
nine dollars and ninety nine cents, ($999.99); when the contract price is under $999.99, surety
bond may be required by the Township Council if they deem it necessary and in the best interest of
the Township.
Entire cost of bond(s) shall be paid for by the individuals, firms, or corporations with whom the
contract(s) are entered into for the execution of any other purchases, or the furnishing or hiring of
any materials or supplies.
CONSENT OF SURETY
A performance bond will be required from the successful contractor on this project, and
consequent, all bidders shall, with their bid, a certificate in substantially the following form:
TO:
(Owner)
RE:
(Contractor)
(Project Description)
This is to certify that the
(Surety Company)
will provide to
(Owner)
a performance bond
in the full amount of awarded contract in the event that said contractor is awarded a contract for the
above project.
Date:
(CONTRACTOR)
(Authorized Agent of Surety Company)
CERTIFICATE OF SURETY MUST BE SIGNED BY AN AUTHORIZED AGENT
OR REPRESENTATIVE OF A SURETY COMPANY AND NOT BY THE
INDIVIDUAL OR COMPANY REPRESENTATIVE SUBMITTING THE BID.
SPECIFICATIONS
These specifications are intended to cover the furnishing of all materials and the performance of all
work that may be required or necessary for the complete compliance of the contract and the
contractor will be required to do all things. Where plans, drawings or schematics accompany
certain sections of the specifications, these shall be considered as a part of these specifications.
This bid shall be for between 11 and 20 vehicles and shall be listed as cost per vehicle, Vehicles in
White, between 10 and 20 and up to 2 vehicles in dark blue (Ford color code LK or similar for other
manufacturers). This is a cooperative Bid from up to 5 separate agencies and Although the Township
Of Gloucester is the lead agency the winning bidder must accept purchases from up to 4 additional
agencies that have entered into this cooperative purchase.
All Vehicles
•
All Wheel Drive Sport Utility Vehicle Rated as a PPV-(Police Pursuit Vehicle)
•
•
Minimum V6 Engine, Flex Fuel "E85 Capable"
6 Speed Automatic Transmission with Column Shift
•
Heavy Duty Engine Cooling System
•
Engine Oil Cooler and Transmission Cooler
•
Engine Hour Meter
•
•
•
Minimum HD 78 Amp/Hr 750 CCA Maintenance Free Battery
Minimum 220 amp Alternator
Pwr Assist Steering
All Season Pursuit Rated Tires
•
Full Size Spare Tire
•
Tire Pressure Monitoring System
•
4 Wheel Heavy Duty Disc Brakes
•
Anti Lock Brakes with Traction Control
•
Noise Suppression Bonds
Exterior
•
Folding Power Side Mirrors
•
Rear Window Wiper
•
Front Headlamps Pre-drilled for future Vertex LED installation
•
Front License Plate Bracket
•
Black Grille
•
Class III trailer Hitch (no pintle bike rack use only)
•
Drivers side spot light
Interior
Color-Charcoal Black, police grade cloth front seats
•
Flooring-Heavy Duty Black Vinyl
•
Power Adjustable Pedals
•
Front Seats-Dual Front Buckets Police Grade Cloth With 6 Way Power Adjustable, Space
•
Between Front Seats To Accommodate 9" Havis Police Console
Console Mounting Plate Between Front Seats
•
•
Built In Steel Intrusion Plates In Seat Backs
•
Power Windows with Rear Windows Inoperable (Operable From Drivers Side Only)
Fleet Key
Certified Speedometer/Calibrated
•
•
Rear Door Handles Inoperable
•
Single Zone Climate Control
•
Steering Wheel, Manual Tilt
•
•
•
Rear Window Defroster
Engine Hour Meter
Am/FM Stereo
Courtesy Lamps Disabled
INTERPRETATIONS OF SPECIFICATIONS
All equipment and materials used shall be standard components that are regularly
manufactured and utilized in the manufacturer's system.
All equipment and components shall have been thoroughly tested and proven in actual
use.
Should the Bidder discover discrepancies in the specifications, the matter shall be immediately
brought to the attention of the Township of Gloucester and the discrepancies corrected by written
agreement before proceeding further.
All explanation, interpretations and instructions required under these specifications will be given
by the Township upon written request from bidders.
Equipment to be furnished (if applicable) shall be new, first-class, or as specifically stipulated in
the detailed specifications and shall meet with the approval of the Township Council or their
designated representative.
All equipment if applicable, shall conform to the requirements of these specifications and any
equipment rejected by the Council as not complying with these specifications shall be immediately
removed and replaced with acceptable equipment.
EXTRA WORK
No extras or additional work will be allowed or paid for unless such extras or additional work is
ordered in writing by the Township and the price fixed and agreed before such work is performed.
ADDITIONS OR DEDUCTIONS
The Council of the Township of Gloucester shall have the right, without invalidating the contract,
to make additions to or deductions from the work covered by these specifications and in case such
deductions in cost shall be made between the Council and the contractor, but must be agreed to in
writing.
PROTECTION BY CONTRACTOR
The contractor agrees to indemnify and save harmless the Township and their representatives from
all suits or actions of every nature and description brought against them or either of them, or on
account of the use of patented or copyrighted material, appliances, products, or processes, with
legal protection. The contractor shall not transfer or sublet any portion of the work covered by
these specifications without written consent of the Township.
GENERAL CLAUSE
PROPOSAL FORMS
As noted under "instructions to bidders", attached to these specifications is a "Proposal
Form/Signature Form", which must be completely filled out and signed by each bidder.
As these Instructions to Bidders, Specifications, Form of Proposal, Signature Page, General and
Special Clauses, etc. all refer to each other and together constitute a whole legal binding agreement
and must be returned together as when delivered to bidder.
NO BID WILL BE ACCEPTED UNLESS SUBMITTED ON THE FORMS FURNISHED HEREIN
All bids must be sealed, marked and delivered in accordance with the instructions in paragraph 5,
and 6. Bids will be opened and read publicly by the Business Administrator at the time and day
specified in the Advertisement for Bids. Reading of the bids will take place at the Municipal
Building, 1261 Chews Landing Road, Laurel Springs, NJ 08021.
DELIVERY
In general, deliveries shall be at such time and place as may be fixed by Council and shall not be
made except upon definite instructions. See "Specifications" for delivery required under these
present specifications.
DISPOSAL OF MATERIALS, SUPPLIED ETC...NOT APPROVED.
Bidders shall understand that when materials, supplies, etc. have been delivered to the job which
do not comply with the specifications and have not been approved, they shall be immediately
removed upon notification to the contractor and replaced with material, supplied, etc., in full
accordance with the specifications.
PAYMENTS
Payments shall be made to the contractor within sixty (60) days of receipt of invoice, after
inspection and acceptance of the material and/or work and approval of the invoice by the
Township Council unless otherwise stipulated by the Township in the form of a contract.
NUMBER OF WORKING DAYS
The contract shall contain the date which the work shall be completed or shall specify the number
of working days to be allowed for its completion and/or delivery of materials equipment and
supplies.
EXEMPTION FROM FEDERAL EXCISE AND NEW JERSEY SALES TAX
The Township of Gloucester is exempt from Federal Excise Taxes and the New Jersey Sales Tax.
Net prices as shown in the proposal shall exclude said Federal and State Tax amounts.
NOTE: This provision shall not apply to construction, repair and/or maintenance contracts where
bidder purchases supplies, materials, and/or equipment and includes costs thereof in computation
of his bid or proposal.
NEW JERSEY PREVAILING WAGE ACT
All work on this project shall comply with the requirements under the 1963 Revised Statutes of
New Jersey Chapter 150, "Prevailing Rate of Wages on Public Contracts".
Current applicable Wage Rate Determination of the State of the New Jersey Department of Labor
shall become part of the contract.
DOMESTIC PRODUCTS
Only manufactured products of the United States, wherever available, shall be used in connection
with this undertaking, pursuant to 40A:11-18 of the Revised Statutes of the State of New Jersey.
PUBLIC DISCLOSURE
Chapter 33 of the Public Laws of 1977 provides that no Corporation or Partnership shall be
awarded any State, County, Municipal, or School District contract for the performance of any
work or the furnishing of any materials or supplies, unless prior to the receipt of the bid or
accompanying the bid of said Corporation or Partnership there is submitted a statement. The
statement shall set forth the names and addresses of all stockholders in the Corporation or
Partnership who own ten percent (10%) or more if its stock or any class, or of all individual
partners in the Partnership who owns a ten percent(10%) or greater interest therein.
FAILURE TO SUPPLY THIS INFORMATION WITH “FORM OF PROPOSAL" WILL BE
CAUSE TO REJECT THE BID
AFFIRMATIVE ACTION COMPLIANCE NOTICE
N.J.S.A 10:5-31 and N.J.A.C. 17:27
GOODS AND SERVICES CONTRACTS
(INCLUDING PROFESSIONAL SERVICES)
This form is a summary of the successful bidder's requirement to comply with requirements of
N.J.S.A. 10:5-31 and N.J.A.C. 17:27.
The successful bidder shall submit to the public agency, after notifications of award but prior to
execution of this contract, one of the following three documents as forms of evidence.:
(a) A photocopy of a valid letter that the contractor is operating under an existing Federally
approved or sanctioned Affirmative Action Program (good for one year from the date of
the letter):
OR
(b) A photocopy of a Certificate of Employee Information Report approval, issued in
accordance with N.J.A.C. 17:27-4
OR
c) A photocopy of an Employee Information Report (Form AA302) provided by the
Division and distributed to the public agency to be completed by the contractor
The successful vendor may obtain the Affirmative Action Employee Information Report (AA302)
from the contraction unit during normal business hours.
The successful vendor(s) must submit the copies of the AA302 Report to the Division of Contract
Compliance and Equal Employment Opportunity in Public Contracts (Division). The Public
Agency copy is submitted to the public agency, and the vendor copy is retained by the vendor.
The undersigned vendor certifies that he/she is aware of the commitment to comply with the
requirements of N.J.S.A. 10:5-31 and N.J.A.C. 17:27 and agrees to furnish the required forms of
evidence.
The undersigned vendor further understands that his/her bid shall be rejected as non-responsive if
said contractor fails to comply with the requirements of N.J.S.A. 10:5-31 and N.J.A.C. 17:27.
COMPANY:
SIGNATURE
PRINT NAME:
TITLE:
DATE:
SUPPLEMENT TO BID SPECIFICATIONS
NON-DISCRIMINATION
During the performance of a contract, the contractor agrees as follows:
1.
2.
3.
4.
The contractor or subcontractor, where applicable, will not discriminate against any
employee or applicants for employment because of age, race, creed, color, national origin,
ancestry, marital status, or sex. The contractor will take affirmative action to ensure that
such applicants are recruited and employed, and that employees are treated during
employment, without regard to their age, race, creed, color, national origin, ancestry,
marital status or sex. Such action shall include, but not be limited to the following:
employment, upgrading, demotion or transfer; recruitment or recruitment advertising;
layoff or termination; rates of pay or other forms of compensation; and selection for
training, including apprenticeship. The contractor agrees to post in conspicuous places,
available to employees and applicants for employment, notice to be provided by the Public
Agency Equal Employment Opportunity Officer setting forth provisions of the
non-discrimination clause.
The contractor or subcontractor, where applicable, will in all solicitations or
advertisements for employees placed by or on behalf of the contractor, state that all
qualified applicants will receive consideration for employment without regard to age, race,
creed, color, national origin, ancestry, marital status or sex.
The contractor or subcontractor, where applicable, will send to each labor union or
representative of workers with which it has collective bargaining agreement or other
contract or understanding a notice, to be provided by the Public Agency Equal
Employment Opportunity Officer advising the labor union or workers representative of the
contractor's commitments under this act and shall post copies of the notice in a
conspicuous place available to employees and applicants for employment.
The contractor or subcontractor, where applicable agrees to comply with any regulations
promulgated by the Treasurer pursuant to P.L., c.127, as amended and supplemented from
time-to-time.
5.
The contractor or subcontractor agrees to attempt in good faith to employ minority and
female workers consistent with the applicable county employment goals prescribed by
section 5.2 of the regulations promulgated by the Treasurer pursuant to P.L. 1975, c. 127 as
amended and supplemented from time-to-time or in accordance with a binding
determination of applicable county employment goals, determined by the Affirmative
Action Office pursuant to section 5.2 of the regulations promulgated by Treasurer pursuant
to P.L. 1975, c, 127 as amended and supplemented from time-to-time.
6.
7.
8.
The contractor or subcontractor agrees to inform in writing all recruitment agencies,
including employment agencies, placement bureaus, colleges, universities, labor unions,
that it does not discriminate on the basis of age, creed, color, national origin, ancestry,
marital status, or sex, and that it will discontinue the use of any recruitment agency which
engages in direct or indirect discriminatory practices.
The contractor or subcontractor agrees to revise any of its testing procedures, if necessary,
to assure that all personnel testing conforms with the principles of job-related testing, as
established by the statues and court decisions of the State of New Jersey and as established
and by application Federal Law and applicable Federal Court decisions.
The contractor or subcontractor agrees to review all procedures relating to transfer,
upgrading, downgrading and layoff to ensure that all such actions are taken without regard
to age, creed, color, national origin, ancestry, marital status or sex and conform with the
applicable employment goals consistent with the statutes and court decisions of the State of
New Jersey, and applicable Federal Law and applicable Federal Court decisions.
Provisions 4, 5, 6, 7, or 8 not required for subcontractors with (4) or fewer employees or a
contractor who has presented evidence of a Federally approved or sanctioned Affirmative
Action Program
Submitted By:
Name of Firm
Signature
Title
Date
GOODS, PROFESSIONAL SERVICES AND
GENERAL SERVICE CONTRACTS
During the performance of this contract, the contractor agrees as follows:
The contractor or subcontractor, where applicable, will not discriminate against any employee or
applicant for employment because of age, race, creed, color, national origin, ancestry, marital
status, sex, affectional or sexual orientation. The contractor will take affirmative action to ensure
that such applicants are recruited and employed, and that employees are treated during
employment, without regard to their age, race, creed, color, national origin, ancestry, marital
status, sex, affectional or sexual orientation. Such action shall include, but not be limited to the
following: employment, upgrading, demotion, or transfer; recruitment or recruitment advertising;
layoff or termination; rates of pay or other forms of compensation; and selection for training,
including apprenticeship. The contractor agrees to post in conspicuous places, available to
employees and applicants for employment, notices to be provided by the Public Agency
Compliance Officer setting forth provisions of the nondiscrimination clause.
The contractor or subcontractor, where applicable will, in all solicitations or advertisements for
employees placed by or on behalf of the contractor, state that all qualified applicants will receive
consideration for employment without regard to age, race, creed, color, national origin, ancestry,
marital status, sex, affectional or sexual orientation. The contractor or subcontractor, where
applicable, will send to each labor union or representative or workers with which it has a collective
bargaining agreement or other contract or understanding, a notice, to be provided by the agency
contracting officer advising the labor union or workers' representative of the contractor's
commitments under this act and shall post copies of the notice in conspicuous places available to
employees and applicants for employment.
The contractor or subcontractor, where applicable, agrees to comply with the regulations
promulgated by the Treasurer to P.L. 1975, c.127, as amended and supplemented from
time-to-time and the Americans with Disabilities Act. The contractor or subcontractor agrees to
attempt in good faith to employ minority and female workers consistent with the applicable county
employment goals prescribed by N.J.A.C. 17:27-5.2 promulgated by the Treasurer pursuant to
P.L. 1975, c.127 as amended and supplemented from time-to-time or in accordance with a binding
determination of the applicable county employment goals determined by the Affirmative Action
Office pursuant to N.J.A.C. 17:27-5.2 promulgated by the Treasurer pursuant to P.L. 1975, c.127,
as amended and supplemented from time-to-time.
The contractor or subcontractor agrees to inform in writing appropriate recruitment agencies in the
area, including employment agencies, placement bureaus, colleges, universities, labor unions, that
it does not discriminate on the basis of age, creed, color, national origin, ancestry, marital status,
sex, affectional or sexual orientation, and that it will discontinue the use of any recruitment agency
which engages in direct or indirect discriminatory practices. The contractor or subcontractor
agrees to revise any of its testing procedures, if necessary, to assure that all personnel testing
conforms with the principles of job-related testing, as established by the statutes and court
decisions of the State of New Jersey and as established by applicable Federal Law and applicable
Federal Court decisions.
The contractor or subcontractor agrees to review all procedures relating to transfer, upgrading,
downgrading and layoff to ensure that all such actions are taken without regard to age, creed, color,
national origin, ancestry, marital status, sex, affectional or sexual orientation, and conform with
the applicable employment goals, consistent with the statutes and court decisions of the State of
New Jersey, and applicable Federal law and applicable Federal Court decisions. The contractor
and its subcontractors shall furnish such reports or other documents to the Affirmative Action
Office as may be requested by the office from time-to-time in order to carry out the purposes of
these regulations, and public agencies shall furnish such information as may be requested by the
Affirmative Action Office for conducting a compliance investigation pursuant to Subchapter 10 of
the Administrative Code(NJAC 17:27).
SIGNATURE
(NAME) PRINT OR TYPE
COMPANY NAME:
DATE:
AFFIDAVIT FOR AFFIRMATIVE ACTION
(This Affidavit is part of the Proposal)
STATE OF:
COUNTY OF:
being duly sworn, deposes and says that he/she resides at:
and that he/she is the
of
who signed the foregoing Proposal of Bids, that during the course of this contract, he/she will
agree to the Plan for Affirmative Action.
Subscribed and Sworn to
before me on the
_day
of
20
(Notary Public)
My Commission Expires:
(Seal)
NON-COLLUSION AFFIDAVIT
State of New Jersey
County of
SS:
1,
residing in
(Name of Affiant)
(Name of Municipality)
in the County of
and State of
age, being duly sworn according to law on my oath depose and say that:
of full
I am
(Title or Position)
of the firm of
the bidder making this Proposal for the bid entitled
(Name of Firm)
and that I
(Title of Bid Proposal)
executed the said proposal with full authority to do so that said bidder has not, directly or indirectly
entered into any agreement, participated in any collusion, or otherwise taken any action in restraint
of free, competitive bidding in connection with the above named project; and that all statements
contained in said proposal and in this affidavit are true and correct, and made with full knowledge
that the
relies upon the truth of the statements contained in said
Proposal
(Name of contracting unit)
and in the statements contained in this affidavit in awarding the contract for the said project.
I further warrant that no person or selling agency has been employed or retained to solicit or secure
such contract upon an agreement or understanding for a commission, percentage, brokerage, or
contingent fee, except bona fide employees or bona fide established commercial or selling
agencies maintained by
Subscribed and sworn
before me this
day
of
2
Notary public of
My Commission expires
(Seal)
PROOF OF BUSINESS REGISTRATION
(Type or Print Name)
(Signature)
N.J.S.A. 52:32-44 required that each contractor submit proof of business registration with the bid
proposal. Proof of registration shall be a copy of the bidder's Business Registration
Certificate(BRC). A BRC is obtained from the New Jersey Division of Revenue. Information on
obtaining a BRC is available on the internet at www.nj.gov/dca/lgs/lpcl/busregis/bus or by phone
at (609) 292-1730. N.J.S.A. 52:32-44 imposes the following requirements on contractors and all
subcontractors that knowingly provide goods or perform services for a contractor fulfilling this
contract:
1) The contractor shall provide written notice to its subcontractors and suppliers to submit
2)
3)
proof of business registration to the contractor;
Prior to receipt of final payment from a contracting agency, a contractor must submit to the
contracting agency an accurate list of all subcontractors or attest that none was used;
During the term of this contract, the contractor and its affiliates shall collect and remit and
shall notify all subcontractors and their affiliates that they must collect and remit to the
Director, New Jersey Division of Taxation, the Use Tax due pursuant to the Sales and Use
Tax Act, (N.J.S.A. 54:32B-1 et seq) on all sales of tangible personal property delivered into
this state.
A contractor, subcontractor or supplier who fails to provide proof of business registration or
provides false business registration information shall be liable to a penalty of $25 for each day of
violation, not to exceed $50,000 for each business registration not properly provided or maintained
under a contract with a contracting agency. Information on the law and its requirements is
available by calling (609) 292-9292.
NEW JERSEY "BUSINESS REGISTRATION CERTIFICATE" FORM
P.L. 2004 Ch. 57 requires that Business Organization's, be registered with the New Jersey
Department of Treasury, Division of Revenue. The definition in the law is as follows:
"Contractor" means a business organization that seeks to enter or has entered into a contract with a
contracting agency, to provide goods, services, or a construction project, the cost of which exceeds
15% of the contracting unit's bid threshold.
Please indicate below, for the bidder and all subcontractors listed on the "Subcontractor
Declaration" herein, as to their registration with the NJ Department of Treasury, Division of
Revenue in accordance with P.L. 2004, Ch57.
Proof of registration is required for all contractor's and named subcontractor's. Proof of
registration means a copy of the organization's Business Registration Certificate". No other form
can be substituted to fulfill this requirement.
Copies of the Business Registration Certificate shall be submitted and attached to this form.
Name
Registration Number
Bidder
(Subcontractor)
(Subcontractor)_
(Subcontractor)
(Subcontractor)
Subscribed and Sworn
before me this
of
day
20
Notary Public of
My Commission Expires
(Seal)
CONSTRUCTION CONTRACT
Signature
(Type or Print Name)
During the performance of this contract the contractor agrees as follows:
1)
The contractor or subcontractor, where applicable, will not discriminate against any
employee or applicant for employment because of age, race, creed, color, national
origin, ancestry, marital status, or sex. The contractor will take affirmative action
to ensure that such applicants are recruited and employed, and that employees are
treated during employment, without regard to their age, race, creed, color, national
origin, ancestry, marital status or sex. Such action shall include, but not be limited
to the following: employment, upgrading, demotion, or transfer; recruitment or
recruitment advertising; layoff or termination; rates of pay or other forms of
compensation; and selection for training, including apprenticeship.
The
contractor agrees to post in conspicuous places, available to employees and
applicants for employment, notices to be provided by the Public Agency Equal
Employment Opportunity Officer setting forth provisions of this
non-discrimination clause.
2)
The contractor or subcontractor, where applicable, will in all solicitations or
advertisements for employees placed by or on behalf of the contractor, state that all
qualified applicants will receive consideration for employment without regard to
age, race, creed, color, national origin, ancestry, marital status or sex.
3)
The contractor or subcontractor, where applicable, will send to each labor union or
representative of workers with which it has a collective bargaining agreement or
other contract or understanding, a notice, to be provided by the Public Agency
Equal Employment Opportunity Officer advising the labor union or worker's
representative of the contractor's commitments under this act and shall post copies
of the notice in a conspicuous place available to employees and applicants for
employment.
4)
5)
The contractor or subcontractor, where applicable, agrees to comply with any
regulations promulgated by the Treasurer pursuant to P.L. 1975, c 127, as amended
and supplemented from time-to-time.
When hiring workers in each construction trade, the contractor or subcontractor
agrees to attempt in good faith to employ minority workers in each construction
trade consistent with applicable employment goal prescribed section 7.3 of said
regulation; provided however, that the Affirmative Action Office may, in its
discretion, exempt a contractor or subcontractor from compliance with the good
faith procedures prescribed by the following provision 1, 2 and 3 as long as the
Affirmative Action Office is satisfied that the contractor is employing workers
provided by a union which provides evidence, in accordance with standards
prescribed by the Affirmative Action Office, that its percentage of active "card
carrying" members who are minority workers is equal to or greater that the
applicable employment goal prescribed by section 7.3 of the regulations
promulgated by the treasurer pursuant to
P.L. 1975, c. 127, as amended and supplemented from time-to-time. The
contractor or subcontractor agrees that a good faith effort shall include compliance
with the following procedures:
A.
If the contractor or subcontractor has a referral agreement or
arrangement with a union for a construction trade, the contractor or
subcontractor shall within (3) days of the contractor award, seek
assurance from the union that it will cooperate with the contractor or
subcontractor as it fulfills its affirmative action obligations under this
contract and in accordance with the regulations promulgated by the
Treasurer pursuant to P.L. 1975, c. 127, as it is supplemented and
amended from time-to-time. If the contractor or subcontractor is unable
to obtain said assurance from the construction trade union at least five(5)
days prior to the commencement of construction work, the contractor or
subcontractor agrees directly to attempt to hire minority workers
consistent with the applicable employment goal. If the contractors' or
subcontractors' prior experience with a construction trade union
regardless of whether the union provided said assurance indicates a
significant possibility that the trade union will not refer sufficient minority
workers consistent with the applicable employment goal by complying
with following hiring procedures prescribed under(2): and the contractor or
subcontractor further agrees immediately to take said action if it determines
or is so notified by the Affirmative Action Office that the union is not
referring minority workers consistent with the applicable employment
goal.
B.
If the hiring of a work force consistent with the employment goal has not or
cannot be achieved for each construction trade by adhering to the
procedures of the preceding provision(1), or if the contractor of
subcontractor does not have a referral agreement or arrangement with a
union for a construction trade, the contractor or subcontractor agrees to take
the following actions consistent with the applicable county employment
goal:
1.
2.
3.
4.
To notify the Public Agency Compliance Office, Affirmative
Action Office and at least one minority referral organization of its
manpower needs and request the referral of minority workers;
To notify any minority workers who have been listed with it as
awaiting available vacancies;
Prior to commencement of work, to request the local construction
trade union if the contractor or subcontractor has a referral
agreement or arrangement with a union for the construction trade, to
refer workers to fill job openings;
To leave standing requests for additional referral of minority
workers with the local construction trade union, if the contractor or
subcontractor has a referral agreement or arrangement with a union
for the
--- Document: Good and Services Bid Packet ---
TOWNSHIP OF GLOUCESTER
CAMDEN COUNTY
NEW JERSEY
GOODS AND SERVICES BID PАСКЕТ
Department Head
Business Administrator
Project Name:
Lawn Services
Bid Submittal Date/Time: April 3, 2013
Company/Vendor Submitting:
Solicitor
Sand May
Mayor
-1-
INVITATION TO BID
Notice is hereby given that sealed bids will be received by the Township Council of the
Township of Gloucester, a municipal corporation in the County of Camden and State of New
Jersey at the Township of Gloucester, Clerk's Office on April 3, 2013 at 10:00 am for Lawn
Services.
Bid packets, including instructions and specifications, are available in the Clerk's Office,
Township of Gloucester, 1261 Chews Landing Road, Laurel Springs, NJ 08021. The bids are to
be received in the clerk's Office, either in person or by mail, prior to bid opening. Public bid
opening will be held on April 3, 2013 at 10:00 a.m. prompt in the Clerk's Office of the Township
Municipal Building.
Bids must be submitted on standard form, available with the specifications. Bids must be
enclosed in sealed envelopes bearing the name and address of the bidder and shall be marked on
the outside with the name of the commodity being bid.
By order of Township Council of the Township of Gloucester.
Rosemary DiJosie
Township Clerk
TOWNSHIP OF GLOUCESTER
INSTRUCTIONS TO BIDDERS
1. In accordance with N.J.S.A 40A:11 et seq (Local Public Contracts Law) and N.J.A.C. 5:23-4.14
and all related rules, the Township of Gloucester is seeking bids Lawn Services.
2. The bid shall be submitted Bidder shall submit their bid in a sealed envelope which must be
marked "Township of Gloucester" and specify the name of the project and shows the name and
address of the Bidder. The bid can be either mailed or hand delivered to the Gloucester Township
Municipal Building, 1261 Chews Landing Road, Clerk's Office, Laurel Springs, New Jersey,
08021 to the attention of TOWNSHIP CLERK. The Township assumes no responsibility for bids
that are received in Clerk's Office after the advertised time and date for the bid opening.
3. Bidder shall complete and execute the Specification Bid Form, the Statement of Corporate
Ownership, Federal Affirmative Action Form, Debarred List Affidavit, Non-Collusion Affidavit,
Bid Security, Prevailing Wage Certification and requested information set forth and other
information as identified in the project bid specifications. Together these documents shall
constitute a Bid.
4. Bid Security is required in the amount of ten percent (10%) of the bid price, by a certified check,
cashier's check or bid bond issued by a surety/bonding company licensed in the State of New
Jersey. Bidder shall understand and accept that the Bid Security shall be forfeited if Bidder fails
to enter into a Contract with Township after receiving a Notice of Intent. If a bond is submitted,
the surety shall acknowledge, in the bond document that the total amount of the bond shall be
subject to forfeiture if Bidder fails to enter into the Contract with Township after receiving a
Notice of Intent. A BID BOND is not REQUIRED for this BID.
5. Bidder may modify or withdraw the Bid at any time prior to the Bid Opening by submitting
written notification of withdrawal or modification to the TOWNSHIP CLERK.
6. Bidder must furnish a Certificate of Liability Insurance with at least one million dollars in
coverage.
7. At any time prior to Bid Opening, Township may withdraw the Invitation to Bid and not accept
Bids. Any Bid received prior to withdrawal of the Invitation to Bid will be returned unopened to
the Bidder.
8. Township will open the Bids and read such Bids aloud publicly at the location, date and time set
forth for Bid Opening in the Invitation to Bid.
9. The decision to award or reject bids, based on the provisions of this Bid Document and/or State
law, shall be made by the Township Council of the Township of Gloucester in the form of a duly
adopted resolution.
10. Township will be the sole party to determine whether or not Bids comply with the prescribed
requirements set forth in the Bid Documents.
11. Township reserves the right to accept and/or reject any or all Bids or to waive any immaterial
defect or informality in any bid.
12. Notwithstanding any terms to the contrary, Township reserves the right to reject any and/or all
Bids if Township deems it in its best interest to do so, pursuant to law.
-3-
13. Township will reject Bids other than the three (3) apparent lowest responsive, responsible Bids
and return the Bid Security for rejected Bids within ten (10) business days after the Bid Opening.
The Township reserves the right not to carry out the provisions of this section if it is in the best
interests of the Township.
14. Township may hold at least the three (3) apparent lowest responsive, responsible Bids for sixty
(60) days after the Bid Opening. The Township reserves the right, with the approval of the
Bidders, to extend said period between Bid Opening and issuance of Notice of Intent.
15. After the awarding and signing of the Contract and approval of the contractor's performance
bond, Bid Security for the remaining unsuccessful Bidders will be returned within three days,
Sundays and holidays excepted, if applicable.
16. If all Bids are rejected, Township will return Bid Security to Bidders within sixty (60) days after
Bid Opening, unless such time is otherwise extended.
17. If a Bid is awarded by the Township Council, Township will issue a Notice of Intent to the lowest
responsive, responsible Bidder within sixty (60) days after Bid Opening and will hold Bidder's
Bid Security pending execution of the contract. The sixty (60) days may be waived by the Bidder
upon request of the Township.
18. Township's Notice of Intent will state Township's intention to enter into the Contract with Bidder
and Bidder shall execute the Contract within 45 days following receipt of Notice of Intent;
otherwise, Township shall consider Bid to be abandoned and Bid Security forfeited to Township.
-4-
TOWNSHIP of GLOUCESTER
SPECIFICATIONS
LAWN SERVICES
HISTORY:
The Township of Gloucester in the County of Camden is seeking bids from landscapers for lawn
services to be awarded for foreclosed properties located within the municipality that require
property maintenance. The Township of Gloucester has a population of approximately 70,000
and is comprised of an area that is 24 square miles. The lots that will need to be serviced are
standard residential lots of 1/2 acre or less. No edging is required and the grass should be bagged
and left at the curb for removal. A list of the properties is not available due to the fact that
properties are placed on the foreclosure list at various times; therefore there is not a confirmed
list at this time.
-5-
TOWNSHIP OF GLOUCESTER
BID DOCUMENT SUBMISSION CHECKLIST
(Must be Completed and submitted as part of Bid)
Failure to submit the following documents is mandatory cause for the bid to be rejected (N.J.S.A.
40A:11-23.2).
Please check in Bidder's Initial Column confirming that document is included with Bid.
Bid Guaranty (N.J.S.A 40A:11-21) (NOT REQUIRED)
Consent of Surety (N.J.S.A 40A:11-21)
Stockholder's Disclosure Form
Business Registration Certificate
Bid Proposal Form
Proof of Insurance with minimum coverage required
naming Gloucester Township as an additional insured must be
submitted prior to contract execution.)
(Certificate
Failure to submit the following documents is mandatory cause for the bid to be rejected (N.J.S.A.
40A:11-23.1b).
Federal Affirmative Action Form
Non-Collusion Affidavit notarized
Exceptions to Specifications (if any)
The undersigned hereby acknowledges and has submitted the above listed requirements.
Name of Bidder:
By Authorized Representative:
Signature:
Print Name and Title:
Date:
-6-
TOWNSHIP OF GLOUCESTER
BID EQUIVALENCY AND/OR EXCEPTION FORM
Listed below are the detailed equivalents or exceptions as noted in the specifications column for the
exceptions. Failure to list all equivalents and/or exceptions is cause for the bid to be rejected.
Exceptions: List exceptions to the specifications, if any.
-7-
STATEMENT OF CORPORATE OWNERSHIP
In compliance with Chapter 33, laws of 1977 (N.J.S.A. 52:25-24.2), I certify the following:
Firm is a sole proprietorship
No stockholder or partner or the corporation or partnership holds ten percent (10%) or
more ownership.
Below are the names and addresses of all persons or entities owning ten percent (10%) or
more of the bidder or supplier on whose behalf this certification is filed.
Name
Address
Percent Interest
Note: If any of the above entities is a corporation, then the following are the names and addresses of all
Persons owning ten percent (10%) or more of that corporation.
Name
Address
Percent Interest
I further certify that I will notify the Owner of any changes to the above list within ten (10) days of such
change.
Signed this
day of
(Insert Contractor's Name)
By:
2010
(A Partner or Corporate Officer)
Title:
-8-
EXHIBITA
P.L. 1975. C. 127 (N.J.A.C. 17:27)
MANDATORY AFFIRMATIVE ACTION LANGUAGE
PROCUREMENT, PROFESSIONAL AND SERVICE CONTRACTS
Per N.J.A.C. 17:27-3.4(a):
1. During the performance of this contract, the contractor agrees as follows:
i. The contractor or subcontractor, where applicable, will not discriminate against any employee or
applicant for employment because of age, race, creed, color, national origin, ancestry, marital status, sex,
affectional or sexual orientation, familial status, liability for service in the Armed Forces of the United
States, or nationality. The contractor will take affirmative action to ensure that such applicants are
recruited and employed, and that employees are treated during employment, without regard to their age,
race, creed, color, nation origin, ancestry, marital status, sex, affectional or sexual orientation, familial
status, liability for service in the Armed Forces of the United States, or nationality. Such action shall
include, but not be limited to the following: employment, upgrading, demotion, or transfer; recruitment
or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and
selection for training, including apprenticeship. The contractor agrees to post in conspicuous places,
available to employees and applicants for employment, notices to be provided by the Public Agency
Compliance Officer setting forth provisions of this non-discrimination clause;
ii. The contractor or subcontractor, where applicable will, in all solicitations or advertisements for
employees placed by or on behalf of the contractor, state that all qualified applicants will receive
consideration for employment without regard to age, race, creed, color, national origin, ancestry, marital
status, sex affectional or sexual orientation, familial status, liability for service in the Armed Forces of the
United States, or nationality;
iii. The contractor or subcontractor, where applicable, will send to each labor union or representative
of workers with which it has a collective bargaining agreement or other contract or understanding, a
notice, to be provided by the agency contracting officer advising the labor union or workers,
representative of the contractor's commitments under this act and shall post copies of the notice in
conspicuous places available to employees and applicants for employment;
iv. The contractor or subcontractor, where applicable, agrees to comply with any regulations
promulgated by the Treasurer pursuant to P.L. 1975, c. 127, as amended and supplemented from time to
time and the Americans with Disabilities Act;
Per N.J.A.C. 17:27-5.3(a):
(A)
1. The contractor or subcontractor agrees to attempt in good faith to employ minority and female
workers consistent with the applicable county employment goals prescribed by N.J.A.C. 17:25-
5.2 promulgated by the Treasurer pursuant to P.L.1975,c.127, as amended and supplemented
from time to time or in accordance
If the contractor or subcontractor has a referral agreement or arrangement with a union for a
construction trade, the contractor or subcontractor shall, within three days of the contract award, seek
assurances from the union that it will cooperate with the contractor or subcontractor as it fulfills its
affirmative action obligations under this contract and in accordance with the rules promulgated by the
Treasurer pursuant to P.L. 1975, c. 127, as supplemented and amended from time to time. If the
contractor or subcontractor is unable to obtain said assurances from the construction trade union at least
five days prior to the commencement of construction work, the contractor or subcontractor agrees directly
to attempt to hire minority and female workers consistent with the applicable employment goal. If the
contractor's or subcontractor's prior experience with a construction trade union, regardless of whether the
union has
-9-
provided said assurances, indicates a significant possibility that the trade union will not refer sufficient
minority and female workers consistent with the applicable employment goal, the contractor or
subcontractor agrees to be prepared to hire minority and female workers directly, consistent with the
applicable employment goal, by complying with the hiring procedures prescribed under (B) below; and
the contractor or subcontractor further agrees to immediately take said action if it determines or is so
notified by the Affirmative Action Office that the union is not referring minority and female workers
consistent with the applicable employment goal.
(B) If the scheduling of a workforce consistent with the employment goal has not or cannot be
achieved for each construction trade by adhering to the procedures of (A) above, or if the contractor does
not have a referral agreement or arrangement with a union for a construction trade, the contractor or
subcontractor agrees to take the following actions consistent with the applicable county employment
goals:
1) To notify the Public Agency Compliance Officer, Affirmative Action Office, and at least one
approved minority referral organization of its manpower needs, and request referral of minority and
female workers;
2) To notify any minority and female workers who have been listed with it as awaiting available
vacancies;
3) Prior to commencement of work, to request the local construction trade union, if the contractor or
subcontractor has a referral agreement or arrangement with a union for the construction trade, to refer
minority and female workers to fill job openings;
4) To leave standing requests for additional referral to minority and female workers with the local
construction trade union, if the contractor or subcontractor has a referral agreement or arrangement with a
union for the construction trade, the State Training and Employment Service and other approved referral
sources in the area until such time as the workforce is consistent with the employment goal;
5) If it is necessary to lay off some of the workers in a given trade on the construction site, to assure,
consistent with the applicable State and Federal statutes and court decisions, that sufficient minority and
female employees remain on the site consistent with the employment goal; and to employ any minority
and female workers so laid off by the contractor on any other construction site in the area on which its
workforce composition is not consistent with an employment goal established pursuant to rules
implementing P.L. 1975, c. 127;
6) To adhere to the following procedure when minority and female workers apply or are referred to
the contractor or sub-contractor:
i. If said individuals have never previously received any document or certification
signifying a level of qualification lower than that required, the contractor or sub-contractor shall
determine the qualifications of such individuals and if the contractor's or subcontractor's workforce in
each construction trade is not consistent with the applicable employment goal, it shall employ such
persons which satisfy appropriate qualification standards; provided however, that a contractor or
subcontractor shall determine that the individual at least possesses the skills and experience recognized by
any worker's skills and experience classification determination which may have been made by a Public
Agency Compliance Officer, union, apprentice program or a referral agency, provided the referral agency
is acceptable to the Affirmative Action Office and provided further, that, if necessary, the contractor or
sub-contractor shall hire minority and female workers who qualify as trainees pursuant to these
regulations. All of the requirements of this paragraph, however, are limited by the provisions of (C)
below.
ii. If the contractor's or subcontractor's workforce is consistent with the applicable
employment goal, the name of said female or minority group individual shall be maintained on a waiting
list for the first consideration, in the event the contractor's or subcontractor's workforce is no longer
consistent with the applicable employment goal.
iii. If, for any reason, said contractor or subcontractor determines that a minority individual
or a female is not qualified or if the individual qualifies as an advanced trainee or apprentice, the
contractor or subcontractor shall inform the individual in writing with the reasons for the determination,
maintain a copy in its files, and send a copy to the Public Agency Compliance officer and to the
Affirmative Action Office.
- 10 -
7) To keep a complete and accurate record of all requests made for the referral of workers in any
trade covered by the contract and on forms made available by the Affirmative Action Office and shall be
submitted promptly to that office upon request.
(C) The contractor or subcontractor agrees that nothing contained in (B) above shall preclude the
contractor or subcontractor from complying with the hiring hall or apprenticeship provisions in any
applicable collective bargaining agreement or hiring hall arrangement, and, where required by custom or
agreement, it shall send journeymen and trainees to the union for referral, or to the apprenticeship
program for admission, pursuant to such agreement or arrangement: provided, however, that where the
practices of a union or apprenticeship program will result in the exclusion of minorities and females or the
failure to refer minorities and females consistent with the county employment goal, the contractor or
subcontractor shall consider for employment persons referred pursuant to said provisions (B) without
regard to such agreement or arrangement; provided further, however, that the contractor or subcontractor
shall not be required to employ female and minority advanced trainees and trainees in numbers which
result in the employment of advanced trainees and trainees as a percentage of the total workforce for the
construction trade, which percentage significantly exceeds the apprentice to journey worker ratio
specified in the applicable collective bargaining agreement, or in the absence of a collective bargaining
agreement, exceeds the ratio established by practice in the area for said construction trade. Also, the
contractor or subcontractor agrees that, in implementing the procedures of the preceding provisions (B) it
shall, where applicable, employ minority and female workers residing within the geographical jurisdiction
of the union.
(D)
The contractor agrees to complete an Initial Project Manning Report on forms distributed by the
Public agency awarding the contract or in the form prescribed by the Affirmative Action office and
submit a copy of said form, at the time of award of the construction contract, to the Affirmative Action
office as well as to the Public Agency Compliance officer and to submit a copy of the monthly Project
Manning Report once a month (by the seventh work day of each month) thereafter for the duration of this
contract to the Affirmative Action Office and to the Public Agency Compliance Officer. The contractor
agrees to cooperate with the public agency in the payment of budgeted funds, as is necessary, for on the
job and off the job programs for outreach and training of minority and female trainees employed on the
construction projects.
(E) The contractor and its subcontractors shall furnish such reports or other documents to the
Affirmative Action Office as may be requested by the office from time to time in order to carry out the
purposes of these regulations, and public agencies shall furnish such information as may be requested by
the affirmative action office for conducting a compliance investigation pursuant to Subchapter 10 of the
Administrative Code (NJAC 17:27).
Sign:
- 11 -
Date:
FEDERAL AFFIRMATIVE ACTION PLAN
In accordance with the Affirmative Action Regulations adopted pursuant to P.L. 1975, Chapter 127, the
Contractor shall identify whether the company has a valid Federal Affirmative Action Plan.
Does the company have a Federal Affirmative Action Plan approval?
YES
Name of Corporation
Signature
Name & Title (type or print)
NO
Sworn and subscribed before me this
day of
2012.
Notary Public of the State of New Jersey
My commission expires:
- 12 -
STATE OF NEW JERSEY DEBARRED LIST AFFIDAVIT
STATE OF NEW JERSEY
)
) ss.
COUNTY OF
I,
in the County of
law on my oath depose and say that:
I am
of the
of
and the State of New Jersey of full age, being duly sworn according to
an officer of the firm of
the Bidder making the Proposal for the above named work, and
that I executed the said Proposal with full authority to do so; that said Bidder at the time of making this
Bid is not included on the State of New Jersey, State Treasurer's List of Debarred, Suspended and
Disqualified Bidders; and that all statements contained in said Proposal and in this affidavit are true and
correct, and made with the full knowledge that the Township of Gloucester, as Owner, relies upon the
truth of the statements contained in said Proposal and in the statements contained in this affidavit in
awarding the contract for said work.
The undersigned further warrants that should the name of the firm making this Bid appear on the State
Treasurer's List of Debarred, Suspended and Disqualified Bidders at anytime prior to, and during the life
of this Contract, including Guarantee period, that Township of Gloucester shall be immediately notified
by the signatory of this Eligibility Affidavit.
The undersigned understands that the firm making the bid as Contractor is subject to disbarment,
suspensions and/or disqualification in contracting with the State of New Jersey, if the Contractor,
pursuant to NJAC 7:1-5.2, commits any of the acts listed therein, and as determined according to
applicable law and regulations.
(Insert Name and Address of Contractor)
(Insert Name and Title of Affiant)
Sworn and subscribed before me this
day of
2012.
Notary Public of the State of New Jersey
My commission expires:
- 13 -
NON-COLLUSION AFFIDAVIT
STATE OF NEW JERSEY
)
) ss.
COUNTY OF
PROJECT:
of the
in the State of
I,
County of
duly sworn according to law
(title)
of
in the
of full age, being
upon my oath depose and say that I am
of the firm of
the bidder making
the Proposal for the above named project, and that I executed the Proposal with full authority to
do so; that said bidder has not, directly or indirectly, entered into any agreement, participated in
any collusion, or otherwise taken any action in restraint of free, competitive bidding in
connection with the above named project; and that all statements contained in said Proposal and
in this affidavit are true and correct, and made with full knowledge that the State of New Jersey
relies upon the truth of the statements contained in said Proposal and in the statements contained
in this affidavit in awarding the contract for the said project.
I further warrant that no person or selling agency has been employed or retained to solicit or secure such
contract upon an agreement or understanding for a commission, percentage, brokerage, or contingent fee,
except bona fide employees or bona fide established commercial or selling agencies maintained by
(N.J.S.A. 52:34-1 5).
(Name of Bidder)
(Signature)
(Type or print name or affiant)
Sworn and subscribed before me this
day of
2012.
Notary Public of the State of New Jersey
My commission expires:
- 14 -
TOWNSHIP of GLOUCESTER
INSURANCE
It shall be the responsibility of the contractor to maintain the following insurance coverage in the amount
specified, for the length of the contract with a company that is admitted to do business in the State of New
Jersey and is a participant of the New Jersey State guaranty fund.
A certificate of insurance must be provided to the Township prior to entering into a formal contract,
reflecting all required coverage and including thirty (30) days notice of cancellation to the Township.
Failure to do so will result in the contract not being awarded.
The following coverage's are required:
Worker's Compensation:
Comprehensive Automobile Liability:
Comprehensive General Liability:
Statutory
$250,000 Each person
$500,000 Each Occurrence
$100,000 Each Occurrence
$1,000,000 Single Limit
- 15 -
PREVAILING WAGE ACT COMPLIANCE DECLARATION
The Contractor agrees to comply in all respects with the New Jersey Prevailing Wage Act, Chapter 150,
P.L. 1963 as amended. Workers shall be paid not less than such prevailing wage. Current information
regarding the Act and prevailing wages may be found at www.nj.gov/labor. In the event it is found that
any worker employed by the Contractor or any Subcontract covered by the contract herein has been paid a
rate of wages less than the prevailing rate required to be paid by such contract, the Owner may terminate
the Contractor's or Subcontractor's right to proceed with the work or such part of the works as to which
there has been a failure to pay required wages and to prosecute the work to completion or otherwise. The
Contact and his sureties shall be liable to the Owner for any excess costs occasioned thereby.
Also, the New Jersey Department of Labor, Division of Wage and Hour Compliance, makes official
debarment status determinations with respect to public works contract eligibility. The Department of
Labor's website, www.nj.gov/labor, contains the list of firms and individuals that have been debarred in
accordance with the provisions of the New Jersey Prevailing Wage Act from engaging in or bidding on
Public Works Contracts in New Jersey. If you have any questions concerning the current debarment
status of any firm or individual with respect to the Prevailing Wage Act, contact the Division of Wage
and Hour Compliance at (609) 292-2283.
Before final payment is made by or on behalf of the Township or any sum or sums due to the work, the
Contractor or Subcontractor shall file with the Chief Finance Officer of the Township, written statements
in the form satisfactory to the Commissioner of the New Jersey Department of Labor certifying to the
amounts then due and owning from such contractor or subcontractor filing such statement to any and all
workers for wages due on account of the work, setting forth therein the names of the persons whose
wages are unpaid and the amount due to each respectively which statement shall be certified by the oath
of the Contractor or Subcontractor as the case may be in accordance with the said New Jersey Prevailing
Wage Act.
The prevailing wage rate shall be determined by the Commissioner of the New Jersey Department of
Labor or his duly authorized deputy or representative.
The undersigned (individual) (partnership) (corporation) under the Laws of the State of
having principal offices at
Signed:
Print or Type Name of Signatory:
Company Name:
Address:
Telephone Number:
- 16 -
TOWNSHIP OF GLOUCESTER
PROPOSAL FORM
The undersigned hereby declares that he/she has carefully examined the names; that the bid is submitted
in compliance with P.L. 1975, C. 127 (N.J.A.C) 17:27) New Jersey's Affirmative Action Employment
Law; that this bid is submitted without any previous understanding agreement or connection with any
other person, firm or a corporation making a bid for the same purpose, and is in all respects fair and
without collusion or fraud; that he/she will contract to carry out the contract in accordance with the
specifications and on time; and that this bid is submitted with no member of the Council of the Township
of Gloucester, nor any officer, employee or person whose salary is paid by the Township being directly or
indirectly interested in this bid or in the supplies, materials, equipment, work or service to which this bid
relates, or any portion of the profits thereof.
The bidder shall explain all exceptions to the specifications on a separate page and attach said exceptions
to their bid proposal. The Township of Gloucester reserves the right to reject any or all bids. Bidder shall
supply any appropriate literature on the product/service.
The undersigned, as bidder, declares that I have carefully examined the Notice to Bidders, Instructions to
Bidders, General Specifications and the Form of Proposal and am familiar with the work to be bid and
will supply the required product, goods and or services to the Township of Gloucester in accordance with
this document.
BID PRICE:
Total amount each property for lawn services including front
and back of unit not to exceed 1/2 acre:
The undersigned is:
Corporation of
an individual
Federal ID Number:
Representative:
Signature:
Print Name and Title:
Address:
Telephone:
Date:
$
a Partnership under the laws of the State
a
_having principle offices at
- 17 -
SEAL
--- Document: Notice to bidders – Cherrywood Drainage Improvements Phase 2 ---
NOTICE TO BIDDERS
PUBLIC NOTICE IS HEREBY GIVEN that sealed bids will be received by the Township of
Gloucester for the Cherrywood Road Improvement Program Phase 2 in the Township of Gloucester,
Camden County, New Jersey.
Bid forms, contracts and specifications are on file at the office of Remington and Vernick Engineers, 232
Kings Highway East, Haddonfield, New Jersey 08033.
Said Bids will be received, opened and read aloud in public at the Township of Gloucester, 1261 Chews
Landing Road, P.O. Box 8, Blackwood, Camden County, New Jersey on April 10, 2013 at 10 AM
prevailing time.
Copies of the bid forms, contracts and specifications may be obtained from said Remington and Vernick
Engineers, by prospective bidders upon request, upon payment of the sum of $50.00 for each set.
PAYMENT MUST BE RECEIVED PRIOR TO OBTAINING SAID SPECIFICATIONS, EITHER BY
MAIL OR IN PERSON.
NO BIDS ARE TO BE DROPPED OFF AT THE ENGINEER’S OFFICE.
The Township of Gloucester reserves the right to consider the bids for sixty (60) days after the receipt
thereof, and further reserves the right to reject any or all bids, either in whole or in part and also to waive
any informality in any and make such awards or take action as may be in the best interest of the Township
of Gloucester.
Bids must be on the bid form prepared by Remington and Vernick Engineers, in the manner designated
therein and required by the specifications, must be enclosed in sealed envelopes bearing the name and
address of the bidder on the outside and also bearing on the outside reference to the particular work bid
upon. Said bids shall be addressed to Rosemary DiJosie, Clerk, Township of Gloucester, P.O. Box 8,
Blackwood, New Jersey 08012.
Each bid shall be accompanied by a certified check, cashier’s check or bid bond duly executed by the
bidder as principal and having as surety thereon a surety company approved by the Township of
Gloucester in an amount not less than ten percent (10%) but in no case in excess of $20,000.00 of the
amount bid. Any such bid bond shall be without endorsement or conditions. Bid shall also be
accompanied by a certificate letter from a surety company stating that it will provide the bidder with the
completion bond.
The award of the contract shall be made subject to the necessary moneys to do the work being provided
by the Township of Gloucester in a lawful manner. The contract to be executed by the successful bidder
will provide that it shall not become effective until the necessary moneys to do the work have been
provided by the Township of Gloucester in a lawful manner. The award shall further be subjected to the
securing of necessary State, Federal or Local permits governing the work.
Bidders are required to comply with the requirements of N.J.S.A. 10:5-31 et. seq., N.J.A.C. 17:27
(Affirmative Action), P.L. 1963. C150 (New Jersey Prevailing Wage Act), and Americans with
Disabilities Act of 1990 (42 U.S.C. 12101, et.seq.).
The contractor is further notified that he must comply with P.L. 1977, c. 33, and submit a Disclosure
Statement listing stockholders with his bid.
The contractor is further notified that he must comply with P.L. 1999 c.238 Public Works Contractor
Registration Act and he and any subcontractors must be registered in accordance with the act.
The contractor is also further notified that he must comply with P.L. 2004 c. 57 and submit proof of
business registration and submit proof of business registration for any named subcontractors in
accordance with the act.
By Order of the Mayor & Council
Township of Gloucester
Camden County, New Jersey
Dated: March 20, 2013
--- Document: Specifications for 20 Yard Packer ---
[Extraction Timed Out - Skipping in future runs]
--- Document: Specifications for 1 Seven-Yard Dump Truck with Plow and Spreader ---
[Extraction Timed Out - Skipping in future runs]
--- Document: Bid Specifications for Landscape Maintenance Program ---
SPECIFICATIONS FOR
LANDSCAPE MAINTENANCE PROGRAM
FOR THE TOWNSHIP OF GLOUCESTER, CAMDEN COUNTY
and 1 May
MAYOR
DEPARTMENT HEAD
BUSINESS ADMINISTRATOR
BID OPENING DATE: February 28, 2013
SPECIFICATIONS #
P.W.: 13-03
SOLICITOR
TOWNSHIP OF GLOUCESTER
COUNTY OF CAMDEN, NEW JERSEY
NOTICE TO BIDDERS
NOTICE is hereby given that sealed proposals for the landscape maintenance program for the
Township of Gloucester.
BID SPECIFICATION NUMBER 13-03 will be received no later than 10:30 a.m. prevailing
time February 28, 2013 at the Municipal Building, 1261 Chews Landing Road, Laurel Springs,
New Jersey 08012
PROPOSALS must be addressed to the Township Clerk, P.O. Box 8, Blackwood, New Jersey
08012 and will be opened and read publicly at the time and date, and should be in sealed
envelopes marked:
LANDSCAPE ΜΑΙΝΤΕNANCE PROGRAM
FOR THE TOWNSHIP OF GLOUCESTER
DO NOT OPEN UNTIL: FEBRUARY 28, 2013 @ 10:30 Α.Μ.
PROPOSAL forms, instructions to bidders, specifications and other bidding documents may be
examined or obtained at the office of the Township Clerk, 1261 Chews Landing Road, Laurel
Springs, New Jersey, during normal business hours.
THE Township council reserves the right to reject any or all proposals in whole or in part, and to
waive such informalities as may be permitted by law.
BIDDERS are required to comply with the requirement of P.L. 1975, Chapter 127, and P.L.
1977, Chapter 33.
Information on Affirmative Action Program requirements is available at the Office of the
Township Clerk, Municipal Complex, Chews Landing-Clementon Road, Laurel Springs, New
Jersey.
Rosemary DiJosie
INSTRUCTIONS TO BIDDERS
NO DEPOSIT OR FEE IS REQUIRED FOR SPECIFICATIONS
QUALIFICATIONS OF BIDDERS
All bidders must be prepared to present suitable evidence of their financial standing and to furnish
a list of similar work recently completed.
No verbal instructions or information to bidders will be binding. The specifications will be
considered as clear and complete unless written attention is called to any discrepancies or
incompleteness before the opening of bids. Should any written inquiries be received by the Business
Administrator, these inquiries will be answered in the form of bulletins and issued to all bidders.
These bulletins shall be considered a part of these specifications.
Bids will be considered as conclusive evidence of complete examination of specifications and
samples. It is understood that parties making bids accept all the terms and conditions expressed and
contained in the specifications attached to the proposal submitted.
A proposal Form/Signature Page is provided in these specifications. This form must be used in
submitting a proposal and all pages of the form must be completely filled out and signed by the
bidder.
PRESENTATION OF BIDS
Each bid must be enclosed in a sealed envelope and clearly marked on the outside:
"BID PROPOSAL
"(see advertisement, page 1), and delivered to the Office of the
Township Clerk, 1261 Chews Landing Rd., Laurel Springs, New Jersey 08021.
WITHDRAWALS
No proposal may be withdrawn later than 4:30 p.m. prevailing time on the day of the opening of the
bids. No modifications or explanations of any bid will be allowed after the same is sealed and
delivered to the Township Clerk. The proposals will be opened and read publicly by the Township
Council.
The Township Council reserves the right to reject any or all bids or parts thereof as deemed to be in
the best interest of the Township and to waive any immaterial informalities as may be permitted by
law.
FORM OF CONTRACT
The successful bidder will be required to execute a written contract with the Township Council
within ten (10) days after notice of the acceptance of their proposal.
FORM OF CONTRACT
The successful bidder will be required to execute a written contract with the Township
Council within ten (10) days after notice of the acceptance of their proposal.
SPECIFICATIONS
These specifications are intended to cover the furnishing of all materials and the performance
of all work that may be required or necessary for the complete compliance of the contract and the
Contractor will be required to do all things. Where plans, drawings or schematics accompany certain
sections of the specifications, these shall be considered as part of these specifications.
INTERPRETATIONS OF SPECIFICATIONS
Should the Contractor discover discrepancies in the specifications, the matter
shall be immediately brought to the attention of the Township of Gloucester and the discrepancies
corrected by written agreement before preceding further.
All explanations, interpretations and instructions required under these specifications will be
given by the Township upon written request from bidders.
Equipment to be furnished (if applicable) shall be new, first-class, or as specifically stipulated
in the detailed specifications and shall meet with the approval of the Township Council or their
designated representative.
2
NON-COLLUSION AFFIDAVIT
STATE OF
COUNTY OF
SS.
I,
Borough, etc.) of
and the State of
law on my oath depose and say that:
of the (City, Town, Township,
in the County of
of full age, being duly sworn according to
I am
of the firm of
the Bidder making the Proposal for
the above named project, and that I executed the said Proposal with full authority to do so; that said
bidder had not, directly or indirectly, entered into any agreement(s), participated in any collusion,
or otherwise taken any action in restraint of free, competitive bidding in connection with the above
named project; and that all statements contained in said Proposal and in this affidavit are true and
correct, and made with full knowledge that the
relies upon the truth of the
statements contained in said Proposal and in this affidavit in awarding the contract for the said
Project.
I further warrant that no person(s) or selling agency has been employed or retained to solicit,
or secure such contract upon an agreement or understanding for a commission, percentage, brokerage
or contingent, fee except bona fide employees or bona fide established commercial or selling
agencies maintained by:
(Name of Bidder)
(Also type or print name of
affiant under signature)
3
(N.J.S.A. 52:34-15)
Subscribed and sworn to before me this
day of
Notary Public of
My Commission expires:
(Date)
20
PROPOSAL FORM/SIGNATURE PAGES
Submitted by:
(Contractor's Name)
Date:
To:
Council:
Township Council
Gloucester Township
1261 Chews Landing-Clementon Rd
Blackwood, New Jersey 08012
This proposal is submitted in accordance with your advertisement inviting proposal to be
received for the project identified as:
Having carefully examined the "Advertisement for Bids", Bidding Instructions", "General
Clauses", "Plans", etc. hereinafter, bulletins applying thereto, and being familiar with the various
conditions affecting the work, the undersigned hereby agrees to furnish all materials, perform all
labor, and all else necessary to complete the work in strict accordance with the specifications for
prices as follow:
In case this proposal is accepted, the undersigned is hereby bound to enter into contract
within ten (10) days after receipt of notice of acceptance for above mentioned work, in accordance..
with such specifications.
4.
TOWNSHIP OF GLOUCESTER - CAMDEN COUNTY, NEW JERSEY
PUBLIC DISCLOSURE INFORMATION
Chapter 33 fo the Public Laws of 1977 provides that no Corporation or Partnership shall be awarded
any State, County, Municipal or School District contract for the performance of any work or the
furnishing of any materials or supplies, unless prior to the receipt of the bid or accompanying the bid
of said Corporation or Partnership there is submitted a statement. The statement shall set forth
names and addresses of all stockholders in the Corporation or Partnership who own ten percent
(10%) or more of its stock or any class, or of all individual Partners in the Partnership who own a
ten percent (10%) or greater interest herein.
FAILURE TO SUPPLY THIS INFORMATION WITH FORM OR PROPOSAL WILL
BE CAUSE TO REJECT THE BID
NAME
ADDRESS
No Individual Stockholder or Partner owns ten percent (10%) or more of this Corporation or
Partnership.
Use reverse side of sheet for additional Stockholders.
Company's Name
Signature
Title
5
AFFIDAVIT FOR AFFIRMATIVE ACTION
(This Affidavit if part of the Proposal.)
STATE OF:
COUNTY OF:
being duly sworn, deposes and says that he resides at:
and that he/she is the
of
who signed the foregoing Proposal of Bids, that during the course of this contract, he will agree to
the Plan for Affirmative Action.
Subscribed and Sworn to before me on the day of
(Seal)
6.
(Notary Public)
My Commission expires:
20
PROPOSAL FORM
FOR
LANDSCAPΕ ΜΑΙΝΤΕΝANCE SERVICE PROGRAM
AT
VARIOUS GLOUCESTER TOWNSHIP BUILDINGS & GROUNDS
The Undersigned
(Name of Bidder & Telephone No.)
hereby proposes to furnish all labor, materials, supplies, parts, equipment and services to perform
the Landscape Maintenance Service Program at various Gloucester Township Building and Grounds
as hereinafter specified commencing on March 15 through November 15, for the lump suins states
on the attached schedule of fees:
*****
*
*******
*******
***
The Bidder hereby acknowledges the receipt of the following issues of Addenda, if any:
Addendum No.
Addendum No.
Dated
Dated
*****************
***
**********
**********
The above price includes all charges and expenses for the furnishing of all materials and labor for
the full and complete performance of the aforesaid work in the manner and under the conditions
specified.
**********
***************
The Bidder states that he has carefully examined the specifications and that he has fully informed
himself regarding all conditions at the sites, and pertaining to the work to be done, and that he will
furnish all labor and materials and assume all responsibilities even though not specifically
mentioned, but which are necessarily required, or reasonably implied, to obtain the completed
conditions contemplated.
*****
***
********
7
***********
NOTE:
If the Bidder is a Corporation, the President or other Officer shall sign and
affix the corporate seal to be attested to by the Secretary'.
BY:
Legal Names of Corporation:
Address:
Signed Signature:
Typed Signature:
Attest:
Date:
Seal
********** *******
(Signature of Secretary)
********************
NOTE:
If the Bidder is an unincorporated firm or partnership it shall be signed by the firm
or partnership name and also by all partners or members of the firm in their
individual names.
BY:
Legal Name of Firm or Partnership:
Address:
Signed Signature:
Typed Names:
Date:
8
SPECIFICATIONS
FOR
LANDSCAPE ΜΑΙΝΤΕNACE PROGRAM
AT
VARIOUS GLOUCESTER TOWNSHIP BUILDINGS & GROUNDS
1. GENERAL:
1.1
The work under this specification includes the furnishing of al labor,
materials, equipment and supplies to perform landscape maintenance services
at the Gloucester Township Ball fields and surrounding turf.
1.2
Prospective contractors shall visit the parks and completely familiarize
themselves with existing conditions. Any question, please contact the
Department of Public Works at (856) 228-3144, Attn: Len Moffa, Director.
1.3
1.4
1.5
The Contractor shall not sell, transfer, assign or otherwise dispose of this
contract to any third party for the performance of the work..
See Instructions to Bidder regarding requirements for insurance, bonds and
other information.
Contractor shall make every effort to minimize tire marks and compaction of
the soil, due to driving and parking on non-paved areas. Disturbed areas shall
be repaired to their as-found condition.
1.6 Failure to provide the services required by the Contract shall result in a Notice
of Warning from the Township. The Contractor shall have five (5) days from
that time to correct any specific instances of unsatisfactory performance is not
corrected within the time specified above, the Township shall have the
immediate right to complete the work to it's satisfaction, and shall deduct the
cost to recover any balances due, or to become due to the Contractor.
Repeated incidences of unsatisfactory performance may result in cancellation
of the agreement for default, at the sole discretion of the Township of
Gloucester Department of Public Works.
1.7
1.8
1.9
The Contractor shall conduct his operations so as not to violate any state or
local ordinances pertaining to air pollution.
The Contractor is hereby notified that blowing dust from unstabilized earth in
work areas will be considered a nuisance under his control.
The Township reserves the right to increase or decrease quantities of work, to
9
eliminate portions of the work, or to add work of similar nature, and to direct the
commencement and order of execution of various portions of the work. After
award of contracts, the Contractor shall submit, for approval by the Township, a
monthly break-down of work and schedule cost for each tax, per month to serve as
the basis for all invoices.
1.10 The Contractor shall prepare and submit to the Township for approval, a
proposed Schedule, showing the sequence of work for the entire season, using a diagram,
plan or text. The purpose of this submission is to establish a schedule for the work that
will not only be efficient for the Contractor, but will cause the least disruption to vehicular
and pedestrian traffic, and to minimize the inconvenience for recreation facility,
scheduling, and to the general public in the area. The proposed schedule is required at the
time the bid is submitted to the Township.
2. CONTRACTOR QUALIFICATIONS:
2.1
2.2
2.3
The services shall be performed by a Contractor who is regularly engaged in the
lawn and landscape maintenance business.
The Contractor shall have been in a service business of this type for at least five (5)
years.
The Contractor shall use trained service people directly employed and supervised
by him.
2.4
The Contractor shall have the necessary organization and the proper facilities to
properly fulfill all the services required on a day-to-day basis. Contractors may be
required to demonstrate this ability prior to award of contract.
2.5
At the request of the Township, the Contractor shall submit evidence that he has
satisfactorily performed similar maintenance services for other clients. A list of
clients, including names and telephone numbers of contact persons, for the
particular type of service may be requested. The Township reserves the right to
reject any bid, if it is determined by the Township that such bid does not represent
the bid of a Contractor competent to perform the work as specified.
2.6 Contractor must be State certified in pesticides and fertilization.
:
3. BASIC SERVICES:
3.1 Provide all labor, equipment and materials required to furnish and perform all site
maintenance work for each group of areas as scheduled for the specific tasks
below:
3.1.1. On-ground to be left at or in receptacle.
3.1.2. Trimming (including weed-eating and push mowers).
10
3.1.3. Mowing
3.1.4. Weekly written maintenance reports, and reporting to the Township of Public
Works Department any deficiency in the parks system (such as broken
playground equipment, fencing needing repairs, etc.) that is observed.
a.
b.
с.
Complete spring clean-up of all lawn and shrubbery areas.
Pruning of all plant material (at least one (1) time per year.
Cut, edge, weed (all shrub bed) areas as noted on the sectional
drawing and the in-person guideline meeting. (NOTE: this is to be
predetermined, prior to commencement.
Installation of a fertilization program (6 step) is to be implemented.
d.
Step #1
Step #2
Step #3
Step #4
Step #5
Step #6
e.
f.
March-full application of fertilizer
April- application of fertilizer & pre-emergence
June-application of fertilizer
July-one (1) application of fungicide
August-one (1) application of fertilizer & insect control
October-full application of fertilizer
Remove old mulch and re-mulch all bed and tree well areas (double
shredded root mulch).
Installation of annual flowers as follows:
30 Flats-Hall
g.
Flowers to be used: SPRING
Black Begonias
Vinkas
Geraniums
Marigolds
Flowers to be used: FALL
Mums
Flowers to be used: WINTER
Cabbage
Complete fall clean-up of all lawn and scrub bed areas (to be done in
November).
11
3.2
Trash and Litter Pick-up
3.2.1 Trash shall be picked up prior to mowing, and disposed of in on-site
receptacles by the Contractor.
3.3 Mowing & Trimming
3.4
3.3.1 The Contractor shall submit a mowing schedule for the season, for the
approval of the Township Representative. In the event mowing is changed
to another day of the week, due to rain or other conditions, the mowing
schedule will revert back to the original day for the following week. At the
time of cutting, keep mower blades adjusted for a finished cut height 2-3
inches. Areas around trees, shrubs, beds and other obstacles shall be hand-
trimmed at the time of each mowing and neat lawn edges shall be maintained.
Mowing, trimming and edging shall be performed on not less than a 7-10 day
cycle, or sooner, at the discretion of the Department of Public Works. Reel
or rotary mowers are acceptable, and shall be well-adjusted and the blades
sharp. The Contractor must notify the Township Representative, in advance,
of any changes in the approved schedule.
3.3.2 Trim all grass edges at each mowing.
3.3.3 Care shall be taken not to damage tree trunks, walls, curbs, etc., when
mowing. If any of these are damaged, the Maintenance Contractor shall
repair the damage at no cost to the Township. All damages shall be reported
to the Township Representative, regardless of cause, on the Weekly Work
Report.
3.3.4 No mowing will be permitted o weekends, holidays, before 7:00AM, or after
5:00PM on weekdays, unless specifically approved by the Township.
Maintenance Work Reports
3.4.1 A Maintenance Work Report must be filled out each day, for each site that
work is performed. All Maintenance Work Reports must be turned into
Public Works by the above deadline. Failure to do so, may result in a delay
in payment, or non-payment, due to the lack of verification.
3.4.2 Maintenance Contractor shall inspect for, and report, all vandalized and
otherwise damaged conditions, on a weekly basis, and include the damage
report in the weekly Maintenance Work Report.
3.4.3 The Township will provide the Contractor with the necessary checklist to
12
Facilitate reporting.
4. WORK SCHEDULE:
4.1
Work schedule for all service shall be as shown on the enclosed schedule.
5. SITE LOCATIONS:
(28 cuts are required starting April 10th and ending October 31st 2013)
GLOUCESTER TOWNSHIP MUNICIPAL BUILDING
SENIOR COMMUNITY CENTER (next to Municipal Building)
VETERAN'S MEMORIAL PARK
GLOUCESTER TOWNSHIP RECREATION CENTER
GLOUCESTER TOWNSHIP LIBRARY
A.
B.
C.
D.
E.
PT. ARIEL PARK
F.
G.
ACADEMY HALL
H.
GABRIEL DAVIES TAVERN
I.
HARWIN PARK
J.
Κ.
L.
Μ.
SENIOR CENTER ON HIDER LANE-ENTIRE PARK BOTH SIDES
PUBLIC WORKS-LANDSCAPE ONLY
INTERLANTE PROPERTY
LEMESHUK PROPERTY
6. OPTIONAL 3RD YEAR TO BE DETERMINED AT THE DISCRETION OF
PUBLIC WORKS
13
Bid Bond
Each bid shall be accompanied by a certified check, cashier's check or bid bond duly executed by
the bidder as the principal and having as surety thereon a surety company approved by the Township
of Gloucester in the amount not less than ten percent (10%), but in no case in excess of $20,000.00
or the amount of bid. Any such bid bond shall be without endorsement or conditions. Bid shall also
be accompanied with a certificate letter from a surety company stating that it will provide the bidder
with the completion bond.
Surety Bond
The successful bidder will be required furnish surety bond in the amount of one hundred percent
(100%) of the contract price, the condition of which shall be in the full and complete execution and
performance of each and all of the terms contained in the contract, proposal, specifications and
instructions to bidders. The bond shall meet all requirements of the Township Council.
NOTE:
Surety bond is automatically required when the contract price exceeds nine hundred
ninety nine dollars and ninety nine cents, ($999.99); when the contract price is under
$999.99, surety bond may be required by the Township Council if they deem it
necessary and in the best interest of the township.
Entire cost of bond (s) shall be paid for by the individuals, firms, or corporations with whom the
contract (s) are entered into for the execution of any other purchases, or the furnishing or hiring of
any materials or supplies.
14
WE ARE WAIVING
THE REQUIREMENTS FOR A
SURETY BOND
NOT THE BID BOND
WHICH IS LOCATED ON
PAGE 14
15
PUBLIC WORKS CONTRACTOR REGISTRATION FORM
C.34:11-56.48, p.1. 1999, Ch. 238 requires that contractors and subcontractors, in certain instances,
be registered with the New Jersey Department of Labor, Division of Wage and Hour Compliance:
The definition in the law is as follows.
"Contractor means a person, partnership, association, joint stock company, trust, corporation, or
other legal business entity or successor thereof who enters into a contract which is subject to the
provisions of the "New Jersey Prevailing Wage Act", P.L. 1963, C150 (c.34:11-56.25 et seq.). For
the construction, reconstruction, demolition, alteration, repair or maintenance of a public building
regularly open to and used by the general public or a public institution, and includes any
subcontractor or lower tier subcontractor of a contractor as defined herein, except that, for the
purposes of this act, no pumping station, treatment plant or construction, reconstruction, demolition,
alteration, repair or maintenance shall be regarded as public building regularly open to and used by
the general public or a public institution.
Please indicate below, for the bidder and all subcontractors listed on the "Subcontractor Declaration"
herein, as to their registration with the NJ Department of Labor, Division of Wage and Hour
Compliance in accordance with P.L. 1999, Ch. 238
NAME
Bidder
(Subcontractor)
(Subcontractor)
(Subcontractor)
(Subcontractor)
NOT REGISTERED
REGISTRATION #
IF IN THE PROCESS. OF REGISTRATION, BUT HAVE NOT YET RECEIVED A
REGISTRATION NUMBER, ATTACH PROOF OF APPLICATION FOR CONTRACTOR
AND/OR SUBCONTRACTORS.
Registration forms are available by contacting Contractor Registration Unit at (609) 292-9464.
Subscribed and sworn before me this
20
day of
Signature.
Notary Public
(Name & Title Type or Print)
My Commission Expires) 20
PROOF OF BUSINESS REGISTRATION
N.J.S.A. 52:32-44 required that each contractor submit proof of business registration with the bid
proposal: Proof of registration shall be a copy of the bidder's Business Registration
Certificate(BRC). A BRC is obtained from the New Jersey Division of Revenue. Information on
obtaining a BRC is available on the internet at www.ni.gov/dca/lgs/pcl/busregis/bus or by phone
at (609) 292-1730. N.J.S.A. 52:32-44 imposes the following requirements on contractors and all
subcontractors that knowingly provide goods or perform services for a contractor fulfilling this
contract:
1.)
2)
3)
The contractor shall provide written notice to its subcontractors and suppliers to submit proof
of business registration to the contractor;
Prior to receipt of final payment from a contracting agency, a contractor must submit to the
contracting agency an accurate list of all subcontractors or attest that none was used;
During the term of this contract, the contractor and its affiliates shall collect and remit and
shall notify all subcontractors and their affiliates that they must collect and remit to the
Director, New Jersey Division of Taxation, the Use Tax due pursuant to the Sales and Use
Tax Act, (N.J.S.A. 54:32B-1 et seq) on all sales of tangible personal property delivered into
this state.
A contractor, subcontractor or supplier who fails to provide proof of business registration or provides
false business registration information shall be liable to a penalty of $25 for each day of violation,
not to exceed $50,000 for each business registration not properly provided or maintained under a
contract with a contracting agency. Information on the law and its requirements is available by
calling (609) 292-9292.
NEW JERSEY "BUSINESS REGISTRATION CERTIFICATE" FORM
P.L. 2004 Ch. 57 requires that Business Organization's, be registered with the New Jersey
Department of Treasury, Division of Revenue. The definition in the law is as follows:
"Contractor" means a business organization that seeks to enter or has entered into a contract with
a contracting agency, to provide goods, services, or a construction project, the cost of which exceeds
15% of the contracting unit's bid threshold.
Please indicate below, for the bidder and all subcontractors listed on the "Subcontractor Declaration"
herein, as to their registration with the NJ Department of Treasury, Division of Revenue in
accordance with P.L. 2004, Ch57.
Proof ofregistration is required for all contractor's and named subcontractor's. Proofofregistration
means a copy of the organization's Business Registration Certificate". No other form can be
substituted to fulfill this requirement..
Copies of the Business Registration Certificate shall be submitted and attached to this form.
Name
Bidder
(Subcontractor)
(Subcontractor)
(Subcontractor)
(Subcontractor)
Subscribed and Sworn
before me this
of
day
20
Not Registered
Notary Public of
Signature
My Commission Expires
(Type or Print Name)
(Seal)
Registration
Number
Submitted by:
Company Name:
Address:
Phone
and Fax #:
Prepared for:
Cost details:
BID PRICE PAGE
Date prepared:
Valid until:
LANDSCAPE ΜΑΙΝΤΕNANCE FOR
THE TOWNSHIP OF GLOUCESTER, CAMDEN
COUNTY
Item/Description
Amount
Total Bid Price
$
--- Document: Notice to Bidders – Drainage Improvements at Wash-Out Portion of Bike Path ---
NOTICE TO BIDDERS
PUBLIC NOTICE IS HEREBY GIVEN that sealed bids will be received by the Township of
Gloucester for the Drainage Improvements at Wash-Out Portion of Bike Path in the Township of
Gloucester, Camden County, New Jersey.
Bid forms, contracts and specifications are on file at the office of Remington and Vernick Engineers, 232
Kings Highway East, Haddonfield, New Jersey 08033.
Said Bids will be received, opened and read aloud in public at the Municipal Building, 1261 Chews
Landing Road, P.O. Box 8, Blackwood, Camden County, New Jersey on February 27, 2013 at 10 AM,
prevailing time.
Copies of the bid forms, contracts and specifications may be obtained from said Remington and Vernick
Engineers, by prospective bidders upon request, upon payment of the sum of $50.00 for each set.
PAYMENT MUST BE RECEIVED PRIOR TO OBTAINING SAID SPECIFICATIONS, EITHER BY
MAIL OR IN PERSON.
NO BIDS ARE TO BE DROPPED OFF AT THE ENGINEER’S OFFICE.
The Township of Gloucester reserves the right to consider the bids for sixty (60) days after the receipt
thereof, and further reserves the right to reject any or all bids, either in whole or in part and also to waive
any informality in any and make such awards or take action as may be in the best interest of the Township
of Gloucester.
Bids must be on the bid form prepared by Remington and Vernick Engineers, in the manner designated
therein and required by the specifications, must be enclosed in sealed envelopes bearing the name and
address of the bidder on the outside and also bearing on the outside reference to the particular work bid
upon. Said bids shall be addressed to Rosemarie DiJosie, Clerk, Township of Gloucester, Municipal
Building, P.O. Box 8, Blackwood, New Jersey 08012.
Each bid shall be accompanied by a certified check, cashier’s check or bid bond duly executed by the
bidder as principal and having as surety thereon a surety company approved by the Township of
Gloucester in an amount not less than ten percent (10%) but in no case in excess of $20,000.00 of the
amount bid. Any such bid bond shall be without endorsement or conditions. Bid shall also be
accompanied by a certificate letter from a surety company stating that it will provide the bidder with the
completion bond.
The award of the contract shall be made subject to the necessary moneys to do the work being provided
by the Township of Gloucester in a lawful manner. The contract to be executed by the successful bidder
will provide that it shall not become effective until the necessary moneys to do the work have been
provided by the Township of Gloucester in a lawful manner. The award shall further be subjected to the
securing of necessary State, Federal or Local permits governing the work.
Bidders are required to comply with the requirements of N.J.S.A. 10:5-31 et. seq., N.J.A.C. 17:27
(Affirmative Action), P.L. 1963. C150 (New Jersey Prevailing Wage Act), and Americans with
Disabilities Act of 1990 (42 U.S.C. 12101, et.seq.).
The contractor is further notified that he must comply with P.L. 1977, c. 33, and submit a Disclosure
Statement listing stockholders with his bid.
The contractor is further notified that he must comply with P.L. 1999 c.238 Public Works Contractor
Registration Act and he and any subcontractors must be registered in accordance with the act.
The contractor is also further notified that he must comply with P.L. 2004 c. 57 and submit proof of
business registration and submit proof of business registration for any named subcontractors in
accordance with the act.
By Order of the Mayor & Council
Township of Gloucester
Camden County, New Jersey
Dated: February 7, 2013
--- Document: Notice to Bidders – Purchase of One Armored Rescue Vehicle ---
TOWNSHIP OF GLOUCESTER
COUNTY OF CAMDEN, NEW JERSEY
NOTICE TO BIDDERS
NOTICE is hereby given that sealed proposals for the Purchase of One Armored Rescue
Vehicle.
BID SPECIFICATION NUMBER: 2013 PD-1
will be received not later than 10:00 am prevailing time on February 13, 2013
at the Municipal Building, 1261 Chews Landing Road, Laurel Springs, New Jersey 08021
PROPOSALS must be addressed to the Township Clerk, P.O. Box 8, Blackwood, New Jersey
08012 and will be opened and read publicly at the time and date, and should be in sealed
envelopes marked:
ONE ARMORED RESCUE VEHICLE
DO NOT OPEN UNTIL: February 13, 2013 at 10:00 am.
PROPOSAL forms, instructions to bidders, specifications and other bidding documents may be
examined or obtained at the office of the Township Clerk during normal office hours at the above
address.
THE Township Council reserves the right to reject any or all proposals in whole or in part, and to
waive such informalities as may be permitted by law.
BIDDERS are required to comply with the requirement of P.L. 1975, Chapter 127, and P.L. 1977,
Chapter 33.
INFORMATION on Affirmative Action Program requirements is available at the Office of the
Township Clerk.
Rosemary DiJosie
Township Clerk
--- Document: Notice to Bidders – THIRD PARTY ADMINISTRATION OF SELF FUNDED WORKERS COMPENSATION ---
TOWNSHIP OF GLOUCESTER
COUNTY OF CAMDEN, NEW JERSEY
NOTICE TO BIDDERS
NOTICE is hereby given that sealed proposals for the Purchase of
1.
*THIRD PARTY ADMINISTRATION OF SELF FUNDED WORKERS
COMPENSATION
BID SPECIFICATION NUMBER:
Adm. 13-1
will be received no later than 11:00 A. M. on : January 16, 2013 at the Municipal
Building, 1261 Chews Landing Rd., Chews Landing, N. J.
PROPOSALS must be addressed to the Township Clerks Office, Township of
Gloucester, P. O. Box 8, Blackwood, N. J. 08012 and must clearly state RFP for
Third Party Administration of Self Funded Workers Compensation, and will be
opened and read publicly at the above time and date, and should be in a sealed envelopes.
PROPOSAL FORMS, instructions to bidders, specifications and other bidding documents
may be examined or obtained at the office of the Township Clerk, Gloucester Township
Municipal Building, 1261 Chews Landing, Road, Chews Landing, N. J., or on our web
site, www.glotwp.com.
THE Township Council reserves the right to reject any or all proposals in whole or in
part, and to waive such informalities as may be permitted by law.
BIDDERS are required to comply with the requirement of P. L. 1975, Chapter 127, and
P.L. 1977, Chapter 33.
INFORMATION on Affirmative Action Program requirements is available at the Office of the
Township Clerk
*THIS IS A CORRECTION TO THE ORIGINAL POST ADMINISTRATION OF EXCESS
WORKERS COMP
--- Document: RFQ – Municipal Architect ---
REGUEST FOR QUALIFICATIONS
MUNICIPAL ARCHITECT
The Township of Gloucester solicits statements of qualifcatons for applicants for appointment as
“Municipal Architect”. Responses should address the general criteria and mandatory minimum criteria
for the positons sought. All responses will be treated as confdental and reviewed only by the
governing body, unless otherwise required by law. Responses must be received in the Ofce of the
Township Clerk, P.O. Box 8, 1261 Chews Landing Road, Blackwood, NJ 08012, no later than 12:00PM,
Wednesday, January 30, 2013. All responses shall be opened and announced publicly, immediately
thereafer by the Township Clerk or her representatve. Responses will be reviewed by the governing
body. All appointments will be announced at a public meetng. Unless otherwise noted, appointments
shall be for the calendar year of 2013 and subject to the executon of an appropriate contract.
GENERAL CRITERIA: The Township of Gloucester may from tme to tme appoint an architect to provide
general services relatve to architect projects as determined by the Township municipalites in New
Jersey. Any experience involving municipalites in Camden County should be addressed. Any experience
or knowledge of maters directly afectng architectural work in the Township of Gloucester should be
addressed.
MANDATORY MINIMUM REQUIREMENTS:
1. Must have a minimum of fve (5) years experience in architect work in the state of New Jersey.
2. Must have prior experience providing architect work in New Jersey municipalites.
3. Any experience in maters involving the Township of Gloucester will be considered and must be explained.
4. Must maintain a bonafde principal office in the state of New Jersey.
--- Document: RFQ – Municipal Land Use Attorney ---
REQUEST FOR QUALIFICATIONS
MUNICIPAL LAND USE ATTORNEY
The Township of Gloucester solicits statements of qualifcatons for applicants for appointment as
“Municipal Land Use Atorney”. Responses should address the general criteria and mandatory minimum
criteria for the positons sought. All responses will be treated as confdental and reviewed only by the
governing body, unless otherwise required by law. Responses must be received in the Ofce of the
Township Clerk, P.O. Box 8, 1261 Chews Landing Road, Blackwood, NJ 08012, no later than 12:00PM,
Wednesday, January 30, 2013. All responses shall be opened and announced publicly, immediately
thereafer by the Township Clerk or her representatve. Responses will be reviewed by the governing
body. All appointments will be announced at a public meetng. Unless otherwise noted, appointments
shall be for the calendar year of 2013 and subject to the executon of an appropriate contract.
GENERAL CRITERIA: The Township of Gloucester may from tme to tme appoint a land use atorney to
provide general services relatve to land use projects as determined by the Zoning Board Atorney in
municipalites in New Jersey. Any experience involving municipalites in Camden County should be
addressed.
MANDATORY MINIMUM REQUIREMENTS:
1. Must have a minimum of fve (5) years experience as a land use atorney in the state of New Jersey.
2. Must have prior experience providing land use legal work in New Jersey municipalites.
3. Must maintain a bonafde principal office in the state of New Jersey
--- Document: Notice to bidders – Cherrywood Road Improvement Program ---
NOTICE TO BIDDERS
PUBLIC NOTICE IS HEREBY GIVEN that sealed bids will be received by the Township of
Gloucester for the Cherrywood Road Improvement Program in the Township of Gloucester, Camden
County, New Jersey.
Bid forms, contracts and specifications are on file at the office of Remington and Vernick Engineers, 232
Kings Highway East, Haddonfield, New Jersey 08033.
Said Bids will be received, opened and read aloud in public at the Township of Gloucester, 1261 Chews
Landing Road, P.O. Box 8, Blackwood, Camden County, New Jersey on January 9, 2013, at 10 A.M.
prevailing time.
Copies of the bid forms, contracts and specifications may be obtained from said Remington and Vernick
Engineers, by prospective bidders upon request, upon payment of the sum of $50.00 for each set.
PAYMENT MUST BE RECEIVED PRIOR TO OBTAINING SAID SPECIFICATIONS, EITHER BY
MAIL OR IN PERSON.
NO BIDS ARE TO BE DROPPED OFF AT THE ENGINEER’S OFFICE.
The Township of Gloucester reserves the right to consider the bids for sixty (60) days after the receipt
thereof, and further reserves the right to reject any or all bids, either in whole or in part and also to waive
any informality in any and make such awards or take action as may be in the best interest of the Township
of Gloucester.
Bids must be on the bid form prepared by Remington and Vernick Engineers, in the manner designated
therein and required by the specifications, must be enclosed in sealed envelopes bearing the name and
address of the bidder on the outside and also bearing on the outside reference to the particular work bid
upon. Said bids shall be addressed to Rosemary DiJosie, Clerk, Township of Gloucester, P.O. Box 8,
Blackwood, New Jersey 08012.
Each bid shall be accompanied by a certified check, cashier’s check or bid bond duly executed by the
bidder as principal and having as surety thereon a surety company approved by the Township of
Gloucester in an amount not less than ten percent (10%) but in no case in excess of $20,000.00 of the
amount bid. Any such bid bond shall be without endorsement or conditions. Bid shall also be
accompanied by a certificate letter from a surety company stating that it will provide the bidder with the
completion bond.
The award of the contract shall be made subject to the necessary moneys to do the work being provided
by the Township of Gloucester in a lawful manner. The contract to be executed by the successful bidder
will provide that it shall not become effective until the necessary moneys to do the work have been
provided by the Township of Gloucester in a lawful manner. The award shall further be subjected to the
securing of necessary State, Federal or Local permits governing the work.
Bidders are required to comply with the requirements of N.J.S.A. 10:5-31 et. seq., N.J.A.C. 17:27
(Affirmative Action), P.L. 1963. C150 (New Jersey Prevailing Wage Act), and Americans with
Disabilities Act of 1990 (42 U.S.C. 12101, et.seq.).
The contractor is further notified that he must comply with P.L. 1977, c. 33, and submit a Disclosure
Statement listing stockholders with his bid.
The contractor is further notified that he must comply with P.L. 1999 c.238 Public Works Contractor
Registration Act and he and any subcontractors must be registered in accordance with the act.
The contractor is also further notified that he must comply with P.L. 2004 c. 57 and submit proof of
business registration and submit proof of business registration for any named subcontractors in
accordance with the act.
By Order of the Mayor & Council
Township of Gloucester
Camden County, New Jersey
Dated: December 13, 2012
--- Document: Specifications for Roof Restoration and Bat Remediation at Gabreil Daveis Tavern ---
SPECIFICATIONS
FOR THE PURCHASE OF
Roof Restoration and Bat Remediation at Gabreil Daveis Tavern
FOR THE
TOWNSHIP OF GLOUCESTER
SOLICITOR
DEPARTMENT HEAD
BUSINESS ADMINISTRATOR
MAYOR
BID OPENING DATE:
December 20, 2012
11:00 AM
SPECIFICATION:
Grants 12-01
SPECIFICATION DATE: November 29, 2012
APPROVAL SIGNATURE PAGE
TOWNSHIP OF GLOUCESTER
COUNTY OF CAMDEN, NEW JERSEY
TOWNSHIP OF GLOUCESTER
COUNTY OF CAMDEN, NEW JERSEY
NOTICE TO BIDDERS
NOTICE is hereby given that sealed proposals for the purchase of
1. Roof Restoration and Bat Remediation at Gabreil Daveis Tavern
SPECIFICATIONS can be viewed on our web page at glotwp@glotwp.com
BID SPECIFICATION NUMBER:
Grants 12-01
Will be received no later than 11:00 A.M. on December 20, 2012 at the Municipal Building, 1261 Chews
Landing Road, Laurel Springs, N.J. 08012.
PROPOSALS must be addressed to the Township Clerks Office, Township of Gloucester, P.O. Box 8,
Blackwood, NJ 08012 and must clearly state Roof Restoration and Bat Remediation at Gabriel Daveis
Tavern, and will be opened and read publicly at the above time and date, and should be in sealed
envelopes.
PROPOSAL FORMS, instructions to bidders, specifications and other bidding documents may be
examined or obtained at the office of the Township Clerk, Gloucester Township Municipal Building, 1261
Chews Landing Road, Laurel Springs, N.J. 08012.
THE Township Council reserves the right to reject any or all proposals in whole or in part, and to waive
such informalities as may be permitted by law.
BIDDERS are required to comply with the required of P.L. 1975, Chapter 127, and P.L. 1977, Chapter 33
INFORMATION on Affirmative Action Program requirements is available at the Office of the Township
Clerk.
INSTRUCTIONS TO BIDDERS
NO DEPOSIT OR FEE IS REQUIRED FOR SPECIFICATIONS
QUALIFICATIONS OF BIDDERS
All bidders must be prepared to present suitable evidence of their financial standing and to
furnish a list of similar work recently completed.
No verbal instructions or information to bidders will be binding. The specifications will
be considered as clear and complete unless written attention is called to any discrepancies
or incompleteness before the opening of bids. Should any written inquires be received by
the Township Business Administrator, these inquires will be answered in the form of
bulletins and issued to all bidders. These bulletins shall be considered a part of these
specifications.
Bids will be considered as conclusive evidence of complete examination of specifications
and samples. It is understood that parties making bids accept all the terms and conditions
expressed and contained in the specifications attached to the proposal submitted.
A proposal Form/Signature Page is provided in these specifications. This form must be
used in submitting a proposal and all pages of the form must be completely filled out and signed
by the bidder.
PRESENTATION OF BIDS
Each bid must be enclosed in a sealed envelope and clearly marked on the outside:
"PURCHASE OF Roof Restoration and Bat Remediation of Gabreil Daveis Tavern ", and
delivered to the Office of the Township Clerk, Municipal Hall, 1261 Chews Landing Rd., Laurel
Springs, New Jersey 08021
WITHDRAWALS
No proposal may be withdrawn later than 4:30 p.m., prevailing time on the day of the
opening of the bids. No modifications or explanations of any bid will be allowed after the same
is sealed and delivered to the Township Clerk. The proposals will be opened and read publicly
by the Township Council.
The Township Council reserves the right to reject any or all bids or parts thereof as
deemed to be in the best interest of the Township and to waive any immaterial informality as
may be permitted by law.
FORM OF CONTRACT
The successful bidder will be required to execute a written contract with the Township
Council within ten (10) days after notice of the acceptance of their proposal.
BID BOND
Each bid shall be accompanied by a certified check, cashier's check or bid bond duly executed
by the bidder as the principal and having as surety thereon a surety company approved by the
Township of Gloucester in the amount not less than ten percent (10%), but in no case in excess
of $20,000.00 or the amount of bid. Any such bid bond shall be without endorsement or
conditions. Bid shall also be accompanied with a certificate letter from a surety company
stating that it will provide the bidder with the completion bond.
SURETY BOND
The successful bidder will be required to furnish a surety bond in the amount of one hundred
percent (100%) of the contract price, the condition of which shall be in the full and complete
execution and performance of each and all of the terms contained in the contract, proposal,
specifications and instructions to bidders. The bond shall meet all requirements of the Township
Council.
NOTE: Surety bond is automatically required when the contract price exceeds nine hundred
ninety nine dollars and ninety nine cents, ($999.99); when the contract price is under $999.99,
surety bond may be required by the Township Council if they deem it necessary and in the best
interest of the Township.
Entire cost of bond(s) shall be paid for by the individuals, firms, or corporations with whom the
contract(s) are entered into for the execution of any other purchases, or the furnishing or hiring
of any materials or supplies.
SPECIFICATIONS
These specifications are intended to cover the furnishing of all materials and the
performance of all work that may be required or necessary for the complete compliance of the
contract and the contractor will be required to do all things. Where plans, drawings or
schematics accompany certain sections of the specifications, these shall be considered as a part
of these specifications.
INTERPRETATIONS OF SPECIFICATIONS
Should the contractor discover discrepancies in the specifications, the matter shall be
immediately brought to the attention of the Township of Gloucester and the discrepancies
corrected by written agreement before proceeding further.
All explanation, interpretations and instructions required under these specifications will
be given by the Township upon written request from bidders.
Equipment to be furnished (if applicable) shall be new, first-class, or as specifically
stipulated in the detailed specifications and shall meet with the approval of the Township
Council or their designated representative.
All equipment if applicable shall conform to the requirements of these specifications and
any equipment rejected by the Council as not complying with these specifications shall be
immediately removed and replaced with acceptable equipment.
EXTRA WORK
No extras or additional work will be allowed or paid for unless such extras or additional
work is ordered in writing by the Township and the price fixed and agreed before such work is
performed.
ADDITIONS OR DEDUCTIONS
The Council of the Township of Gloucester shall have the right, without invalidating the
contract, to make additions to or deductions from the work covered by these specifications and in
case such deductions in cost shall be made between the Council and the contractor, but must be
agreed to in writing.
PROTECTION BY CONTRACTOR
The contractor agrees to indemnify and save harmless the Township and their
representatives from all suits or actions of every nature and description brought against them or
either of them, or on account of the use of patented or copyrighted material, appliances, products,
or processes, with legal protection.
The contractor shall not transfer or sublet any portion of the work covered by these specifications
without written consent of the Township.
NOTICE: All contractors who intend to bid on this project are required
to attend a Pre-Bid Meeting on Monday, December 10, 2012 at 10AM at
the Gabreil Daveis Tavern, 401 Fourth Ave., Glendora NJ 08029
GENERAL CLAUSE
PROPOSAL FORMS
As noted under "instructions to bidders", attached to these specifications is a "Proposal
Form/Signature Form", which must be completely filled out and signed by each bidder.
As these Instructions to Bidders, Specifications, Form of Proposal, Signature Page, General and
Special Clauses, etc. all refer to each other and together constitute a whole legal binding agreement
and must be returned together as when delivered to bidder.
NO BID WILL BE ACCEPTED UNLESS SUBMITTED ON THE FORMS FURNISHED HEREIN
All bids must be sealed, marked and delivered in accordance with the instructions in paragraph 5,
and 6. Bids will be opened and read publicly by the Business Administrator at the time and day
specified in the Advertisement for Bids. Reading of the bids will take place at the Municipal
Building, 1261 Chews Landing Road, Laurel Springs, NJ 08021.
DELIVERY
In general, deliveries shall be at such time and place as may be fixed by Council and shall not be
made except upon definite instructions. See "Specifications" for delivery required under these
present specifications.
DISPOSAL OF MATERIALS, SUPPLIED ETC...NOT APPROVED.
Bidders shall understand that when materials, supplies, etc. have been delivered to the job which do
not comply with the specifications and have not been approved, they shall be immediately removed
upon notification to the contractor and replaced with material, supplied, etc., in full accordance with
the specifications.
PAYMENTS
Payments shall be made to the contractor within sixty(60) days of receipt of invoice, after inspection
and acceptance of the material and/or work and approval of the invoice by the Township Council
unless otherwise stipulated by the Township in the form of a contract.
NUMBER OF WORKING DAYS
The contract shall contain the date which the work shall be completed or shall specify the number
of working days to be allowed for its completion and/or delivery of materials equipment and
supplies.
EXEMPTION FROM FEDERAL EXCISE AND NEW JERSEY SALES TAX
The Township of Gloucester is exempt from Federal Excise Taxes and the New Jersey Sales Tax.
Net prices as shown in the proposal shall exclude said Federal and State Tax amounts.
NOTE: This provision shall not apply to construction, repair and/or maintenance contracts where
bidder purchases supplies, materials, and/or equipment and includes costs thereof in computation
of his bid or proposal.
NEW JERSEY PREVAILING WAGE ACT
All work on this project shall comply with the requirements under the 1963 Revised Statutes of New
Jersey Chapter 150, "Prevailing Rate of Wages on Public Contracts".
Current applicable Wage Rate Determination of the State of the New Jersey Department of Labor
shall become part of the contract.
DOMESTIC PRODUCTS
Only manufactured products of the United States, wherever available, shall be used in connection
with this undertaking, pursuant to 40A:11-18 of the Revised Statutes of the State of New Jersey.
PUBLIC DISCLOSURE
Chapter 33 of the Public Laws of 1977 provides that no Corporation or Partnership shall be awarded
any State, County, Municipal, or School District contract for the performance of any work or the
furnishing of any materials or supplies, unless prior to the receipt of the bid or accompanying the bid
of said Corporation or Partnership there is submitted a statement. The statement shall set forth the
names and addresses of all stockholders in the Corporation or Partnership who own ten percent
(10%) or more if its stock or any class, or of all individual partners in the Partnership who owns a
ten percent(10%) or greater interest therein.
FAILURE TO SUPPLY THIS INFORMATION WITH “FORM OF PROPOSAL" WILL BE
CAUSE TO REJECT THE BID
PROJECT MANUAL
Roof Restoration and Bat Remediation of the
Gabreil Daveis Tavern
401 Fourth Avenue
Glendora, NJ 08029
Owner's Representative:
Joan Eller-Hinski, Grants Coordinator
Gloucester Township
P.O. Box 8
Blackwood, NJ 08012
(856) 228-4000x307 ph
(856) 374-3526 fax
Architect:
Margaret Westfield, R.A.
Westfield Architects & Preservation Consultants
425 White Horse Pike
Haddon Heights, NJ 08035-1706
(856) 547-0465
June 2012
Table of Contents
PART 1. PROJECT OVERVIEW
Project Introduction
Scope of Work
PART 2. BIDDING REQUIREMENTS
Conditions of the Project
Bid Document Submission Checklist
Bidding Form
Bidders Questionnaire
Non-Collusion Affidavit
Corporate Disclosure Statement
List of Subcontractors Form
PART 3. CONTRACT FORMS
Standard Form of Agreement Between Owner and Contractor (AIA A101)
Prevailing Wage Determination
Waiver of Liens
Performance Bond (AIA A312)
Notice of Affirmative Action
PART 4. CONDITIONS OF THE CONTRACT
General Conditions of the Contract for Construction (AIA A201)
PART 5. TECHNICAL SPECIFICATIONS
DIVISION 1 - GENERAL REQUIREMENTS
Section 01010 - Summary of Work
Section 01015 - Project Requirements
Section 01030 - Alternates
Section 01045 - Cutting and Patching
Section 01100 - Procedure, Controls, and Payments
Section 01300 - Submittals, Products, and Substitutions
Section 01500 - Temporary Facilities
Section 01531 - Temporary Fencing
Section 01580 - Project Identification and Sign
Section 01700 - Project Closeout
DIVISION 2 - SITE WORK
Section 02070 - Selective Demolition
Section 02080 - Paint and Coatings Removal
June 2012
Project Manual
Gabreil Daveis Tavern
i
DIVISION 6 - WOOD
Section 06050 - Fasteners
Section 06100 - Rough Carpentry
Section 06200 - Finish Carpentry
Section 06350 - Wood Restoration
DIVISION 7 - THERMAL & MOISTURE PROTECTION
Section 07310 - Shingles
Section 07600 - Flashing and Sheet Metal
Section 07900 - Joint Sealants
DIVISION 9 - FINISHES
Section 09900 - Painting
Project Manual
Gabreil Daveis Tavern
June 2012
ii
Part 1
Project Overview
Project Overview
Project Manual
Gabreil Daveis Tavern
I. PROJECT INTRODUCTION
The Gabreil Daveis Tavern is located at 401 Fourth Avenue in Glendora, Gloucester Township,
New Jersey. The historic Gabreil Daveis Tavern is significant as the home and commercial
undertaking of one of Gloucester Township's earliest settling families. Gabreil Daveis built the
two-and one-half story brick and stone structure in 1756 on the south end of a 178 acre plot of land
overlooking the North branch of the Big Timber Creek. This tract of land was one of the last in the
area to be developed prior to the Revolutionary War. Built with the intent purpose of being used as a
"Public house of Entertainment," the tavern house is a fine example of vernacular Georgian
architecture and served an important social and political function in the early history of Gloucester
Township as a center of communications for nearby residents. Some restoration work, including the
replacement of the roof, was completed in 1988. The building serves as a house museum and for
special events.
The Township now plans to address the aging wood shingle roof, which is nearing the end of its
functional life, as well as issues with moisture in the basement and bat infiltratation of the attic. As the
building is listed on the State and National Registers of Historic Places (15 June 1973 and 14 July
1977), all work will be reviewed by the New Jersey Historic Preservation Office for compliance with
the Secretary of the Interior's Standards for Rehabilitation.
II. SCOPE OF WORK
The project scope of work consists of the following elements, as shown on the drawings and
described in the specifications:
1. General conditions, including supervision costs;
2. Permits and approvals not provided by the owner;
3. Temporary facilities and controls, including construction trailer, dumpster, toilets,
fencing, etc.;
4. Selective demolition;
5. Remediate the bat infiltration into the attic;
6. Clean the bat guano out of the attic and then lay heavy plastic sheeting on the floor of the
attic;
June 2012
Project Overview
Page 1
Project Manual
Gabreil Daveis Tavern
7. Replace the main roof in-kind, with the exceptions of no inter-course underlayment and a
combed ridge in lieu of the lapped ridge, including replacing individual strips of
deteriorated lath as required and replacing the lath on the bottom three feet (only) of each
slope with marine grade plywood and water resistant and conventional underlayment;
8. Repair the main cornices;
9. Remove the non-historic bargeboards of the main raking cornice on the east side, replace
them with new bargeboards with a beaded edge installed flush against the wall, and repair
the remaining barge boards on the west side; and,
10. Prepare and repaint the woodwork of the main cornices and the main raking
cornices/bargeboards;
11. Add-Alternate #1: Replace the porch, well, and pent roofs in-kind. Replace the aluminum
flashing on the rear porch roof with TCS II.
12. Add-Alternate #2: Paint all of the woodwork not covered by the base bid, with the
exception of the windows.
13. Add-alternate #3: Paint the exterior side of the windows.
Add-alternates have been included on the bid form to ensure that the Township will be able to
execute a contract for the maximum amount of work that the budget will permit, should the cost of the
base bid scope be less than the grant budget.
June 2012
Project Overview
Page 2
Part 2
Bidding Requirements
Conditions of the Project
Project Manual
Gabreil Daveis Tavern
A. Definitions
1. Documents consist of the Drawings, Project Overview, Bidding Requirements, Contract
Forms, Conditions of the Contract, and Technical Specifications.
2. The Owner is the Township of Gloucester. The Owner's representative is Joan
Eller-Hinski, Grants Coordinator, The Township of Gloucester, 1261 Chews Landing
Road, P.O. Box 8, Blackwood, NJ 08012 phone: (856) 228-4000x307. All questions are to
be directed to the Owner.
3. The Architect is Westfield Architects & Preservation Consultants, 425 White Horse Pike,
Haddon Heights, NJ 08035; phone: (856) 547-0465. Project Contact: Margaret Westfield.
B. Bidding
1. The Base Bid is the sum stated in the Bid for which the Bidder offers to perform the work
described in the Bidding Documents to which work may be added or deleted for sums
stated in Alternate Bids.
2. Alternate Bid (or Alternate) is an amount stated in the Bid to be added or deducted from the
Base Bid amount for a corresponding change in the work as described in the Bidding
Documents.
C. Instructions to Bidders
1. Bidders must be licensed or registered Contractors in the State of New Jersey, as required.
The certificate of registration must be submitted with the bid.
2. By submitting a Bid, the Bidder represents that:
a. The Bidder has read and understands the Bid Documents and the Bid is made
accordingly.
b. The Bidder has visited the site; become familiar with conditions and has correlated the
с.
Bidder's observations with the requirements of the proposed work.
The Bid is based upon materials, equipments and systems required by the Bid
Documents.
d. The Bidder will complete the project within the timeframe specified.
3. Bids will be Lump Sum, submitted on the enclosed Bid Form. All bids must be enclosed in
a sealed envelope, labeled with the following: the name and address of the bidder, and the
name of the nature of the proposal.
June 2012
Conditions of the Project
Page 1
4. All bids must be accompanied by:
Bid Document Submission Checklist
Bid Bond
Consent of Surety
Noncollusion Affidavit
Corporate Disclosure Statement
Certificate of Registration with the State
List of Subcontractors Forms
Project Manual
Gabreil Daveis Tavern
5. All bidders are encouraged to attend a pre-bid meeting at the site. The date and time of this
meeting will be announced.
6. Bids will be received at the Township of Gloucester at a date and time to be announced, at
which time the bids will be opened. Bidders may be present at the opening.
7. The Owner reserves the right to accept any Bid, to reject any and all Bids, to negotiate
Contract Terms with the various Bidders, and to waive any formalities in bidding.
8. No proposal may be withdrawn for a period of sixty (60) days subsequent to the date of
opening of the Proposals without written consent of the Owner.
D. Documents
1. Bidders shall use complete sets of Bid Documents in preparing bids; neither Owner nor
Architect assumes responsibility for errors or misinterpretations resulting from the use of
incomplete sets of Bid Documents.
2. Bid Documents will be distributed to all Bidders who respond to public notices advertising
the project. The first set of bid documents to qualified bidders will be delivered via email as
a pdf. The fee for printed bid documents is $50.00 per set. (These fees cover reproduction
and handling costs.)
3. Bidders are required to visit the site before preparing their Bids, compare the Contract
Documents with existing conditions, and report any conflicts. Bidders should call Joan
Eller-Hinski, Owner's Representative, at (856) 228-4000 x307 to obtain directions and
arrange access to the site.
4. If during the bidding period the bidder finds discrepancies, ambiguities, omissions, or is in
doubt as to the meaning or intent of Documents, notify the Owner seven (7) calendar days
prior to the Bid Due Date. All such necessary clarifications, information, interpretations or
amendments shall be answered in the form of written addendum to Drawings and
Specifications, issued simultaneously to all holders of complete sets of Documents. The
Addendum will become a part of the Construction Contract. Architect, Engineer and
Owner representatives shall not be responsible for oral instructions or interpretations
during bidding period.
June 2012
Conditions of the Project
Page 2
Project Manual
Gabreil Daveis Tavern
E. Insurance
1. The Contractor shall maintain Contractor's Liability Insurance throughout the life of this
Contract, written in a comprehensive form, satisfactory to the Owner. Contractor is
responsible for protecting the property during construction.
2. Property Insurance for Work-in-place will be carried by the Owner as a rider on the existing
property insurance policy.
F. Bonding
1. Bids must be accompanied by a Certified Check, Bid Bond, or Cashier's Check drawn to
the order of the Owner for ten percent (10%) of the amount of the total amount bid,
provided said security need not be more than $20,000.00. All bid guarantees shall be
accompanied by an executed consent from an approved surety company, licensed to
conduct business in the State of New Jersey, agreeing to furnish the required Performance
Bond upon the award of contract.
2. The successful bidder will be required to provide a Performance Bond in the amount of
100% of the contract price.
G. Construction Permit
1. Contractor is responsible for obtaining all permits required during construction.
Construction Permit Drawing Sets must be kept by the Contractor at the site during
construction. Since the building is owned by the Township, the permit fees will be waived.
2. A separate set of documents should be kept to record any field changes or revisions during
construction. This set shall be given to the Owner upon completion of all work, along with
the required shop drawings, as the required "as built" documentation.
H. Forms
I.
1. Contract will be written and provided by the Township and will incorporate the Standard
Form of Agreement Between Owners and Contractors, Stipulated Sum, AIA Document
A101, dated 1997, the twelfth edition, or an approved similar form.
2. Contractor shall submit bid on the Bid Form in Part 2.
3. Contractor shall submit all forms per the Bid Document Submission Checklist.
Payment
1. Prior to commencing work, selected contractor shall submit a Schedule of Values on AIA
Document G702 Application and Certification for Payment Continuation Sheet. After
review and acceptance by the Architect, these values shall become the basis for payment, on
percentage completed as the project moves forward.
June 2012
Conditions of the Project
Page S
Project Manual
Gabreil Daveis Tavern
2. Applications for payment shall be submitted on AIA Document G702 forms on a monthly
basis. Retainage of 2% shall be held until project is deemed by the Architect to be 100%
complete.
June 2012
Conditions of the Project
Page 4
BID DOCUMENT SUBMISSION CHECKLIST
Failure to submit the following documents may be a cause for the proposal to be rejected. (N.J.S.A. 40A:11-23.1b.)
By initialing below, bidder acknowledges inclusion of the following required documents in his/her bid package
submission:
Bid Document Submission Checklist
Bid Bond
Bid Form
Consent of Surety
Non Collusion Affidavit
Corporate Disclosure Statement
Certificate of Registration with State
List of Subcontractors Form
SIGNATURE:
Name of Bidder:
The undersigned hereby acknowledges and has submitted the above listed requirements.
Signature:
BID FORM
From:
(Name of General Contractor)
To:
Township of Gloucester
1261 Chews Landing Road
Blackwood, NJ 08012
Project:
Roof Restoration and Bat Remediation
Gabreil Daveis Tavern
Date:
The undersigned Bidder acknowledges by his signature that he has visited and examined the site of the proposed
construction and has received and examined the Project Manual titled "Roof Restoration and Bat Remediation of the
Gabreil Daveis Tavern" dated June 2012, and has included its provisions in his Bid. The Bidder acknowledges that
he has received the following Addenda by indicating the dates thereof:
Addendum No.
1
Date
2
3
In submitting this Bid, the Bidder agrees:
a.
To hold his Bid for 60 days from the date shown above.
b. To enter into and execute a Contract, if awarded, on the basis of this Bid.
с.
To accomplish Work in accordance with the Bid Documents within the specified time frame.
BASE BID: The Bidder agrees to construct the Work related to the roof restoration and bat remediation as specified in
the Bid Documents of this project for the lump sum of (show amount in both words and figures):
$
Dollars
ADD-ALTERNATE #1: The Bidder agrees to add the Work related to Add-Alternate #1 in the Bid Documents of this
project (replacement of the rear porch, pent, and well roofs) for the lump sum of (show amount in both words and
figures):
ADD
Dollars
ADD-ALTERNATE #2: The Bidder agrees to add the Work related to Add-Alternate #2 in the Bid Documents of this
project (preparation of all of the exterior woodwork not included in the Base Bid except for the windows) for the lump
sum of (show amount in both words and figures):
ADD
Dollars
ADD-ALTERNATE #3: The Bidder agrees to add the Work related to Add-Alternate #3 in the Bid Documents of this
project (preparation of all of the windows) for the lump sum of (show amount in both words and figures):
ADD
Dollars
Bid Form
Start-up Date:
Name of Firm:
Signed by:
Bidder's address:
Bidder's telephone number:
Signature
Pg. 2
Completion Date:
Title:
Date
NOTE: Attach any notes, exceptions or clarifications to the Bid to this Form, along with all required paperwork per the
Project Manual.
CONSENT OF SURETY
A performance bond will be required from the successful contractor on this project, and
consequent, all bidders shall, with their bid, a certificate in substantially the following form:
TO:
(Owner)
RE:
(Contractor)
(Project Description)
This is to certify that the
(Surety Company)
will provide to
(Owner)
a performance bond
in the full amount of awarded contract in the event that said contractor is awarded a contract for
the above project.
(CONTRACTOR)
(Authorized Agent of Surety Company)
Date:
CERTIFICATE OF SURETY MUST BE SIGNED BY AN AUTHORISED AGENT
OR REPRESENTATIVE OF A SURETY COMPANY AND NOT BY THE
INDIVIDUAL OR COMPANY REPRESENTATIVE SUBMITTING THE BID.
BIDDER'S QUESTIONNAIRE
Roof Restoration and Bat Remediation of the
Gabreil Daveis Tavern
This form must be completed and submitted by prospective bidders who wish to be considered
for the project. Failure to complete the Bidder's Questionnaire Statement will result in
disqualification of the prospected Bidder. Attachments to this sheet are acceptable (please
properly label).
1. Name and Address of Firm:
2. Under what other name(s) has your business operated?
3. Business form (corporation, partnership, etc.)
Date of formation:
Principal location:
Names and Titles of officers of corporation, or partners and the number of years with the
business:
4. Has your firm or any predecessor firm defaulted on a contract or had work terminated for
non-performance within the last five (5) years? If so, on a separate sheet describe the
project, owner, date and circumstances/reasons.
5. Has your firm or any predecessor firm been denied a consent of surety, a bid bond, or a
performance bond within the last twelve (12) months? If so, on a separate sheet
describe the circumstances/reasons.
6. GENERAL CONTRACTOR:
Provide evidence of successful experience on at least two (2) projects involving
separate historic buildings or sites and of similar activities and scope of work as the
subject project, completed in compliance with the Secretary of the Interior's Standards
for the Treatment of Historic Properties (revised 1995) within the past five (5) years
preceding the date of the execution of the Bidder's Questionnaire. At least one of the
projects must have been reviewed by a State Historic Preservation Office, or New Jersey
Historic Trust, or the historic review body of a county or local municipal authority. The
cost of each project must be at least $50,000.
Page 1 of 7
Project #1
Project Name:
Location:
Construction Cost:
Completion Date: ___
Approximate Construction Date of the Historic Building or Site:
Project Superintendent/Manager: _
Scope of Work and Nature of Project:
Owner:
Owner's Contact Person:
Phone:
Fax:
Architect:
Architect's Contact Person:
Phone:
Fax:
Historical Review Agency:
Page 2 of 7
Project #2
Project Name:
Location:
Construction Cost:
Completion Date:
Approximate Construction Date of the Historic Building or Site:
Project Superintendent/Manager: _
Scope of Work and Nature of Project:
Owner:
Owner's Contact Person:
Phone:
Fax:
Architect:
Architect's Contact Person:
Phone:
Fax:
Historical Review Agency: _
Page 3 of 7
7. PROPOSED PROJECT SUPERINTENDENT/MANAGER:
Provide evidence of successful experience on at least two (2) projects involving
separate historic buildings or sites and of similar activities and scope of work as the
subject project completed in compliance with the Secretary of the Interior's Standards for
the Treatment of Historic Properties (revised 1995) within the past five (5) years
preceding the date of the execution of this Bidder's Questionnaire. At least one of the
projects must have been reviewed by a State Historic Preservation Office, or New Jersey
Historic Trust, or the historic review body of a county or municipal authority. The cost of
each project must be at least $50,000.
Name and Address of Project Superintendent/Manager:
Project #1
Project Name:
Location:
Construction Cost:
Completion Date:
Approximate Construction Date of the Historic Building or Site:
Scope of Work and Nature of Project: _
Owner:
Owner's Contact Person:
Phone:
Fax:
Architect:
Architect's Contact Person: _
Phone:
Fax:
Historical Review Agency:
Page 4 of 7
Project #2
Project Name:
Location:
Construction Cost:
Completion Date:
Approximate Construction Date of the Historic Building or Site:
Scope of Work and Nature of Project:
Owner:
Owner's Contact Person:
Phone:
Fax:
Architect:
Architect's Contact Person:
Phone:
Historical Review Agency:
Fax:
8. Provide a list of the names, titles, and years of experience of all principal members of
the prospective bidder's staff who will be available and assigned to this particular
project.
9. GENERAL CONTRACTOR: PROVIDE THE FOLLOWING INFORMATION ON ALL
CURRENT PROJECTS IN PROGRESS: (If necessary, include additional sheets.)
Project Name:
Location:
Owner:
Architect:
Contract Amount:
Scheduled Completion Date:
Architect's Contact Person:
Phone:
Page 5 of 7
Phone:
Phone:
Project Name:
Location:
Owner:
Architect:
Contract Amount: _
Scheduled Completion Date:
Architect's Contact Person: _
Phone:
Project Name:
Location:
Owner:
Architect:
Contract Amount:
Scheduled Completion Date:
Architect's Contact Person:
Phone:
Project Name:
Location:
Owner:
Architect:
Contract Amount:
Page 6 of 7
Phone:
Phone:
Phone:
Phone:
Phone:
Phone:
Scheduled Completion Date:
Architect's Contact Person:
Phone:
CERTIFICATION
I (We) the undersigned certify the truth and correctness of all statements and answers
contained herein:
DATE:
NAME OF POTENTIAL BIDDER:
ADDRESS OF BIDDER:
TELEPHONE AND FAX:
BY (sign name, no stamps):
(Print/type name and title): _
WITNESSED: (If a Corporation, by the secretary of the corporation)
BY (sign name, no stamps):
(Print/type name and title):_
Subscribed and sworn to before me
this
day of
20
Notary Public of the State
of
My commission expires
(Seal)
Page 7 of 7
State of New Jersey
County of
SS:
I,
NON-COLLUSION AFFIDAVIT
Roof Restoration and Bat Remediation
at Gabreil Daveis Tavern
of the
in the County of
and the State of
oath depose and say that:
I am
of full age, being duly sworn according to law on my
of the firm of
the bidder making the Proposal for the above named project, and I executed the said Proposal with full
authority so to do; said bidder has not, directly or indirectly, entered into any agreement, participated in
any collusion, or otherwise taken any action to restraint of free, competitive bidding in connection with
the above named project; and all statements contained in said Proposal and in this affidavit are true and
accurate, and made with full knowledge that the Owner and/or the State of New Jersey relies upon the
truth of the statements contained in said Proposal and in this affidavit in awarding the contract for the said
project.
I further warrant that no person or selling agency has been employed or retained to solicit or secure
such contract upon an agreement or understanding for a commission, percentage, brokerage or contingent
fee, except bona fide employees or bona fide established commercial or selling agencies maintained by
(N.J.S.A.52:34-15)
(Name of Contractor)
Signature
Type or print name of affiant.
Subscribed and sworn to before me,
this
day of
Date
THIS FORM MUST BE COMPLETED AND SUBMITTED WITH YOUR PROPOSAL.
CORPORATE DISCLOSURE STATEMENT
The Township of Gloucester has chosen to voluntarily comply with Chapter 33 of the Public Laws of 1977
(N.J.S.A. 52:25-24.2), which provides in pertinent part
--- Document: Marshall Addendum #1 ---
ADDENDUM #1
DATE:
11 December 2012
PROJECT:
Phase 1 Stabilization of the
Robert Marshall House
OWNER:
Joan Eller-Hinski, Grants Coordinator
Gloucester Township
P.O. Box 8
Blackwood, NJ 08012
(856) 228-4000 x307
FROM:
Margaret Westfield, R.A.
Westfield Architects & Preservation Consultants
425 White Horse Pike
Haddon Heights, NJ 08035-1706
(856) 547-0465
The following information amends the Project Manual dated June 2012 and shall be
included in the Contractor’s bid proposal:
1.
Eliminate Add-Alternate #1 ( write “N/A” on the bid form) because the dead limb has
fallen.
Thank you for your interest in this project.
--- Document: Marshall House Addendum #2 ---
ADDENDUM #2
DATE:
14 December 2012
PROJECT:
Phase 1 Stabilization of the
Robert Marshall House
OWNER:
Joan Eller-Hinski, Grants Coordinator
Gloucester Township
P.O. Box 8
Blackwood, NJ 08012
(856) 228-4000 x307
FROM:
Margaret Westfield, R.A.
Westfield Architects & Preservation Consultants
425 White Horse Pike
Haddon Heights, NJ 08035-1706
(856) 547-0465
The following information amends the Project Manual dated June 2012 and
Addendum #1 dated 11 December 2012, and shall be included in the Contractor’s bid
proposal:
1.
Add to Paragraph C.2.b. of the Conditions of the Project:
1. Inspect the interior of the house at each level where shoring is to be erected.
2.
There are two drawing sheets, with notes, prepared by the Structural Engineer to guide
the execution of the Temporary Shoring, S-1 and S-2 dated 6/04/12. These drawings
can be found at the end of the bid package, as Appendix A to the Project Manual.
3.
Add to Paragraph 1.1. of Section 01015:
P. Contractor's bid shall include taking all necessary actions and precautions to assure
the safety of the public and workers, the property, and the environment during
execution of the work, including, but not limited to:
1. Removal of debris prior to start of construction, if desired.
2. Provision of protective clothing and respirators, as necessary.
Thank you for your interest in this project.
--- Document: Marshall House pre-bid meeting minutes ---
Unofficial Pre-bid Meeting - Robert Marshall House
MINUTES FROM PRE-BID MEETING OF 10 DECEMBER 2012
Present: Joan Eller Hinski, Gloucester Township Grants Administrator
Guido Clemente, Gloucester Township Building Maintenance Supervisor
Kyle Frees, MPG
Brian Monteith, MPG
Jim McKeever, Alper Enterprises
Jack Abbott, Nickles Construction
Ted Nickles, Nickles Construction
Greg Montgomery, Ross Environmental Solutions
William Lynch, Shade Environmental
Margaret Westfield, R.A., Westfield Architects & Preservation Consultants
Meeting Summary:
Although the Marshall House project is separate from the concurrent project at the
Gabreil Daveis Tavern, the pre-bid began at the Tavern where the space was more
accommodating.
I explained that the scope of work involved stabilizing the structure, specifically:
1.
Selective demolition as necessary to complete the shoring installation;
2.
Install shoring from basement to roof per design by the structural engineer.
3.
Install heavy duty tarps over all roof surfaces.
4.
Add-Alternate #1: Remove the dead tree branch above the c.1720 section of the
house.
5.
Add-Alternate #2: Demolish the rear (west) additions and board up all exposed
openings at ground and roof levels, including the basement window on the north
wall, openings exposed by demolition of the rear addition (doors and windows),
openings in chimney tops, and holes in the main roof and soffits. Also, padlock
the basement entrance doors to prevent unauthorized entrance.
We then drove to the site, where Guido’s crew had set up some temporary lighting on the
first floor. (The previously-installed temporary fixtures had been stolen since our last site
visit. )
It became immediately clear that Add-Alternate #1 was no longer required – the branch
was no longer there to be removed. (Guido explained that a different tree had fallen
Margaret Westfield, RA
NJCert. #10185
NJCert. #10186
Associate
Michael M. Westfield, RA
Sheila K. Koehler, MHP
425 White Horse Pike
Haddon Heights, NJ08035
Phone: (856) 547-0465
Fax: (856) 547-4464
Website:
www.WestfieldArchitects.com
PACert. #RA010310X
DECert. #S5-0007180
PACert. #RA009679X
during the recent storm, falling on the fence in two locations and removing the specified branch
in the process.)
It was observed that the roof leaks and overall building conditions had worsened in recent
months – two ceiling areas on the second floor had collapsed, water damage was visible on the
first floor, and the attic level was nearly inaccessible due to the thickness of excrement and dead
creatures. Only two contractors were brave enough to review the basement conditions.
Three questions were raised during the site visit:
1.
What should be done where there are obstructions in the basement (such as ductwork
and an oil tank) that precluded installation of the shoring in accordance with the
structural engineer’s drawings? I responded that the contractor would need to work
around these obstructions. For example, the metal duct should be removed, moveable
storage items should be shifted so they are out of the way, and stationary items such as
the oil tanks would have to be bridged over.
2.
Will the existing debris, guano, and carcasses be removed prior to start of work? I
answered no – the contractor should be prepared to move debris that is in their way for
proper execution of the work.
3.
Will the contractor be required to remove debris generated by the construction, for
example the sections of the attic knee walls that must be removed in order to install the
shoring. The answer is yes – the contractor should remove any debris he creates,
except potentially historic fabric that the Township may wish to retain, as determined
by the architect.
The pre-construction meeting concluded with the reminder that the Marshall House will only be
open once more during the bidding period – this coming Wednesday, 12 December at 10:00
am, and only if Guido hears from contractors who want to get back in by 5:00 pm on Tuesday,
11 December 2012. (He will not reopen the building if no one calls on Tuesday.)
Distribution: All in attendance, file.
Prepared by: Westfield Architects & Preservation Consultants
Unofficial Pre-Bid Meeting Minutes
Page 2
Robert Marshall House
10 December 2012
Westfield Architects & Preservation Consultants
--- Document: Gabreil Daveis Tavern Addendum #1 ---
ADDENDUM #1
DATE:
11 December 2012
PROJECT:
Roof Restoration and Bat Remediation
Gabreil Daveis Tavern
OWNER:
Joan Eller-Hinski, Grants Coordinator
Gloucester Township
P.O. Box 8
Blackwood, NJ 08012
(856) 228-4000 x307
FROM:
Margaret Westfield, R.A.
Westfield Architects & Preservation Consultants
425 White Horse Pike
Haddon Heights, NJ 08035-1706
(856) 547-0465
The following information amends the Project Manual dated June 2012 and shall be
included in the Contractor’s bid proposal:
1.
The front facade of the Tavern faces the north branch of the Big Timber Creek. Thus
the “front” is the south elevation. The north (rear) elevation that now serves as the
primary point of entry.
2.
Painting of all exterior woodwork except the main cornices and bargeboards (that is
part of the Base Bid) and the window frames, sash, and trim (that is part of
Add-Alternate #3) is included in Add-Alternate #2.
3.
Surface preparation of woodwork to be painted (whether included in the Base Bid,
Add-Alternate #2 or Add-Alternate #3) includes all work specified under Paragraph
3.1 of Section 09900 of the Technical Specifications, including the epoxy
consolidation or “natural” consolidation of all bare wood to create a sound surface for
painting, as part of the respective Base Bid or Add-Alternate that includes the
woodwork. Epoxy consolidation of the front door sill is part of Add-Alternate #2.
4.
Add to Paragraph 1.1. of Section 01015:
S. Contractor shall provide building paper or tarps to cover any interior flooring
surfaces along the patch of travel that the contractor must access for performance of the
work, including (but not limited to) the path to the bathroom and the stairs to the attic.
Paper and tarps shall be immediately replaced when soiled or ripped.
T. Contractor shall provide and use an entrance mat to prevent the tracking of dirt and
moisture into the building.
5.
Add to Paragraph 1.1.D.i.of Section 01300:
1. Close Out Submittals shall include, but not be limited to, shingle labels to provide
product documentation for future reference.
6.
Add to Paragraph 1.2. of Section 07310:
B. The contractor shall retain all of the CS&SB Certi-Last labels from the cedar shingles
until approved by the architect.
7.
Add to Paragraph 1.3. of Section 07310:
D. Close out documentation shall include four (4) sets of shingle labels to provide product
documentation for future reference.
8.
Add to Paragraph 2.1.A of Section 07310:
The cedar shingles shall be from mills certified by the Red Cedar Shingle & Handsplit
Shake Bureau (CS&SB) and shall be Certi-Last treated at the mill.
9.
Delete Paragraph 2.1.E. of Section 07310.
10. Modify Paragraph 2.2.A.of Section 09900 – Finish coats to be latex, not alkyd.
11. Add to Paragraph 3.1.B of Section 09900:
5. Hand apply with brush or roller (as appropriate) two (2) finish coats.
Thank you for your interest in this project.
Addendum #1
Page 2
Roof Restoration and Bat Remediation
11 December 2012
Westfield Architects & Preservation Consultants
--- Document: Gabreil Daveis Tavern Addendum #2 ---
ADDENDUM #2
DATE:
14 December 2012
PROJECT:
Roof Restoration and Bat Remediation
Gabreil Daveis Tavern
OWNER:
Joan Eller-Hinski, Grants Coordinator
Gloucester Township
P.O. Box 8
Blackwood, NJ 08012
(856) 228-4000 x307
FROM:
Margaret Westfield, R.A.
Westfield Architects & Preservation Consultants
425 White Horse Pike
Haddon Heights, NJ 08035-1706
(856) 547-0465
The following information amends the Project Manual dated June 2012 and
Addendum #1 dated 11 December 2012, and shall be included in the Contractor’s bid
proposal:
1.
The big brown bats, whose presence is evinced by the large amounts of guano in the
attic, were not visible during the recent site visits, leading to questions about whether
they are still inhabiting the attic. However, the bats have used openings in the attic floor
boards around the ventilation system to access and hibernate (actually hibernaculate, a
state that is similar to hibernation, but not as heavy) in the space under the floor boards
in the attic. Therefore, bat remediation is still an important component of this project.
2.
Add to Paragraph 1.1.A. in Section 01300:
1. Project Schedule regulations:
a. Contractor shall comply with all New Jersey Fish & Wildlife rules regarding the
removal of bats. The removal of large brown bats is allowed only between the dates of
March 31st and May 31st.
2. Project Sequencing:
a. Contractor shall first do a preliminary cleanup of existing guano so that when the
roofing workers are inside the attic space they are not exposed to histoplasmosis and
other airborne pathogens.
b. Complete roofing work, with tarping placed on the attic floor to contain debris. This
work should be completed before March 31st, while the bats are hibernaculating.
c. Undertake full remediation of the bats during the months of April and May, 2013.
d. Complete final cleanup of guano once bats have been removed.
e. Coordinate repairs to the cornices, bargeboards, and other points of bat access with
the removal of the bats to ensure they are not sealed in the attic before their removal and
cannot re-enter attic space after their removal.
3.
Add to Paragraph 1.1.A.5. in Section 02070:
a. Guano in the spaces between the attic floor and the ceilings below shall not be disturbed
except where removal of floorboards would not be required to reach it (such as where the
holes in the floorboards are large enough to allow the vacuum attachment to fit inside the
hole).
4.
Add to Paragraph 1.3. in Section 02070:
B. Contractor shall employ the services of a Certified Wildlife Control Professional as
certified by the National Wildlife Control Operators Association
(http://www.NWCOA.com).
C. Contractor shall take all necessary actions and precautions to assure the safety of the
public and workers, the property, and the environment during execution of demolition and
bat-related work.
5.
Add to Paragraph 1.2. in Section 02070:
D. Submit documentation that the bat removal sub-consultant is a Certified Wildlife
Control Professional as certified by the National Wildlife Control Operators Association.
6.
Add to Paragraph 1.1. in Section 06200:
B. Various forms of woodwork repairs to seal attic roof, cornices and bargeboards from
future bat infiltration.
1. Dutchman repairs.
2. Epoxy consolidation.
3. In-kind replacement.
4. Repositioning of woodwork that is out of alignment.
5. Filling openings with copper wool, joint sealants, and caulk shall be limited to areas
where the wood is intact and properly positioned, but gaps still exist.
Thank you for your interest in this project.
Addendum #1
Page 2
Roof Restoration and Bat Remediation
14 December 2012
Westfield Architects & Preservation Consultants
--- Document: Gabreil Daveis Tavern pre-bid meeting minutes ---
Unofficial Pre-bid Meeting - Gabreil Daveis Tavern
Gloucester Township
MINUTES FROM PRE-BID MEETING OF 10 DECEMBER 2012
Present: Joan Eller Hinski, Gloucester Township Grants Administrator
Guido Clemente, Gloucester Township Building Maintenance Supervisor
Kyle Frees, MPG
Brian Monteith, MPG
Jim McKeever, Alper Enterprises
Jack Abbott, Nickles Construction
Ted Nickles, Nickles Construction
Greg Montgomery, Ross Environmental Solutions
William Lynch, Shade Environmental
Margaret Westfield, R.A., Westfield Architects & Preservation Consultants
Meeting Summary:
Margaret began the meeting with introductions as well as some background history on the
Tavern. There were four firms that stated they were bidding as General Contractors, and
one firm (Shade Environmental) who was available to serve as a sub-contractor for the
removal of bat guano. I mentioned that Guido had received a call from Jessica of ServPro,
(856) 227-7800, who had previously visited the site and expressed an interest as serving
as a sub-contractor for removal of the bats and bat guano. Don McAllister of the
Township's historical committee stopped in briefly.
Joan Eller Hinski, who is the Township’s Grants Administrator and is running the bid,
explained that the building documents were on line at glotwp.com under the “Doing
Business with Gloucester Township” heading.
I then clarified the bidding situation – there are two separate buildings, two separate bids,
and two separate contracts will be awarded.
The work at the Gabreil Daveis Tavern includes restoration of the main roof and removal
of the bats, specifically:
1.
Remediate the bat infiltration into the attic;
2.
Clean the bat guano out of the attic and then lay heavy plastic sheeting on the
floor of the attic;
3.
Replace the main with sawn wood shingles with no inter-course underlayment
and with a combed ridge. The work includes replacing individual strips of
deteriorated lath as required and replacing the lath on the bottom three feet
Margaret Westfield, RA
NJCert. #10185
NJCert. #10186
Associate
Michael M. Westfield, RA
Sheila K. Koehler, MHP
425 White Horse Pike
Haddon Heights, NJ08035
Phone: (856) 547-0465
Fax: (856) 547-4464
Website:
www.WestfieldArchitects.com
PACert. #RA010310X
DECert. #S5-0007180
PACert. #RA009679X
(only) of each slope with marine grade plywood, and water resistant and conventional
underlayment;
4.
Repair the main cornices on all elevations;
5.
Remove the non-historic bargeboards of the main raking cornice on the east side,
replace them with new bargeboards with a beaded edge installed flush against the wall,
and repair the remaining barge boards on the west side; and,
6.
Prepare and repaint the woodwork of the main cornices and the main raking
cornices/bargeboards;
7.
Add-Alternate #1: Replace the porch, well, and pent roofs in-kind. Replace the
aluminum flashing on the rear porch roof with TCS II or lead-coated copper.
8.
Add-Alternate #2: Paint all of the woodwork not covered by the base bid, with the
exception of the window frames, trim, and sash. This Add-Alternate includes, but is
not limited to, painting all surfaces of the shutters.
9.
Add-Alternate #3: Paint the window frames, trim, sash.
A few questions were then raised, the answers to which are answered either below (if the
information already exists in the bidding documents) or on the attached Addendum #1 if the
answer clarifies or changes the information in the bidding documents:
1.
Add-Alternate #1 includes all work typically associated with Divisions 1, 2, 6, and 7 of
the Technical Specification required for the re-roofing of the porch, well, and front
pent roof. Painting work is covered by Add-Alternate #2.
2.
Permit Fees will be waived, per paragraph G.1. on page 3 of the Conditions of the
Project.
3.
There is no local registration requirements for contractors; however all contractors
must be registered with the State of New Jersey.
4.
Both Bid Bond and Performance Bonds are required for these projects.
5.
By state statute attendance for this Pre-Bid Meeting is not mandatory; however, per the
Conditions of the Project, the Contractor must have visited the site prior to submitting
a Bid, so Bids will be rejected from contractors who do not visit the site (by signing in at
this pre-bid meeting or at the subsequent opening of the site on Wednesday, 12
December 2012, at 10:00 am).
6.
The whole bid package must be returned with the bid because doing so insures that the
bidder had possessed the entire bid package.
Unofficial Pre-Bid Meeting Minutes
Page 2
Gabreil Daveis Tavern
10 December 2012
Westfield Architects & Preservation Consultants
Contact information: Joan can be reached at 856-228-4000 at extension 3307; Guido can be
reached at 609-221-2762; and, Margaret can be reached at 856-547-0465.
The pre-construction meeting concluded with the reminder that the Gabreil Daveis Tavern will
only be open once more during the bidding period – this coming Wednesday, 12 December at
10:00 am, and only if Guido hears from contractors who want to get back in by 5:00 pm on
Tuesday, 11 December 2012. (He will not reopen the building if no one calls on Tuesday.)
Distribution: All in attendance, file.
Prepared by: Westfield Architects & Preservation Consultants
Unofficial Pre-Bid Meeting Minutes
Page 3
Gabreil Daveis Tavern
10 December 2012
Westfield Architects & Preservation Consultants
--- Document: Specifications for Stabilization of Robert Marshall House ---
SOLICITOR
SPECIFICATIONS
FOR THE PURCHASE OF
Stabilization of the Robert Marshall House
FOR THE
TOWNSHIP OF GLOUCESTER
BUSINESS ADMINISTRATOR
Huska
DEPARTMENT HEAD
BID OPENING DATE:
December 20, 2012
11:00 AM
SPECIFICATION:
Grants 12-02
SPECIFICATION DATE: November 29, 2012
APPROVAL SIGNATURE PAGE
TOWNSHIP OF GLOUCESTER
COUNTY OF CAMDEN, NEW JERSEY
MAYOR
1
TOWNSHIP OF GLOUCESTER
COUNTY OF CAMDEN, NEW JERSEY
NOTICE TO BIDDERS
NOTICE is hereby given that sealed proposals for the purchase of
1. Stabilization of the Robert Marshall House
SPECIFICATIONS can be viewed on our web page at glotwp@glotwp.com
BID SPECIFICATION NUMBER: Grants 12-02
Will be received no later than 11:00 A.M. on December 20, 2012 at the Municipal Building, 1261 Chews
Landing Road, Laurel Springs, N.J. 08012.
PROPOSALS must be addressed to the Township Clerks Office, Township of Gloucester, P.O. Box 8,
Blackwood, NJ 08012 and must clearly state Stabilization Robert Marshall House, and will be opened
and read publicly at the above time and date, and should be in sealed envelopes.
PROPOSAL FORMS, instructions to bidders, specifications and other bidding documents may be
examined or obtained at the office of the Township Clerk, Gloucester Township Municipal Building, 1261
Chews Landing Road, Laurel Springs, N.J. 08012.
THE Township Council reserves the right to reject any or all proposals in whole or in part, and to waive
such informalities as may be permitted by law.
BIDDERS are required to comply with the required of P.L. 1975, Chapter 127, and P.L. 1977, Chapter 33
INFORMATION on Affirmative Action Program requirements is available at the Office of the Township
Clerk.
!
INSTRUCTIONS TO BIDDERS
NO DEPOSIT OR FEE IS REQUIRED FOR SPECIFICATIONS
QUALIFICATIONS OF BIDDERS
All bidders must be prepared to present suitable evidence of their financial standing and to
furnish a list of similar work recently completed.
No verbal instructions or information to bidders will be binding. The specifications will
be considered as clear and complete unless written attention is called to any discrepancies
or incompleteness before the opening of bids. Should any written inquires be received by
the Township Business Administrator, these inquires will be answered in the form of
bulletins and issued to all bidders. These bulletins shall be considered a part of these
specifications.
Bids will be considered as conclusive evidence of complete examination of specifications
and samples. It is understood that parties making bids accept all the terms and conditions
expressed and contained in the specifications attached to the proposal submitted.
A proposal Form/Signature Page is provided in these specifications. This form must be
used in submitting a proposal and all pages of the form must be completely filled out and signed
by the bidder.
PRESENTATION OF BIDS
Each bid must be enclosed in a sealed envelope and clearly marked on the outside:
"PURCHASE OF Stabilization of the Robert Marshall House ", and delivered to the Office of
the Township Clerk, Municipal Hall, 1261 Chews Landing Rd., Laurel Springs, New Jersey
08021
WITHDRAWALS
No proposal may be withdrawn later than 4:30 p.m., prevailing time on the day of the
opening of the bids. No modifications or explanations of any bid will be allowed after the same
is sealed and delivered to the Township Clerk. The proposals will be opened and read publicly
by the Township Council.
The Township Council reserves the right to reject any or all bids or parts thereof as
deemed to be in the best interest of the Township and to waive any immaterial informality as
may be permitted by law.
FORM OF CONTRACT
The successful bidder will be required to execute a written contract with the Township
Council within ten (10) days after notice of the acceptance of their proposal.
BID BOND
Each bid shall be accompanied by a certified check, cashier's check or bid bond duly executed
by the bidder as the principal and having as surety thereon a surety company approved by the
Township of Gloucester in the amount not less than ten percent (10%), but in no case in excess
of $20,000.00 or the amount of bid. Any such bid bond shall be without endorsement or
conditions. Bid shall also be accompanied with a certificate letter from a surety company
stating that it will provide the bidder with the completion bond.
SURETY BOND
The successful bidder will be required to furnish a surety bond in the amount of one hundred
percent (100%) of the contract price, the condition of which shall be in the full and complete
execution and performance of each and all of the terms contained in the contract, proposal,
specifications and instructions to bidders. The bond shall meet all requirements of the Township
Council.
NOTE: Surety bond is automatically required when the contract price exceeds nine hundred
ninety nine dollars and ninety nine cents, ($999.99); when the contract price is under $999.99,
surety bond may be required by the Township Council if they deem it necessary and in the best
interest of the Township.
Entire cost of bond(s) shall be paid for by the individuals, firms, or corporations with whom the
contract(s) are entered into for the execution of any other purchases, or the furnishing or hiring
of any materials or supplies.
SPECIFICATIONS
These specifications are intended to cover the furnishing of all materials and the
performance of all work that may be required or necessary for the complete compliance of the
contract and the contractor will be required to do all things. Where plans, drawings or
schematics accompany certain sections of the specifications, these shall be considered as a part
of these specifications.
INTERPRETATIONS OF SPECIFICATIONS
Should the contractor discover discrepancies in the specifications, the matter shall be
immediately brought to the attention of the Township of Gloucester and the discrepancies
corrected by written agreement before proceeding further.
All explanation, interpretations and instructions required under these specifications will
be given by the Township upon written request from bidders.
Equipment to be furnished (if applicable) shall be new, first-class, or as specifically
stipulated in the detailed specifications and shall meet with the approval of the Township
Council or their designated representative.
All equipment if applicable shall conform to the requirements of these specifications and
any equipment rejected by the Council as not complying with these specifications shall be
immediately removed and replaced with acceptable equipment.
EXTRA WORK
No extras or additional work will be allowed or paid for unless such extras or additional
work is ordered in writing by the Township and the price fixed and agreed before such work is
performed.
ADDITIONS OR DEDUCTIONS
The Council of the Township of Gloucester shall have the right, without invalidating the
contract, to make additions to or deductions from the work covered by these specifications and in
case such deductions in cost shall be made between the Council and the contractor, but must be
agreed to in writing.
PROTECTION BY CONTRACTOR
The contractor agrees to indemnify and save harmless the Township and their
representatives from all suits or actions of every nature and description brought against them or
either of them, or on account of the use of patented or copyrighted material, appliances, products,
or processes, with legal protection.
The contractor shall not transfer or süblet any portion of the work covered by these specifications
without written consent of the Township.
NOTICE: All contractors who intend to bid on this project are required
to attend a Pre-Bid Meeting on Monday, December 10, 2012 at 10AM at
the Gabreil Daveis Tavern, 401 Fourth Ave., Glendora NJ 08029
GENERAL CLAUSE
PROPOSAL FORMS
As noted under "instructions to bidders", attached to these specifications is a "Proposal
Form/Signature Form", which must be completely filled out and signed by each bidder.
As these Instructions to Bidders, Specifications, Form of Proposal, Signature Page, General and
Special Clauses, etc. all refer to each other and together constitute a whole legal binding agreement
and must be returned together as when delivered to bidder.
NO BID WILL BE ACCEPTED UNLESS SUBMITTED ON THE FORMS FURNISHED HEREIN
All bids must be sealed, marked and delivered in accordance with the instructions in paragraph 5,
and 6. Bids will be opened and read publicly by the Business Administrator at the time and day
specified in the Advertisement for Bids. Reading of the bids will take place at the Municipal
Building, 1261 Chews Landing Road, Laurel Springs, NJ 08021.
DELIVERY
In general, deliveries shall be at such time and place as may be fixed by Council and shall not be
made except upon definite instructions. See "Specifications" for delivery required under these
present specifications.
DISPOSAL OF MATERIALS, SUPPLIED ETC...NOT APPROVED.
Bidders shall understand that when materials, supplies, etc. have been delivered to the job which do
not comply with the specifications and have not been approved, they shall be immediately removed
upon notification to the contractor and replaced with material, supplied, etc., in full accordance with
the specifications.
PAYMENTS
Payments shall be made to the contractor within sixty(60) days of receipt of invoice, after inspection
and acceptance of the material and/or work and approval of the invoice by the Township Council
unless otherwise stipulated by the Township in the form of a contract.
NUMBER OF WORKING DAYS
The contract shall contain the date which the work shall be completed or shall specify the number
of working days to be allowed for its completion and/or delivery of materials equipment and
supplies.
EXEMPTION FROM FEDERAL EXCISE AND NEW JERSEY SALES TAX
The Township of Gloucester is exempt from Federal Excise Taxes and the New Jersey Sales Tax.
Net prices as shown in the proposal shall exclude said Federal and State Tax amounts.
NOTE: This provision shall not apply to construction, repair and/or maintenance contracts where
bidder purchases supplies, materials, and/or equipment and includes costs thereof in computation
of his bid or proposal.
NEW JERSEY PREVAILING WAGE ACT
All work on this project shall comply with the requirements under the 1963 Revised Statutes of New
Jersey Chapter 150, "Prevailing Rate of Wages on Public Contracts".
Current applicable Wage Rate Determination of the State of the New Jersey Department of Labor
shall become part of the contract.
DOMESTIC PRODUCTS
Only manufactured products of the United States, wherever available, shall be used in connection
with this undertaking, pursuant to 40A:11-18 of the Revised Statutes of the State of New Jersey.
PUBLIC DISCLOSURE
Chapter 33 of the Public Laws of 1977 provides that no Corporation or Partnership shall be awarded
any State, County, Municipal, or School District contract for the performance of any work or the
furnishing of any materials or supplies, unless prior to the receipt of the bid or accompanying the bid
of said Corporation or Partnership there is submitted a statement. The statement shall set forth the
names and addresses of all stockholders in the Corporation or Partnership who own ten percent
(10%) or more if its stock or any class, or of all individual partners in the Partnership who owns a
ten percent(10%) or greater interest therein.
FAILURE TO SUPPLY THIS INFORMATION WITH “FORM OF PROPOSAL" WILL BE
CAUSE TO REJECT THE BID
PROJECT MANUAL
Phase 1 Stabilization of the
Robert Marshall House
510 Almonesson Road
Blenheim, Gloucester Township, NJ
Owner's Representative:
Joan Eller-Hinski, Grants Coordinator
Gloucester Township
P.O. Box 8
Blackwood, NJ 08012
(856) 228-4000x307 ph
(856) 374-3526 fax
Engineer:
Brian Wentz, P.Ε.
Keast & Hood Company
325 Chestnut Street
Philadelphia, PA 19106-2605
(215) 625-0099
Architect:
Margaret Westfield, R.A.
Westfield Architects & Preservation Consultants
425 White Horse Pike
Haddon Heights, NJ 08035-1706
(856) 547-0465
June 2012
Table of Contents
PART 1. PROJECT OVERVIEW
Project Introduction
Scope of Work
PART 2. BIDDING REQUIREMENTS
Conditions of the Project
Bid Document Submission Checklist
Bidding Form
Non-Collusion Affidavit
Corporate Disclosure Statement
List of Subcontractors Form
PART 3. CONTRACT FORMS
Standard Form of Agreement Between Owner and Contractor (AIA A101)
Prevailing Wage Determination
Waiver of Liens
Performance Bond (AIA A312)
Notice of Affirmative Action
PART 4. CONDITIONS OF THE CONTRACT
General Conditions of the Contract for Construction (AIA A201)
PART 5. TECHNICAL SPECIFICATIONS
DIVISION 1 - GENERAL REQUIREMENTS
Section 01010 - Summary of Work
Section 01015 - Project Requirements
Section 01045 - Cutting and Patching
Section 01100 - Procedure, Controls, and Payments
Section 01300 - Submittals, Products, and Substitutions
Section 01500 - Temporary Facilities
Section 01531 - Temporary Fencing
Section 01580 - Project Identification & Sign
Section 01700 - Project Closeout
DIVISION 2 - SITE WORK
Section 02070 - Selective Demolition
DIVISION 6 - WOOD
Section 06050 - Fasteners
Section 06100 - Rough Carpentry
June 2012
Project Manual
Robert Marshall House
i
DIVISION 7 - THERMAL & MOISTURE PROTECTION
Section 07100 - Roofing Underlayment
APPENDIX A
Temporary Structural Stabilization Drawings
Keast & Hood Co., June 4, 2012
Project Manual
Robert Marshall House
June 2012
ii
Project Overview
Project Manual
Robert Marshall House
1. PROJECT INTRODUCTION
The historic Robert Marshall House, located at 510 Almonesson Road, Blenheim, Gloucester
Township, New Jersey, was built in four sections, c. 1720, c. 1810, and two later additions that
postdate the house's period of significance. The property was listed on the New Jersey Register of
Historic Places on 10 October 2007 (ID#4546) and on the National Register of Historic Places on 16
January 2008 (NPS#07001402). The property is owned by the Township and has been vacant since
early 2005. The house was recently occupied by a venue (flock) of vultures. In 2011, a structural
engineer examined the building and determined that temporary shoring was necessary to stabilize the
building and prevent its collapse before any repairs can be undertaken. In addition, it was determined
that the roofs must be secured against further water infiltration. As the building is listed on the State
and National Registers of Historic Places, all work will be reviewed by the New Jersey Historic
Preservation Office for compliance with the Secretary of the Interior's Standards for Rehabilitation.
II. SCOPE OF WORK
The project scope of work defined as Phase 1 Stabilization work consists of the following elements, as
shown on the structural drawings and described in the specifications:
1. General conditions, including supervision costs;
2. Permits and approvals not provided by the owner;
3. Temporary facilities and controls, including construction trailer, dumpster, toilets,
fencing, etc.;
4. Selective demolition as necessary to complete the shoring installation;
5. Install shoring from basement to roof per design by the structural engineer.
6. Install heavy duty tarps over all roof surfaces.
7. Add-Alternate #1: Remove the dead tree branch above the c.1720 section of the house.
8. Add-Alternate #2: Demolish the rear (west) additions and board up all exposed openings
at ground and roof levels, including the basement window on the north wall, openings
exposed by demolition of the rear addition (doors and windows), openings in chimney
June 2012
Project Overview
Page 1
Project Manual
Robert Marshall House
tops, and holes in the main roof and soffits. Also, padlock the basement entrance doors to
prevent unauthorized entrance.
June 2012
Project Overview
Page 2
Conditions of the Project
Project Manual
Robert Marshall House
A. Definitions
1. Documents consist of the Drawings, Project Overview, Bidding Requirements, Contract
Forms, Conditions of the Contract, and Technical Specifications.
2. The Owner is the Township of Gloucester. The Owner's representative is Joan
Eller-Hinski, Grants Coordinator, The Township of Gloucester, 1261 Chews Landing
Road, P.O. Box 8, Blackwood, NJ 08012 phone: (856) 228-4000x307. All questions are to
be directed to the Owner.
3. The Architect is Westfield Architects & Preservation Consultants, 425 White Horse Pike,
Haddon Heights, NJ 08035; phone: (856) 547-0465. Project Contact: Margaret Westfield.
B. Bidding
1. The Base Bid is the sum stated in the Bid for which the Bidder offers to perform the work
described in the Bidding Documents to which work may be added or deleted for sums
stated in Alternate Bids.
2. Alternate Bid (or Alternate) is an amount stated in the Bid to be added or deducted from the
Base Bid amount for a corresponding change in the work as described in the Bidding
Documents.
C. Instructions to Bidders
1. Bidders must be licensed or registered Contractors in the State of New Jersey, as required.
The certificate of registration must be submitted with the bid.
2. By submitting a Bid, the Bidder represents that:
a. The Bidder has read and understands the Bid Documents and the Bid is made
accordingly.
b. The Bidder has visited the site; become familiar with conditions and has correlated the
Bidder's observations with the requirements of the proposed work.
c. The Bid is based upon materials, equipments and systems required by the Bid
Documents.
d. The Bidder will complete the project within the timeframe specified.
3. Bids will be Lump Sum, submitted on the enclosed Bid Form. All bids must be enclosed in
a sealed envelope, labeled with the following: the name and address of the bidder, and the
name of the nature of the proposal.
June 2012
Conditions of the Project
Page 1
4. All bids must be accompanied by:
Bid Document Submission Checklist
Bid Bond
Consent of Surety
Noncollusion Affidavit
Corporate Disclosure Statement
Certificate of Registration with the State
List of Subcontractors Forms
Project Manual
Robert Marshall House
5. All bidders are encouraged to attend a pre-bid meeting at the site. The date and time of this
meeting will be announced.
6. Bids will be received at the Township of Gloucester at a date and time to be announced, at
which time the bids will be opened. Bidders may be present at the opening.
7. The Owner reserves the right to accept any Bid, to reject any and all Bids, to negotiate
Contract Terms with the various Bidders, and to waive any formalities in bidding.
8. No proposal may be withdrawn for a period of sixty (60) days subsequent to the date of
opening of the Proposals without written consent of the Owner.
D. Documents
1. Bidders shall use complete sets of Bid Documents in preparing bids; neither Owner nor
Architect assumes responsibility for errors or misinterpretations resulting from the use of
incomplete sets of Bid Documents.
2. Bid Documents will be distributed to all Bidders who respond to public notices advertising
the project. The first set of bid documents to qualified bidders will be delivered via email as
a.pdf. The fee for printed bid documents is $50.00 per set. (These fees cover reproduction
and handling costs.)
3. Bidders are required to visit the site before preparing their Bids, compare the Contract
Documents with existing conditions, and report any conflicts. Bidders should call Joan
Eller-Hinski, Owner's Representative, at (856) 228-4000 x307 to obtain directions and
arrange access to the site.
4. If during the bidding period the bidder finds discrepancies, ambiguities, omissions, or is in
doubt as to the meaning or intent of Documents, notify the Owner seven (7) calendar days
prior to the Bid Due Date. All such necessary clarifications, information, interpretations or
amendments shall be answered in the form of written addendum to Drawings and
Specifications, issued simultaneously to all holders of complete sets of Documents. The
Addendum will become a part of the Construction Contract. Architect, Engineer and
Owner representatives shall not be responsible for oral instructions or interpretations
during bidding period.
June 2012
Conditions of the Project
Page 2
Project Manual
Robert Marshall House
E. Insurance
1. The Contractor shall maintain Contractor's Liability Insurance throughout the life of this
Contract, written in a comprehensive form, satisfactory to the Owner. Contractor is
responsible for protecting the property during construction.
2. Property Insurance for Work-in-place will be carried by the Owner as a rider on the existing
property insurance policy.
F. Bonding
1. Bids must be accompanied by a Certified Check, Bid Bond, or Cashier's Check drawn to
the order of the Owner for ten percent (10%) of the amount of the total amount bid,
provided said security need not be more than $20,000.00. All bid guarantees shall be
accompanied by an executed consent from an approved surety company, licensed to
conduct business in the State of New Jersey, agreeing to furnish the required Performance
Bond upon the award of contract.
2. The successful bidder will be required to provide a Performance Bond in the amount of
100% of the contract price.
G. Construction Permit
1. Contractor is responsible for obtaining all permits required during construction.
Construction Permit Drawing Sets must be kept by the Contractor at the site during
construction. Since the building is owned by the Township, the permit fees will be waived.
2. A separate set of documents should be kept to record any field changes or revisions during
construction. This set shall be given to the Owner upon completion of all work, along with
the required shop drawings, as the required "as built" documentation.
H. Forms
I.
1. Contract will be written and provided by the Township and will incorporate the Standard
Form of Agreement Between Owners and Contractors, Stipulated Sum, AIA Document
A101, dated 1997, the twelfth edition, or an approved similar form.
2. Contractor shall submit bid on the Bid Form in Part 2.
3. Contractor shall submit all forms per the Bid Document Submission Checklist.
Payment
1. Prior to commencing work, selected contractor shall submit a Schedule of Values on AIA
Document G702 Application and Certification for Payment Continuation Sheet. After
review and acceptance by the Architect, these values shall become the basis for payment, on
percentage completed as the project moves forward.
June 2012
Conditions of the Project
Page 3
Project Manual
Robert Marshall House
2. Applications for payment shall be submitted on AIA Document G702 forms on a monthly
basis. Retainage of 2% shall be held until project is deemed by the Architect to be 100%
complete.
June 2012
Conditions of the Project
Page 4
BID DOCUMENT SUBMISSION CHECKLIST
Failure to submit the following documents may be a cause for the proposal to be rejected. (N.J.S.A. 40A:11-23.lb.)
By initialing below, bidder acknowledges inclusion of the following required documents in his/her bid package
submission:
Bid Document Submission Checklist
Bid Form
Consent of Surety
Bidders Questionnaire
NonCollusion Affidavit
Corporate Disclosure Statement
Certificate of Registration with State
List of Subcontractors Form
SIGNATURE:
Name of Bidder: _
The undersigned hereby acknowledges and has submitted the above listed requirements.
Signature:
BID FORM
From:
To:
Project:
Date:
(Name of General Contractor)
The Hon. David Mayer, Mayor
Gloucester Township
1261 Chews Landing Road
P.O. Box 8
Blackwood, NJ 08012
Phase 1: Stabilization of
The Robert Marshall house
The undersigned Bidder acknowledges by his signature that he has visited and examined the site of the proposed
construction and has received and examined the Project Manual titled "Stabilization of the Robert Marshall House"
dated June 2012, and the Construction Documents prepared by Keast and Hood Company titled "Temporary
Stabilization" Drawing Sheets S-1 through S-2, dated June 4, 2012 and has included their provisions in his Bid. The
Bidder acknowledges that he has received the following Addenda by indicating the dates thereof:
Addendum No.
1
2
3
In submitting this Bid, the Bidder agrees:
Date
a.
To hold his Bid for 60 days from the date shown above.
b. To enter into and execute a Contract, if awarded, on the basis of this Bid.
с.
To accomplish Work in accordance with the Bid Documents within the specified time frame.
BASE BID: The Bidder agrees to construct the Work related to the Stabilization of the Robert Marshall House as shown
and specified in the Bid Documents of this project for the lump sum of (show amount in both words and figures):
$
Dollars
ADD-ALTERNATE #1: The Bidder agrees to add the Work related to Add-Alternate #1 in the Bid Documents of this
project (Remove dead tree branch) for the lump sum of (show amount in both words and figures):
ADD
Dollars
ADD-ALTERNATE #2: The Bidder agrees to add the Work related to Add-Alternate #2 in the Bid Documents of this
project (Demolish rear additions and board up exposed openings) for the lump sum of (show amount in both words and
figures):
ADD
+ $
Dollars
Bid Form
Start-up Date:
Name of Firm:
Signed by:
Bidder's address:
Bidder's telephone number:
Signature
Pg. 2
Completion Date:
Title:
Date
NOTE: Attach any notes, exceptions or clarifications to the Bid to this Form, along with all required paperwork per the
Project Manual.
CONSENT OF SURETY
A performance bond will be required from the successful contractor on this project, and
consequent, all bidders shall, with their bid, a certificate in substantially the following form:
TO:
(Owner)
RE:
(Contractor)
(Project Description)
This is to certify that the
(Surety Company)
will provide to
(Owner)
a performance bond
in the full amount of awarded contract in the event that said contractor is awarded a contract for
the above project.
(CONTRACTOR)
(Authorized Agent of Surety Company)
Date:
CERTIFICATE OF SURETY MUST BE SIGNED BY AN AUTHORISED AGENT
OR REPRESENTATIVE OF A SURETY COMPANY AND NOT BY THE
INDIVIDUAL OR COMPANY REPRESENTATIVE SUBMITTING THE BID.
BIDDER'S QUESTIONNAIRE
Phase 1 Stabilization of the
Robert Marshall House
This form must be completed and submitted by prospective bidders who wish to be considered
for the project. Failure to complete the Bidder's Questionnaire Statement will result in
disqualification of the prospected Bidder. Attachments to this sheet are acceptable (please
properly label).
1. Name and Address of Firm:
2. Under what other name(s) has your business operated?
3. Business form (corporation, partnership, etc.).
Date of formation:
Principal location:
Names and Titles of officers of corporation, or partners and the number of years with the
business:
4. Has your firm or any predecessor firm defaulted on a contract or had work terminated for
non-performance within the last five (5) years? If so, on a separate sheet describe the
project, owner, date and circumstances/reasons.
5. Has your firm or any predecessor firm been denied a consent of surety, a bid bond, or a
performance bond within the last twelve (12) months? If so, on a separate sheet
describe the circumstances/reasons.
6. GENERAL CONTRACTOR:
Provide evidence of successful experience on at least two (2) projects involving
separate historic buildings or sites and of similar activities and scope of work as the
subject project, completed in compliance with the Secretary of the Interior's Standards
for the Treatment of Historic Properties (revised 1995) within the past five (5) years
preceding the date of the execution of the Bidder's Questionnaire. At least one of the
projects must have been reviewed by a State Historic Preservation Office, or New Jersey
Historic Trust, or the historic review body of a county or local municipal authority. The
cost of each project must be at least $50,000.
Page 1 of 7
Project #1
Project Name:
Location:
Construction Cost:
Completion Date:
Approximate Construction Date of the Historic Building or Site:
Project Superintendent/Manager:
Scope of Work and Nature of Project:
Owner:
Owner's Contact Person:
Phone:
Fax:
Architect:
Architect's Contact Person:
Phone:
Fax:
Historical Review Agency:
Page 2 of 7
Project #2
Project Name:
Location:
Construction Cost:
Completion Date:
Approximate Construction Date of the Historic Building or Site:
Project Superintendent/Manager:_
Scope of Work and Nature of Project:
Owner:
Owner's Contact Person:
Phone:
Fax:
Architect:
Architect's Contact Person:
Phone:
Fax:
Historical Review Agency:_
Page 3 of 7
7. PROPOSED PROJECT SUPERINTENDENT/MANAGER:
Provide evidence of successful experience on at least two (2) projects involving
separate historic buildings or sites and of similar activities and scope of work as the
subject project completed in compliance with the Secretary of the Interior's Standards for
the Treatment of Historic Properties (revised 1995) within the past five (5) years
preceding the date of the execution of this Bidder's Questionnaire. At least one of the
projects must have been reviewed by a State Historic Preservation Office, or New Jersey
Historic Trust, or the historic review body of a county or municipal authority. The cost of
each project must be at least $50,000.
Name and Address of Project Superintendent/Manager:
Project #1
Project Name:
Location:
Construction Cost:
Completion Date:
Approximate Construction Date of the Historic Building or Site:
Scope of Work and Nature of Project:
Owner:
Owner's Contact Person:
Phone:
Fax:
Architect:
Architect's Contact Person:
Phone:
Fax:
Historical Review Agency:
Page 4 of 7
Project #2
Project Name:
Location:
Construction Cost:
Completion Date:
Approximate Construction Date of the Historic Building or Site:
Scope of Work and Nature of Project:
Owner:
Owner's Contact Person:
Phone:
Architect:
Architect's Contact Person: _
Phone:
Historical Review Agency:
Fax:
Fax:
8. Provide a list of the names, titles, and years of experience of all principal members of
the prospective bidder's staff who will be available and assigned to this particular
project.
9. GENERAL CONTRACTOR: PROVIDE THE FOLLOWING INFORMATION ON ALL
CURRENT PROJECTS IN PROGRESS: (If necessary, include additional sheets.)
Project Name:
Location:
Owner:
Architect:
Contract Amount:
Scheduled Completion Date:
Architect's Contact Person:
Phone:
Page 5 of 7
Phone:
Phone:
Project Name:
Location:
Owner:
Architect:
Contract Amount:
Scheduled Completion Date:
Architect's Contact Person:
Phone:
Project Name:
Location:
Owner:
Architect:
Contract Amount:
Scheduled Completion Date:
Architect's Contact Person:
Phone:
Project Name:
Location:
Owner:
Architect:
Contract Amount:
Page 6 of 7
Phone:
Phone:
Phone:
Phone:
Phone:
Phone:
Phone:
Scheduled Completion Date:
Architect's Contact Person:
Phone:
CERTIFICATION
1 (We) the undersigned certify the truth and correctness of all statements and answers
contained herein:
DATE:
NAME OF POTENTIAL BIDDER:
ADDRESS OF BIDDER:
TELEPHONE AND FAX:
BY (sign name, no stamps):
(Print/type name and title):.
WITNESSED: (If a Corporation, by the secretary of the corporation)
BY (sign name, no stamps):
(Print/type name and title):
Subscribed and sworn to before me
this
day of
20
Notary Public of the State
of
My commission expires
(Seal)
Page 7 of 7
State of New Jersey
County of
SS:
NON-COLLUSION AFFIDAVIT
Phase 1 Stabilization
at the Robert Marshall House
I,
of the
in the County of
and the State of
of full age, being duly sworn according to law on my oath depose and say
that:
I am
of the firm of
the bidder making the Proposal for the above named project, and I executed the said Proposal with full authority so to do; said bidder
has not, directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action to restraint of
free, competitive bidding in connection with the above named project; and all statements contained in said Proposal and in this
affidavit are true and accurate, and made with full knowledge that the Owner and/or the State of New Jersey relies upon the truth of the
statements contained in said Proposal and in this affidavit in awarding the contract for the said project.
I further warrant that no person or selling agency has been employed or retained to solicit or secure
such contract upon an agreement or understanding for a commission, percentage, brokerage or contingent fee, except bona fide
employees or bona fide established commercial or selling agencies maintained by
(N.J.S.A.52:34-15)
(Name of Contractor)
Signature
Type or print name of affiant.
Subscribed and sworn to before me,
this
day of
Notary (Affix Seal and Stamp)
Date
THIS FORM MUST BE COMPLETED AND SUBMITTED WITH YOUR PROPOSAL.
CORPORATE DISCLOSURE STATEMENT
The Township of Gloucester has chosen to voluntarily comply with Chapter 33 of the Public Laws of 1977
(N.J.S.A. 52:25-24.2), which provides in pertinent part that no partnership or corporation shall be awarded any State,
County, Municipal or School District Contract for the performance of any work or the furnishing of any materials or
supplies unless prior to the receipt of the bid or accompanying the bid of said partnership or corporation, there is
submitted a statement containing the following information:
1. If the bidder is a partnership, then the statement shall set forth the names and addresses
of all partners who own a 10% or greater interest in the partnership.
2. If the bidder is a corporation, then the statement shall set forth the names and addresses
of all stockholders in the corporation who own 10% or more of its stock of any class.
3. If a corporation owns all or part of any stock of the corporation or partnership submitting
the bid, then the statement shall include a list of the stockholders who own 10% or more of the stock of any class of that
corporation.
BIDDER MUST COMPLETE ONE OF THE FOLLOWING STATEMENTS:
I. Stockholders or Partners owning 10% or more of the company submitting:
NAME
Signature
Date
Signature
Date
ADDRESS
II. No Stockholder or Partner owns 10% or more of the company submitting bid:
Signature
Date
III. Bid is being submitted by an individual who operates as a sole proprietorship:
Signature
Date
THIS FORM MUST BE COMPLETED AND SUBMITTED WITH YOUR PROPOSAL.
List of Subcontractors
General Contractor:
By signing below, the bidder hereby acknowledges that the following subcontractors will be utilized for the following
trades on the Phase 1 Stabilization of the Robert Marshall House:
Name:
Address:
Role in Project:
Name:
Address:
--- Document: Notice to Bidders for Excess Worker’s Compensation ---
TOWNSHIP OF GLOUCESTER
COUNTY OF CAMDEN, NEW JERSEY
NOTICE TO BIDDERS
NOTICE is hereby given that sealed proposals for the purchase of
1.
EXCESS WORKERS’ COMPENSATION INSURANCE
SPECIFICATIONS can be viewed on our web page at glotwp@glotwp.com
BID SPECIFICATION NUMBER:
Adm 12-02
Will be received no later than 11:00 A.M. on December 19, 2012 at the Municipal Building, 1261 Chews
Landing Road, Laurel Springs, N.J. 08012.
PROPOSALS must be addressed to the Township Clerks Office, Township of Gloucester, P.O. Box 8,
Blackwood, NJ 08012 and must clearly state RFP Excess Workers Compensation, and will be opened
and read publicly at the above time and date, and should be in sealed envelopes.
PROPOSAL FORMS, instructions to bidders, specifications and other bidding documents may be
examined or obtained at the office of the Township Clerk, Gloucester Township Municipal Building, 1261
Chews Landing Road, Laurel Springs, N.J. 08012.
THE Township Council reserves the right to reject any or all proposals in whole or in part, and to waive
such informalities as may be permitted by law.
BIDDERS are required to comply with the required of P.L. 1975, Chapter 127, and P.L. 1977, Chapter 33
INFORMATION on Affirmative Action Program requirements is available at the Office of the Township
Clerk.
--- Document: RFP – Excess Workmen’s Compensation ---
REQUEST FOR PROPOSAL
FOR
EXCESS WORKERS’ COMPENSATION
PREPARED BY:
TOWNSHIP OF GLOUCESTER
P. O. Box 8
Blackwood, N. J. 08012
RFP:
ADM. 12-02
ISSUED:
November 28, 2012
DUE DATE: December 19, 2012
REQUEST FOR PROPOSALS FOR REINSURANCE OF
EXCESS WORKERS’ COMPENSATION
----------------------------------------------------------------------------------------------------------------
PART I
1.0
PURPOSE
The reason for this Request for Proposals is to obtain competitive proposals for:
The Township of Gloucester for Excess Workers’ Compensation. Required coverage is
for all eligible Township of Gloucester and Gloucester Township Municipal Utilities
Authority employees who are eligible to receive Workers' Compensation Benefits.
This Request for Proposals does not constitute a bid. The Township intends to award this
contract pursuant to N.J.S.A. 40A: 11-5 (1) (m).
2.0
BACKGROUND INFORMATION
Historical loss and payroll information can be obtained by contacting Thomas C. Cardis,
BA, Township of Gloucester 856-228-4000
3.0
COMPLIANCE WITH LAWS
The successful firm shall comply with all applicable federal, state and local statutes,
rules and regulations.
4.0 SUBMISSION OF PROPOSALS
Two (2) copies of the Proposal, INCLUSIVE OF ALL INFORMATION required in Part
II Proposal Requirements, must be provided to the Township Clerks Office, Township
of Gloucester, 1261 Chews Landing Road, P. O. Box 8, Blackwood, N. J. 08012.
Proposals are scheduled to be opened on December 19, 2012 at 11A.M. Any proposals
received after said opening whether by mail or otherwise, will be returned unopened.
Proposals should be provided in a sealed envelope with the title of the RFP
Workers' Comp. clearly marked on the outside. It is recommended that each proposal
package be hand delivered. The Township assumes no responsibility for delays in any
form of carrier, mail, or delivery service causing the proposal to be received after the
above referenced due date and time. Submission by fax or telephone is NOT
PERMITTED.
Each set of proposals must have a cover sheet, duly signed with corporate seal impressed,
if applicable. By execution of this cover sheet, offeror acknowledges that he/she has read
this Request for Proposals, understands it, and agrees, to be bound by its terms and
conditions.
Final selection of firms shall be made by the Township of Gloucester by formal
resolution.
4.1
Addenda/Supplements to Request for Proposals.
If it becomes necessary to revise any part of this Request For Proposals, or if additional
information is necessary to enable an exact interpretation of provisions of this Request for
Proposals, revisions will be provided to all firms who receive or request this Request for
Proposals.
5.0
INDEMNIFICATION
The selected firm shall defend, indemnify and hold harmless the Township, its officers,
agents and employees from any and all claims and costs of any nature whether for
personal injury, property damage or other liability arising out of or in any way
connected with the firm's negligent acts or omissions under this agreement.
6.0
MISCELLANEOUS REQUIREMENTS
1.
Gloucester Township will not be responsible for any expenses incurred by any
firm in preparing and submitting a proposal. All proposals shall provide a
straightforward, concise delineation of the firm's capabilities to satisfy the
requirements of this Request for Proposals. Emphasis should be on completeness
and clarity of content.
2.
The contents of the proposal submitted by the successful firm and this Request for
Proposals, your response thereto, or both, in whole or in part, may become part of
the contract for these services. The successful firm will be expected to sign said
contract with the Township of Gloucester.
3.
All offerors are required to provide complete information as requested in the
Request for Proposals, to permit evaluation by the Selection Committee.
4.
Gloucester Township reserves the right to make on-site visitations to assess the
capabilities of individual offerors and to contact references provided with the
proposal.
5.
The Township's Business Administrator may arrange for discussions with offerors
submitting proposals, if required, for the purposes of obtaining additional
information or clarifications.
6.
The Township's Business Administrator and using agency shall, at all times, have
access to the work being performed under this contract wherever it may be in
progress or preparation.
7.
No services for which an additional cost be charged by the contractor(s) shall be
furnished without an authorizing resolution of the Township Council of the
Township of Gloucester.
8.
The Township of Gloucester reserves the right to reject any and all proposals
received by reason of this Request for Proposals, or to negotiate separately in any
manner necessary to serve the best interests of Gloucester Township. Firms
whose proposals are not accepted will be notified in writing.
9.
Any selected firm is prohibited from assigning, transferring, conveying, subletting
or otherwise disposing of this agreement or its rights, title, or interest therein or its
power to execute such agreement to any other person, company or corporation
without the previous consent and approval in writing by the Township of
Gloucester.
10.
The firm shall be required to comply with the requirements of P.L. 1995, C.127
(see attached affirmative action language) and submit an employee information
report or certificate of employee information report approval. This requirement
will be addressed upon execution of agreement.
11.
As required by N.J.S.A. 40A:11-15, our contract for services is subject to the
availability and appropriation of sufficient funds for this purpose in each year in
which any agreement authorized hereby is in effect.
12.
The underwriting information contained herein is believed to be accurate, but
cannot be warranted as such. It is incumbent upon each proposer to make such
inquiries relative to exposures as necessary to present a firm quotation. The
Township of Gloucester shall not be held liable for errors or omissions contained
herein.
13.
It is assumed that all insurers will have made such investigations or inspections as
required to be fully informed as to the intent and character of the exposures to be
covered. No proposal will be accepted if made on a "subject to inspection" basis.
14.
Brokers are requested to specify the method of premium payment on all policies.
Interest free monthly payment plans are desired.
15.
The offeror and the insuring company must be licensed and authorized to transact
business in the State of New Jersey. Non-admitted carriers shall be considered if
the proposal is submitted by a licensed excess and surplus lines broker.
16.
Any notice required herein given to the Township shall be given to: Thomas C.
Cardis, Business Administrator, Township of Gloucester, P. O. Box 8,
Blackwood, N. J. 08012.
7.0
EVALUATION OF PROPOSALS:
SELECTION FACTORS QUALIFICATIONS
The RFP Committee will independently evaluate each submission and selection will be
made upon the criteria listed below:
1.
Proven record of experience in providing services/policies detailed herein.
2.
Ability to provide services/policies in a competent and timely manner.
3.
Personnel qualifications (Resumes of key personnel who will be responsible for
the work.)
4.
References (satisfaction of other clients)
5.
Overall completeness, clarity and quality of submission.
6.
Substantive nature of services/policies as proposed.
7.
Acceptability of proposed Administrator by the proposed re-insurer.
8.
Cost of services (i.e., price proposal)
THIS REQUEST FOR PROPOSALS DOES NOT CONSTITUTE A BID. THE
TOWNSHIP INTENDS TO AWARD THIS CONTRACT PURSUANT TO N.J.S.A.
40A:11-5(1)(m).
PART II
PROPOSAL REQUIREMENTS
Offerors are requested to propose Services for Excess Workers' Compensation for the
Township of Gloucester.
FORMAT
To assure consistency, responses must conform to the following format:
COVER LETTER
TABLE OF CONTENTS
SECTION
PHASE I
PHASE II
A. Scope of Service
A. Fees
B. Resume
B. Form of Contract
C. Facilities
D. Conflicts of Interest
E. Other Information
All sections are to be addressed and specifically referenced.
The following explains what we expect in each of the major sections.
PHASE I
SECTION A -1 - SCOPE OF SERVICES - EXCESS INSURANCE
The Township of Gloucester is requesting a quotation for excess of Self-Funded Statutory
Workers' Compensation. A specimen copy of each policy exactly as to be written including all
endorsements must be submitted.
1.
All parties submitting a proposal for the insurance coverage must provide a quote on a
policy with the following specifications:
.
Statutory New Jersey Workers' Compensation coverage.
.
Employers Liability at $1,000,000 per occurrence.
.
Subject to a self-insured retention of $500,000.00
.
Include "volunteers" as insured.
.
Optional "Cash Flow" endorsement
2.
The name insured on all policies shall read as follows: "The Township of Gloucester,
its Officials, Agents and Employees".
RFP WORKERS’ COMPENSATION
ATTACHMENT A
1.
The specific Excess Workers' Compensation policy will insure the Township for
Statutory
Workers' Compensation in excess of $500,000 Self Insured Retention per occurrence for any
individual accident or catastrophe, and a $1,000,000 limit for Employer's Liability. Further such
policy shall have an A.M. Best rating of not less than A-VIII.
2.
In the event the same respondent to this RFP provides both the administration services
and the reinsurance, and the policy of insurance is canceled by the excess insurance
carrier during the pendency of this contract, then the effective date of the cancellation of
that insurance shall be the effective date of the cancellation of this contract, unless the
administrator procures a replacement policy of excess insurance providing the
Township with a coverage at least equal to the limits herein above set forth.
SECTION B - RESUME
This section shall address areas as outlined:
1.
Name and address of your firm and the corporate officer authorized to execute
agreements.
2.
Briefly describe your firm's history, ownership, organizational structure, location of its
management, and licenses to do business in the State of New Jersey.
3.
Describe in general your firm's regional, statewide, and local service capabilities.
4.
Provide and identify the names, experience, qualifications, and applicable licenses held
by the individual primarily responsible for servicing the Township and any other
person(s) whether as employees or subcontractors, with specialized skills that would be
assigned to service the Township.
5.
Provide a listing of local governmental clients with which you have similar contracts;
include the name, address and telephone number of the contact person.
6.
Provide your firm's insurance coverage as set forth in Part I, Section 5 of this RFP.
7.
Provide a statement of assurance to the effect that your firm is not currently in violation
of any regulatory rules and regulations that may have an impact on your firm's
operations.
SECTION C - FACILITIES
This section should address areas as outlined:
1. OFFICE LOCATIONS
a..
For your firm's facilities which are located closest to Gloucester
Township, New Jersey provide:
(a) The Location
(b) Firm personnel assigned to this location.
(c) The activities of the firm performed at this location.
b.
For those facilities and activities located elsewhere, please explain the
activities performed elsewhere and why these are best performed at a
different office. Firms where all activities are performed at one location
should leave this paragraph blank.
SECTION D - CONFLICT OF INTEREST
This section should disclose any potential conflicts of interest that the firm may have in
performing these services for Gloucester Township.
SECTION E - OTHER INFORMATION
This section is for any further pertinent data and information not included elsewhere in
the RFP and found necessary by your firm.
--- Document: Professional Services RFQ 2012 ---
SCHEDULE “A”
1.
PROFESSIONAL SERVICES CONTRACTS TO BE AWARDED BY
ESTABLISHED QUALIFICATION CRITERIA
The Township of Gloucester solicits statements of qualifications for applicants for appointment
to the following professional positions. Responses should address the general criteria and
mandatory minimum criteria for the positions sought. All responses will be treated as
confidential and reviewed only by the governing body, unless otherwise required by law.
Responses must be received in the Office of the Township Clerk, P.O. Box 8, 1261 Chews
Landing Road, Blackwood, NJ 08012, no later than 12:00 PM Wednesday December 12, 2012.
The Township requires two copies of each response as well as one response on disc. All
responses shall be opened and announced publicly, immediately thereafter by the Township
Clerk or her representative. Responses will be reviewed by the governing body. All
appointments will be announced at a public meeting. Unless otherwise noted appointments shall
be for the calendar year of 2013 and subject to the execution of an appropriate contract.
MUNCICPAL LABOR NEGOTIATIONS
GENERAL CRITERIA: The Township of Gloucester desires to appoint an attorney or firm
who will be the Township’s primary representative in all matters relating to labor relations.
Applicants should demonstrate knowledge of and experience in the representation of public
employers. Any experience or knowledge of matters that directly affect the Township of
Gloucester should be addressed.
MANDATORY MINIMUM REQUIREMENTS:
1. Must be licensed to practice law in the State of New Jersey and eligible to appear before all
state and federal courts and administrative agencies of the State of New Jersey for the period of
not less than ten(10) years preceding appointment.
2. Must have a minimum of ten(10) years experience representing public employers in labor
relation matters.
3. Must have sufficient support staff to provide all services required by the Township including,
but not limited to, legal research, preparation of legal memoranda, contracts and other legal
documents.
4. Must maintain a bonafide principal office in the State of New Jersey.
5. Must list past and present public employers represented as Labor Attorney
MUNICIPAL LABOR COUNCIL
GENERAL CRITERIA: The Township of Gloucester desires to appoint an attorney or firm
who will be the Township’s primary representative in all matters relating to labor relations.
Applicants should demonstrate knowledge of and experience in the representation of public
employers. Any experience or knowledge of matters that directly affect the Township of
Gloucester should be addressed.
MANDATORY MINIMUM REQUIREMENTS:
1. Must be licensed to practice law in the State of New Jersey and eligible to appear before all
state and federal courts and administrative agencies of the State of New Jersey for a period of not
less than ten(10) years preceding appointment.
2. Must have a minimum of ten(10) years experience representing public employers in labor
relation matters.
3. Must have sufficient support staff to provide all services required by the Township including,
but not limited to, legal research, preparation of legal memoranda, contracts and other legal
documents.
4. Must maintain a bonafide principal office in the State of New Jersey.
5. Must list past and present public employers represented as Labor Counsel.
MUNICIPAL BOND COUNSEL
GENERAL CRITERIA: The Township of Gloucester desires to appoint an attorney or firm
who will be the primary legal representative of the Township in all matters relating to the
issuance of public debt instruments including bonds and bond anticipation notes of the
Township. Applicant should demonstrate knowledge of municipal bond and finance law. Any
experience or knowledge of matters that directly affect the Township of Gloucester should be
addressed.
MANDATORY MINIMUM REQUIREMENTS:
1. Must be licensed to practice law in the State of New Jersey and eligible to appear before all
state and federal courts and administrative offices of the State of New Jersey for a period of not
less than ten(10) years preceding appointment.
2. Must have a minimum of ten(10) years experience representing municipal entities in
connection with the approval of bond ordinances and the issuance of municipal bonds and/or
notes.
3. Must maintain a bonafide office in the State of New Jersey.
4. Must have sufficient support staff to provide all services required by the Township including,
but not limited to, the preparation of all documents necessary and incidental to the issuance of
bonds and other municipal obligations.
5. Must list past and present public entities represented as Bond Counsel.
MUNICIPAL AUDITOR
GENERAL CRITERIA: The Township of Gloucester desires to appoint a firm of certified
public accountants to act as municipal auditors for the Township of Gloucester. Applicant should
demonstrate knowledge of municipal auditing laws and regulations and experience in providing
advice to municipal entities on records compliance issues. Any experience or knowledge of
matters that directly affect the Township of Gloucester should be addressed.
MANDATORY MINIMUM REQUIREMENTS:
1. The firm must employ a minimum of two(2) certified public accountants who have been
licensed in that capacity for a period of not less than three(3) years each prior to the date of
appointments.
2. The firm must employ a minimum of one(1) registered municipal accountants licensed and
qualified in that capacity for a minimum of three(3) years each prior to the appointment.
3. Must have a minimum of ten(10) years experience in providing auditing services to
municipalities within the State of New Jersey.
4. Must maintain a current principal office within the State of New Jersey.
5. Must describe any special services available to municipal clients.
6. Must list all past and present municipal clients.
ECONOMIC DEVELOPMENT CONSULTANT
A
PURPOSE:
The purpose of this Request for Proposals is to solicit interest from
qualified firms to provide professional economic development services to the Gloucester
Township Economic Development Corporation. A qualified firm will be selected through
a competitive, quality-based, fair and open process at the sole discretion of the Township.
B
PROCEDURES FOR RESPONDING TO THIS REQUEST FOR PROPOSALS:
(1) Three(3) Copies of the proposal, inclusive of all information required at Section D
hereof, shall be provided. Proposals must be submitted to the Township of Gloucester
1261 Chews Landing Road, Gloucester Township, NJ 08012 on or before the
deadline listed above. Any proposals received after said deadline, whether by mail or
otherwise, will be deemed non-responsive. No proposals will be accepted after the
date set forth above. Proposals must be submitted in a sealed envelope with the
name of the firm or individual submitting the proposal clearly marked on the outside
of the envelope. It is recommended that the proposal package be hand-delivered.
The Township assumes no responsibility for delays in any form of carrier, mail, or
delivery service causing the proposal to be received after the above-referenced due
date and time. Submission by fax, telephone, or e-mail is not permitted. The
Township Council shall seek and secure a recommendation from the Gloucester
Township Economic Development Corporation on the selection of the most qualified
firm for this service. The final selection shall be made in the sole discretion of the
Gloucester Township Council.
(2) All questions regarding this Request for Proposals should be made in writing to
Rosemary DiJosie, Township Clerk, Township of Gloucester, 1261 Chews Landing
Road, Laurel Springs, NJ 08021.
C
CRITERIA FOR EVALUATION OF PROPOSALS:
The Gloucester Township
Economic Development Corporation will serve as the proposal review committee for this
request for proposals and shall provide a recommendation for the selection of the
consultant to the Gloucester Township Committee based upon the following criteria:
(1) Experience and reputation in the field of economic development;
(2) Knowledge of the economic conditions of the Township of Gloucester;
(3) Knowledge of the Township, its economic development programs, plans and
activities;
(4) Availability to attend required meetings and to meet with prospects and local
businesses;
(5) Compensation proposal;
(6) Compliance with the minimum qualifications established by the Gloucester Township
Economic Development Corporation and the Township for this service;
(7) Other factors determined to be in the best interest of the Township.
D
PROPOSAL REQUIREMENTS: The Township is requesting proposals for Economic
Development Consultant which shall include the following:
(1) Scope of Services
(2) Resume of the Firm
(3) Facilities
(4) Conflict of Interest Statement
(5) Compensation
SCOPE OF SERVICE - The Township is seeking a highly qualified and experienced Economic
Development firm to provide economic development planning, program management, project
development, marketing, financial structuring and communications for a comprehensive
economic development program that will create new employment opportunities, expand the
township tax base, assist on the planning and development of redevelopment areas and marketing
of the township to prospective businesses interest in location and expanding into and within the
Township.
RESUME – The responding firm shall include a resume of the principal that will provide the
services to the Township that includes the following:
(1) Name and address of your firm and the corporate officer authorized to execute
agreements;
(2) A brief description of your firm’s history, ownership, and organizational structure.
(3) A listing of the principal’s economic development experience, skills, training and
certifications:
(4) A listing of local governmental clients with which you have similar contracts; include
the name, address and telephone number of the contact person.
(5) A statement of your firm’s insurance coverage including general liability, automotive,
workers compensation at a minimum. A certificate of insurance will be required
evidences such coverage upon the execution of a contract.
(6) A statement of assurance to the effect that your firm is not currently in violations of
any regulatory rules or regulations that may have an impact on your firm’s operations.
Conflict of Interest – Disclosure of any potential conflicts of interest that the firm may
have in performing these services for the Township of Gloucester and/or the Gloucester
Township Economic Development Corporation
E
COMPLIANCE – In addition, all proposals shall with P.L. 177, c.33 requiring
submission of a statement of corporate ownership, N.J.S.A. 52:32-44 requiring
submission of a New Jersey Business Registration Certificate; and with P.L. 175,c.127
and N.J.A.C. 17:27-1 et seq., requiring compliance with Equal Employment Opportunity
and Affirmative Action Laws, and the proof of compliance therewith.
F
RESERVATION OF RIGHT: The Township reserves the right to reject any and all
proposals, in whole or in part, and to waive any immaterial defect or informality in any
proposal as may be permitted by law.
PLANNING BOARD ATTORNEY
GENERAL CRITERIA: The Township of Gloucester desires to appoint a planning board
attorney. Applicants should demonstrate knowledge of general New Jersey Municipal Land Use
Law, New Jersey Redevelopment Law and Municipal Contract Law. Any experience or
knowledge of matters directly affecting the Township of Gloucester should be addressed.
MANDATORY MINIMUM REQUIREMENTS:
1. Must be licensed to practice law in the State of New Jersey for a period of not less than
ten(10) years preceding the proposed appointment, and eligible to appear before all state and
federal courts in New Jersey, as well as New Jersey administrative agencies and the Office of
Administrative Law.
2. Must have a minimum of seven(7) years experience in the general representation of
municipal planning boards.
3. Must list past and present municipal planning boards represented.
4. Must maintain a bonafide principal office in the State of New Jersey.
5. Must have sufficient support staff available to provide all general legal services required by
the township including, but not limited to, legal research, preparation of resolutions,
preparation of ordinances, preparation of contracts and other legal documents.
PLANNING BOARD ENGINEER
GENERAL CRITERIA: The Township of Gloucester desires to appoint a firm or firms to
provide planning board engineering services to the Township. Applicants should demonstrate
knowledge and experience with respect to all aspects of planning engineering services required
by a municipal entity. Any experience or knowledge of matters that directly affect the Township
of Gloucester should be addressed.
MANDATORY MINIMUM REQUIREMENTS:
1. Must be certified to provide engineering services in the State of New Jersey
2. Must have a minimum of ten(10) years experience in providing services to municipal
planning boards
3. Must be experienced in obtaining permits and approvals from various state, county and local
regulatory agencies.
4. Must maintain a staff of New Jersey licensed or certified professionals sufficient to service
the Township of Gloucester including, but not limited to; civil engineers, land surveyors,
planners, environmental scientists and construction administrators.
5. Must maintain a principal office location in close proximity to Gloucester Township so as to
be able to respond to emergent matters promptly.
6. Must have project managers with at least fifteen(15) years of municipal experience.
7. Must list past and present municipalities served as Planning Board Engineer
PLANNING BOARD CONFLICT ENGINEER
GENERAL CRITERIA: The Township of Gloucester desires to appoint a firm or firms to
provide planning conflict engineering services to the Township. Applicants should demonstrate
knowledge and experience with respect to all aspects of planning conflict engineering services
required by a municipal entity. Any experience or knowledge of matters that directly affect the
Township of Gloucester should be addressed.
MANDATORY MINIMUM REQUIREMENTS:
1. Must be certified to provide planning conflict engineering services in the State of New Jersey
2. Must have a minimum of ten(10) years experience in providing services to municipal
planning boards
3. Must be experienced in obtaining permits and approvals from various state, county and local
regulatory agencies.
4. Must maintain a staff of New Jersey licensed or certified professionals sufficient to service
the Township of Gloucester including, but not limited to; civil engineers, land surveyors,
planners, environmental scientists and construction administrators.
5. Must maintain a principal office location in close proximity to Gloucester Township so as to
be able to respond to emergent matters promptly.
6. Must have project managers with at least fifteen(15) years of municipal experience.
7. Must list past and present municipalities served as Planning Conflict Engineer
ZONING BOARD ATTORNEY
GENERAL CRITERIA: The Township of Gloucester desires to appoint a zoning board
attorney. Applicants should demonstrate knowledge of general New Jersey municipal zoning
law, New Jersey redevelopment law and municipal contract law. Any experience or knowledge
of matters directly affecting the Township of Gloucester should be addressed.
MANADATORY MINIMUM REQUIREMENTS:
1. Must be licensed to practice law in the State of New Jersey for a period of not less than
ten(10) years preceding the proposed appointment, and eligible to appear before all state and
federal courts in New Jersey, as well as New Jersey administrative agencies and the Office of
Administrative Law.
2. Must have a minimum of seven(7) years experience in the general representation of municipal
zoning boards.
3. Must list past and present municipal zoning boards represented.
4. Must maintain a bonafide principal office in the State of New Jersey.
5. Must have sufficient support staff available to provide all general legal services required by
the Township including, but not limited to, legal research, preparation of resolutions, preparation
of ordinances, preparation of contracts and other legal documents.
ZONING BOARD ENGINEERS
GENERAL CRITERIA: The Township of Gloucester desires to appoint a firm or firms to
provide zoning board engineering services to the Township. Applicants should demonstrate
knowledge and experience with respect to all aspects of zoning engineering services required by
a municipal entity. Any experience or knowledge of matters that directly affect the Township of
Gloucester should be addressed.
MANDATORY MINIMUM REQUIREMENTS:
1. Must be certified to provide engineering services in the State of New Jersey
2. Must have a minimum of ten(10) years experience in providing services to municipal zoning
boards
3. Must be experienced in obtaining permits and approvals from various state, county and local
regulatory agencies.
4. Must maintain a staff of New Jersey licensed or certified professionals sufficient to service
the Township of Gloucester including, but not limited to; civil engineers, land surveyors,
planners, environmental scientists and construction administrators.
5. Must maintain a principal office location in close proximity to Gloucester Township so as to
be able to respond to emergent matters promptly.
6. Must have project managers with at least fifteen(15) years of municipal experience.
7. Must list past and present municipalities served as Zoning Board Engineer
MUNICIPAL ENGINEER
GENERAL CRITERIA: The Township of Gloucester desires to appoint a firm or firms to
provide engineering services to the Township. Applicants should demonstrate knowledge and
experience with respect to all aspects of engineering services required by a municipal entity.
Any experience or knowledge of matters that directly affect the Township of Gloucester should
be addressed.
MANDATORY MINIMUM REQUIREMENTS:
1. Must be certified to provide engineering services in the State of New Jersey.
2. Must have a minimum of ten(10) years experience in providing consulting services to
municipalities including demonstrated experience with road programs, drainage improvement
projects, combined sewer projects, utility upgrades and replacement, public building
improvement programs, recreational facilities, land surveying and mapping projects.
3. Must be experienced in obtaining permits and approvals from various state, county and local
regulatory agencies with specific experience related to waterfront development permits and
Brownfield sites preferred.
4. Must maintain a staff of New Jersey licensed or certified professionals sufficient to service
the Township of Gloucester including, but not limited to: civil engineers, land surveyors,
planner’s environmental scientists and construction administrators.
5. Must maintain a principal office location in close proximity to Gloucester Township so as to
be able to respond to emergent matters promptly.
6. Must be experienced in the preparation of grant applications.
7. Must have project managers with at least fifteen(15) years of municipal experience.
8. Must list past and present municipalities served as Engineer.
ENGINEER – SIDEWALKS
GENERAL CRITERIA: The Township of Gloucester desires to appoint a firm or firms to
provide engineering for sidewalk services to the Township. Applicants should demonstrate
knowledge and experience with respect to all aspects of engineering services required by a
municipal entity. Any experience or knowledge of matters that directly affect the Township of
Gloucester should be addressed.
MANDATORY MINIMUM REQUIREMENTS:
1. Must be certified to provide engineering services in the State of New Jersey.
2. Must have a minimum of ten(10) years experience in providing consulting services to
municipalities including demonstrated experience with sidewalk installation, land surveying and
mapping projects.
3. Must be experienced in obtaining permits and approvals from various state, county and local
regulatory agencies with specific experienced related to waterfront development permits and
Brownfield sites preferred.
4. Must maintain a staff of New Jersey licensed or certified professionals sufficient to service
the Township of Gloucester including, but not limited to: civil engineers, land surveyors,
planners, environmental scientists and construction administrators.
5. Must maintain a principal office location in close proximity to Gloucester Township so as to
be able to respond to emergent matters promptly.
6. Must be experienced in the preparation of grant applications.
7. Must have project managers with at least fifteen(15) years of municipal experience.
8. Must list past and present municipalities served as Engineer.
ENGINEER – STREETS
GENERAL CRITERIA: The Township of Gloucester desires to appoint a firm or firms to
provide engineering for street improvement services to the Township. Applicants should
demonstrate knowledge and experience with respect to all aspects of engineering services
required by a municipal entity. Any experience or knowledge of matters that directly affect the
Township of Gloucester should be addressed.
MANDATORY MINIMUM REQUIREMENTS:
1. Must be certified to provide engineering services in the State of New Jersey.
2. Must have a minimum of ten(10) years experience in providing consulting services to
municipalities including demonstrated experience with road programs and land surveying and
mapping projects.
3. Must be experienced in obtaining permits and approvals from various state, county and local
regulatory agencies with specific experience related to waterfront development permits and
Brownfield sites preferred.
4. Must maintain a staff of New Jersey licensed or certified professionals sufficient to service
the Township of Gloucester including, but not limited to: civil engineers, land surveyors,
planners, environmental scientists and construction administrators.
5. Must maintain a principal office location in close proximity to Gloucester Township so as to
be able to respond to emergent matters promptly.
6. Must be experienced in the preparation of grant applications.
7. Must have project managers with at least fifteen(15) years of municipal experience.
8. Must list past and present municipalities served as Engineer.
ENGINEER - STORM DRAINAGE
GENERAL CRITERIA: The Township of Gloucester desires to appoint a firm or firms to
provide engineering storm drainage services to the Township. Applicants should demonstrate
knowledge and experience with respect to all aspects of engineering services required by a
municipal entity. Any experience or knowledge of matters that directly affect the Township of
Gloucester should be addressed.
MANDATORY MINIMUM REQUIREMENTS:
1. Must be certified to provide engineering services in the State of New Jersey.
2. Must have a minimum of ten(10) years experience in providing consulting services to
municipalities including demonstrated experience with drainage improvement projects, sewer
projects, utility upgrades and replacement land surveying and mapping projects.
3. Must be experienced in obtaining permits and approvals from various state, county and local
regulatory agencies with specific experience related to waterfront development permits and
Brownfield sites preferred.
4. Must maintain a staff of New Jersey licensed or certified professionals sufficient to service
the Township of Gloucester including, but not limited to: civil engineers, land surveyors,
planners, environmental scientists and construction administrators.
5. Must maintain a principal office location in close proximity to Gloucester Township so as to
be able to respond to emergent matters promptly.
6. Must be experienced in the preparation of grant applications.
7. Must have project managers with at least fifteen(15) years of municipal experience.
8. Must list past and present municipalities served as Engineer
ENGINEER – RECREATION
GENERAL CRITERIA: The Township of Gloucester desires to appoint a firm or firms to
provide engineering services to the Township. Applicants should demonstrate knowledge and
experience with respect to all aspects of engineering services required by a municipal entity.
Any experience or knowledge of matters that directly affect the Township of Gloucester should
be addressed.
MANDATORY MINIMUM REQUIREMENTS
1. Must be certified to provide engineering services in the State of New Jersey.
2. Must have a minimum of ten(10) years experience in providing consulting services to
municipalities including demonstrated experience with recreational facilities and land surveying
and mapping projects.
3. Must be experienced in obtaining permits and approvals from various state, county and local
regulatory agencies with specific experience related to waterfront development permits and
Brownfield sites preferred.
4. Must maintain a staff of New Jersey licensed or certified professionals sufficient to service
the Township of Gloucester including, but not limited to: civil engineers, land surveyors,
planners, environmental scientists and construction administrators.
5. Must maintain a principal office location in close proximity to Gloucester Township so as to
be able to respond to emergent matters promptly.
6. Must be experienced in the preparation of grant applications.
7. Must have project managers with at least fifteen(15) years of municipal experience.
8. Must list past and present municipalities served as Engineer.
SPECIAL COUNSEL, WORKERS COMPENSATION INSURANCE PLAN:
GENERAL CRITERIA: The Township of Gloucester desires to appoint a New Jersey licensed
attorney or a firm of attorneys to represent the Township of Gloucester in the administration of
its Workers Compensation Self-Insurance Plan, specifically to represent the Township of
Gloucester as an employer in the Courts of Workers compensation in the State of New Jersey.
Applicants are encouraged to submit information demonstrating particular knowledge relating to
the representation of self-insured municipal governments in workers compensation actions. Any
experience or knowledge of matters directly affecting the Township of Gloucester should be
addressed.
MANDATORY MINIMUM REQUIREMENTS:
1. Must be licensed to practice law in the State of New Jersey and eligible to appear before all
state and federal courts and administrative offices of the State of New Jersey for a period of not
less than ten(10) years preceding appointment.
2. Must have a minimum of ten(10) years experience representing respondents in workers
compensation actions.
3. Must have a minimum of ten(10) years experience in representing municipal governments as
respondents in New Jersey workers compensation actions.
4. Must maintain a bonafide office in the State of New Jersey.
5. Must list past and present public entities represented in worker’s compensation matters.
COMPUTER AND COMPUTER NETWORK CONSULTANT:
GENERAL CRITERIA: The Township of Gloucester desires to appoint a Computer and
Computer Network consultant who will facilitate the Township’s need to maintain Township data
and records via computer network systems. Applicants should demonstrate experience and
knowledge in the field of computers, operating systems and networking especially with existing
systems operating within the Township of Gloucester.
STANDARD REQUIREMENTS OF TECHNICAL PROPOSAL: Proposers should submit a
technical proposal which contains the following:
A.
The name of the proposer, the principal place of business and, if different, the
place where the services will be provided;
B.
The age of the proposer’s firm and average number of employees over the past
three years;
C.
The education, certifications, qualifications, experience, and training of all
persons who would be assigned to provide services along with their names and
titles;
D.
A listing of all other engagements where services of the types being proposed
were provided. This should include other Municipal governments and other
levels of government. Contact information for the recipients of the similar
services must be provided. The Township of Gloucester may obtain references
from any of the parties listed;
E.
A description of all other areas of expertise of the proposer, with emphasis on a
description of those services of interest to a county or municipal government
client;
F.
A detailed plan for providing the proposed services;
G.
Proof of professional liability insurance;
H.
Proof of any necessary professional license or certification from the State of New
Jersey for all professionals assigned to the engagement;
I.
Statement that the firm has Workers’ Compensation and Employer’s Liability
Insurance in accordance with New Jersey law;
J.
Statement that neither the firm nor any individuals assigned to this engagement
are disbarred, suspended, or otherwise prohibited from professional practice by
Any federal, state, or local agency;
K.
A description of the proposer’s office location and an explanation of the
proposer’s availability for meetings, conferences, training and emergency
response at the Township of Gloucester’s facilities.
L.
An Affirmative Action Statement;
M.
A completed Non-Collusion Affidavit;
N.
A completed Owner Disclosure Statement;
O.
A statement that the proposer will comply with the General Terms and Conditions
required by the Township of Gloucester and enter into the Township of
Gloucester’s standard Professional Services Contract;
P.
A copy of the Proposer’s Business Registration Certificate.
Q.
A representation that all services will be performed within the United States
of America;
R.
A statement that the respondent has read the Americans with Disabilities language
that is part of the documents attached hereto and agrees that the provisions
of Title II of the Act are made part of the contract. The contractor is
obligated to comply with the Act and hold the Township of Gloucester harmless.
SPECIALIZED REQUIREMENTS OF TECHNICAL PROPOSAL:
A.
The proposer shall perform management maintenance, and security of the
Township of Gloucester’s network infrastructure.
B.
The proposer shall identify and recommend hardware and software operating
systems and upgrades for network and office technology.
C.
The proposer shall continue to maintain the consolidation and update of the
network to meet the protocols of the Township of Gloucester.
D.
The proposer shall provide remote monitoring services 24/7 on all key
network devices, monitoring key services such as but not limited to virus
scanning, data backup, and security intrusions.
E.
The proposer shall provide call center support with access to real time
phone support to handle all desktop issues.
F.
The proposer shall provide periodic security patch updates remotely for
the operating systems. These updates will occur during off business hours.
G.
The proposer shall provide onsite service to the Township of Gloucester
between the hours of 8:00 a.m. and 5:45 p.m. Monday through Thursday,
excluding public holidays.
H.
The proposer shall provide emergency repair service and maintenance outside the
normal working hours of the Township of Gloucester, defined as 8:00a.m. and
5:45 p.m. Monday through Thursday, excluding public holidays, which shall
include Saturdays and Sundays.
I.
The proposer shall troubleshoot problems with appropriate vendors and
maintenance of software from the application software providers.
Note: Supplemental information may be requested and an interview may be required.
COST PROPOSAL- Proposers should submit a cost proposal which would include any
proposed retainer, the services to be provided for the retainer, and hourly billing rates. The
Township of Gloucester does not provide payment for or reimbursement for travel expenses.
DISCUSSION WITH PROPOSERS- An oral presentation by a proposer to clarify a proposal
may be required at the sole discretion of the Township of Gloucester. However, the Township of
Gloucester may award a contract based on the initial proposals received with discussion with the
proposer. If oral presentations are required, they will be scheduled after the submission of
proposals. Proposer will not be compensated for making the presentation.
PROPOSAL EVALUATION- The Township of Gloucester will select the most advantageous
proposal based on all of the evaluation factors set forth at the end of this RFP. However, cost is
important to the Township of Gloucester. The Township of Gloucester may, if deemed useful,
attempt to negotiate an acceptable fee with the most qualified proposer. The Township of
Gloucester will make the award that is in the best interest of the Township of Gloucester based
on cost and other considerations.
Each proposal must satisfy the objectives and requirements detailed in this RFP. The features of
the proposal, considered together with its economic and other benefits, will form the basis for the
evaluation process.
The successful proposer shall be determined by an evaluation of the total content of the proposal
submitted. The Township of Gloucester reserves the right to:
a) Not select any of the proposals;
b) Select only portions of a particular proposer’s proposal for further consideration
(however, proposers may specify portions of the proposal that they consider “bundled”.);
c) Award a contract for the requested services at any time within 60 days of the selection
of the most advantageous proposal. Every proposal should be valid through this time
period.
The Township of Gloucester shall not be obligated to explain the results of the evaluation process
to any proposer.
The Township of Gloucester may require proposers to demonstrate any services described in
their proposal prior to award.
PROPOSAL LIMITATIONS- This RFP is not intended to be an offer, order or contract and
should not be regarded as such, nor shall any obligation or liability be imposed on the Township
of Gloucester by issuances of this RFP. The Township of Gloucester reserves the right at the
Township of Gloucester’s sole discretion to refuse any proposal submitted.
USE OF INFORMATION- Any specifications, drawings, sketches, models, samples, data,
computer programs, documentation, technical or business information and the
like(“Information”) furnishes or disclosed by the Township of Gloucester to the proposer in
connection with this RFP shall remain the property of the Township of Gloucester. When in
tangible form, all copies of such information shall be returned to the Township of Gloucester
upon request. Unless such information was previously known to the proposer, free of any
obligation to keep it confidential, or has been or is subsequently made public by the Township of
Gloucester or a third party, it shall be held in confidence by the proposer, shall be used only for
the purposes of this RFP, and may not be used for other purposed except upon such terms and
conditions as may be mutually agreed upon in writing.
GENERAL TERMS AND CONDITIONS –
A.
The Township of Gloucester reserves the right to reject any or all proposals, if
necessary, or to waive any informality in the proposals, and unless otherwise
specified by the proposer, to accept any item, items or services in the proposals
should it be deemed in the best interest of the Township of Gloucester to do so.
B.
In case of failure by the successful proposal, the Township of Gloucester may
procure the articles or services from other sources, deduct the cost of the
replacement from money due to the proposer under the contract, and hold the
proposer responsible for any excess cost occasioned thereby.
C.
The proposer or subcontractor, where applicable, shall be responsible for, shall
keep, save and hold the Township of Gloucester harmless from, shall indemnify
and shall defend the Township of Gloucester against any claim, loss, liability,
expense (specifically including but not limited to costs, counsel fees and/or
experts’ fees), or damage resulting from all mental or physical injuries or
disabilities, including death, to employees or recipients of the proposer’s services
or to any other persons, or from any damage to any property sustained in
connection with this contract which results from any acts or omissions, including
negligence or malpractice, of any of its officers, directors, employees, agents,
servants or independent contractors, or from the proposer’s failure to provide for
the safety and protection of its employees, or from proposer’s performance or
failure to perform pursuant to the terms and provisions of this contract. The
proposer’s liability under this agreement shall continue after the termination of
this agreement with respect to any liability, loss, expense or damage resulting
from acts occurring prior to termination.
D.
The proposer shall maintain sufficient insurance to protect against all claims
under Workmen’s Compensation, General Automobile Liability and shall be
subject to approval for adequacy of protection.
E.
Each proposal must be signed by the person authorized to do so.
F.
Where applicable, payments will be made upon approval of vouchers submitted
by the successful proposer in accordance with the requirements of the Township
of Gloucester and subject to the Township of Gloucester’s standard procedures.
G.
The Township of Gloucester is exempt from any State sales tax or Federal Excise
Tax. In submitting its proposal, the proposer certifies that its total base proposal
does not include any NJ State Sales Tax.
H.
The contract shall be in effect for one(1) year from date of award unless otherwise
stated.
I.
Proposals may be hand delivered or mailed consistent with the provisions of the
legal notice to proposers. In the case of mailed proposals, the Township of
Gloucester assumes no responsibility for proposals received after the designated
date and time and will return late proposals unopened.
J.
If awarded a contract, the successful bidder shall be required to comply with the
requirements of N.J.S.A. 10:5-31 et seq. And N.J.A.C. 17:27, and shall submit
evidence of appropriate affirmative action compliance prior to the execution of a
contract.
K.
All services shall be performed within the United States of America.
L.
All proposals submitted shall include in the price any applicable permits or fees
required by any other government entity that has jurisdiction to require the same.
M.
By submission of the proposal, the proposer certifies that the service to be
furnished will not infringe upon any valid patent, trademark or copyright and the
successful proposer shall, at its expense, defend any and all actions or suits
charging such infringement, and will save the Township of Gloucester harmless in
any case of any such infringement.
N.
No proposer shall influence or attempt to influence or cause to be influenced any
Township of Gloucester officer or employee to use his/her official capacity in any
manner which might tend to impair the objectivity or independence of judgment
or said officer or employee.
O.
No proposer shall cause or influence or attempt to cause or influence any
Township of Gloucester officer or employee to use his/her official capacity to
secure unwarranted privileges or advantages for the proposer or any other person.
ENERGY CONSULTANT
GENERAL CRITERIA: The Township of Gloucester desires to appoint a consultant
responsible for the coordination of various professional disciplines relating to energy efficiency
projects in the Township as needed and to provide general advice relative to energy conservation
initiatives. Applicants should demonstrate knowledge and experience in energy consulting and
its application in municipalities in New Jersey. Any experience involving municipalities in
Camden County should be addressed. Any experience or knowledge of matters directly affecting
energy projects in the Township of Gloucester should be addressed.
MANDATORY MINIMUM REQUIREMENTS:
1. Must have a minimum of two(2) years experience providing consulting services to municipal
governments in New Jersey relative to energy consultant work.
2. Must have prior experience obtaining grants and loans for municipal energy projects.
3. Must have prior experience and knowledge concerning general administration of public
entities.
4. Must maintain a bonafide principal office in the State of New Jersey.
5. Must list all past and present municipal clients.
MUNICIPAL COURT CHIEF PROSECUTOR
AND MUNICIPAL PROSECUTOR
GENERAL CRITERIA: The Township of Gloucester desires to appoint a chief prosecutor who
will be the chief legal representative of the State of New Jersey and the Township of Gloucester
in the prosecution of cases before the Municipal Court of the Township of Gloucester and to
appoint an additional prosecutor(s) who will serve at the direction of the chief prosecutor.
Applicants should demonstrate knowledge and experience in matters relating to prosecution
matters before the municipal courts of the State of New Jersey. Any experience or knowledge of
matters that directly affect the Township of Gloucester or its municipal court should be
addressed.
MANDATORY MINIMUM REQUIREMENTS:
1. Must be licensed to practice law in the State of New Jersey and eligible to appear before all
state and federal courts and administrative offices of the State of New Jersey for a period of not
less than ten(10) years preceding appointment.
2. Must have experience as a municipal court prosecutor.
3. Must provide a description of availability for municipal court sessions as scheduled in the
Township of Gloucester.
4. Must maintain a bonafide principal office in the State of New Jersey.
5. Must list other past and present municipal courts served as prosecutor.
MUNICIPAL PUBLIC DEFENDER
GENERAL CRITERIA: The Township of Gloucester desires to appoint an attorney at law who
will be the principal public defender for those who qualify for public defender services in the
Municipal court of the Township of Gloucester. Applicant should demonstrate knowledge and
experience in the defense of matters in the municipal courts of the State of New Jersey. Any
experience or knowledge of matters that directly affect the Township of Gloucester or its
municipal court should be addressed.
MANDATORY MINIMUM REQUIREMENTS:
1. Must be licensed to practice law in the State of New Jersey and eligible to appear before all
state and federal courts and administrative offices of the State of New Jersey for a period of not
less than ten(10) years preceding appointment.
2. Must have experience in the defense of persons before municipal courts of the State of New
Jersey.
3. Must have experience as a municipal public defender in the municipal courts of the State of
New Jersey.
4. Must maintain a bonafide principal office in the State of New Jersey.
FINANCIAL ADVISOR
GENERAL CRITERIA: The Township of Gloucester desires to appoint a financial advisor
who will assist the Township of Gloucester in the analysis of financial information with respect
to the issuance of bonds, notes and other obligations. Entities should demonstrate knowledge of
municipal finance law and financial practices with particular emphasis on the application of the
knowledge. Any experience or knowledge of matters that directly affect the Township of
Gloucester should be addressed.
MANDATORY MINIMUM REQUIREMENTS
1. Must have a minimum of ten(10) years experience providing financial advisory services to
municipal governments in New Jersey.
2. Must possess in depth experience in municipal bond transactions.
3. Must have a minimum of at least one(1) principal with at least a master’s degree in public
administration or equivalent.
4. Must maintain a bonafide office in the State of New Jersey.
5. Must list all past and present municipal clients.
REDEVELOPMENT PLANNER/ARCHITECT
GENERAL CRITERIA: The Township of Gloucester may from time to time, appoint a planner
and/or architect to provide general advice relative to redevelopment initiatives and to undertake
such other tasks as may advance redevelopment initiatives as determined by the Township
Council. Applicants should demonstrate knowledge and experience in redevelopment planning
and/or redevelopment architect projects and such other areas that may be of application to assist
redevelopment initiatives in municipalities in New Jersey. Any experience involving
municipalities in Camden County should be addressed. Any experience or knowledge of matters
directly affecting redevelopment initiatives in the Township of Gloucester should be addressed.
MANDATORY MINIMUM REQUIREMENTS
1. Must have a minimum of ten(10) years experience in redevelopment planning and/or architect
work in the State of New Jersey.
2. Must have prior experience providing redevelopment planning and/or architect work in New
Jersey municipalities.
3. Must have prior experience and knowledge concerning general administration of public
entities.
4. Any experience in matters involving the Township of Gloucester will be considered and must
be explained.
5. Must maintain a bonafide principal office in the State of New Jersey.
REDEVELOPMENT ENGINEER
GENERAL CRITERIA: The Township of Gloucester may from time to time, appoint an
engineer to provide general advice relative to redevelopment initiatives and to undertake such
other tasks as may advance redevelopment initiatives as determined by the Township Council.
Applicants should demonstrate knowledge and experience in redevelopment engineering projects
and such other areas that may be of application to assist redevelopment initiatives in
municipalities in New Jersey. Any experience involving municipalities in Camden County
should be addressed. Any experience or knowledge of matters directly affecting redevelopment
initiatives in the Township of Gloucester should be addressed.
MANDATORY MINIMUM REGUIREMENTS
1. Must have a minimum of ten(10) years experience in redevelopment engineering work in the
State of New Jersey.
2. Must have prior experience providing redevelopment engineering work in New Jersey
municipalities.
3. Must have prior experience and knowledge concerning general administration of public
entities.
4. Any experience in matters involving the Township of Gloucester will be considered and must
be explained.
5. Must maintain a bonafide principal office in the State of New Jersey.
MEDIA CONSULTANT
GENERAL CRITERIA: The Township of Gloucester may from time to time, appoint a media
consultant to provide public relations assistance. The successful candidate will need to
demonstrate experience with drafting press releases, creation of ad campaigns and the utilization
of social media. Any experience involving municipalities in Camden County should be
addressed
MANDATORY MINIMUM REGUIREMENTS:
1. Must have a minimum of two(2) years experience in media consulting work in the state of
New Jersey.
2. Must have prior experience providing media consultation for governmental entities.
3. Any experience in matters involving the Township of Gloucester will be considered and must
be explained.
4. Must maintain a bonafide principal office in the state of New Jersey
--- Document: Kiwanis Baseball Field Clubhouse Renovation ---
KIWANIS BASEBALL FIELD
CLUBHOUSE RENOVATION
TOWNSHIP OF GLOUCESTER
CAMDEN COUNTY
NEW JERSEY
Clubhouse Renovations
CLARIFICATION NUMBER 1
CLARIFICATION DATE: November 13, 2012
TO ALL PLAN HOLDERS AND PROSPECTIVE BIDDERS:
THE BID DEADLINE HAS BEEN EXTENDED:
NEW BID DATE:
Wednesday, November 21, 2012 at 10:00 A.M., Prevailing
Time. The Completion Date for the project has not changed
and shall remain March 1, 2013
All bids are being accepted at the Clerk's Office at the Municipal Building on or before the
Bid Deadline.
The following clarifications, additions, and deletions are made
SHEET E-1 NEW LIGHTS, CEILING GRID, AND TILES
Replace existing ceiling tile and grid (approximately 800 square feet) as shown on SK-1 (see
attached) with new 15/16" white grid and vinyl faced lay-in ceiling tiles. Also replace (8) existing
fluorescent fixtures with new 2 x 4 lay-in fluorescent fixtures with prismatic lenses.
SHEET A-1.0 GROUND FLOOR PLAN
Provide a new 2'-10" hollow metal frame and door at existing opening as shown on SK-1.
This clarification supplements and amends the original drawings and specifications, and shall be
considered fully as part of the contract documents. The information contained herein shall be used by the
Bidder for preparation of the proposal. Bidders must acknowledge receipt of this clarification as set forth
in the Bid Documents. Conflicting information is superceded.
ACKNOLWEDEGED BY:
NAME
DATE
END OF CLARIFICATION
COMPANY
P:\Gloucester Township GT2012-1 Kiwanis Ballfield\Arch\Construction Dwgs\GT2012-1 E-1 Circuit Plan.dwg, E1 CIRCUIT PLAN, 11/13/2012 10:46:43 AM,
Tracy Paci, Pettit Associates
LP-3
A6,8
$
B
B
4
A21 23
D
(8) NEW 2X4 Prismatic lense
LAY-IN FLUOR. Fixtures
2x4 Prismatic lense el
EXIST LOCATION
-NEW 2x4 GRID WITH
USG ORION 210
Climapius VINYL FACED
CEILING TILE
COR EQUALS
EXISTING
LIGHTING TO
REMAIN U.N.O.
K17,19
EXISTING
LIGHTING TO
REMAIN U.N.O.
•NEW 34" Metal
DOOR & Frane in
EXISTING OPENING
EXISTING
LIGHTING TO
REMAIN U.N.O.
EMERGENCY LIGHTING EXIST. TO
REMAIN. CONTRACTOR TO VERIFY
WORKING ORDER. REPLACE AS
REQUIRED; TYP.
ক
0
e
EXISTING
LIGHTING TO
REMAIN U.NO
口
A
PANEL 'K'
A7,9
A1
A2,4
10
(LP-1
HWH
GF-1
PANEL 'A'
12
e
-EXIST. OUTLETS TO
REMAIN THIS AREA.
VERIFY KITCHEN OUTLETS
ARE GFCI.
RELOCATE EXIST. ELEC.
PANELS AS INDICATED.
RE-WIRE EXIST. CIRCUITS
TO NEW PANEL
LOCATION. USE 12 GA.
WIRE, MIN.
ALL EXIST. BRANCH
WIRING TO MEET
CURRENT ELEC. CODE.
REPLACE AS NECESSARY
FOR COMPLIANCE. ALL
ABANDONED WIRING TO
BE REMOVED.
1
SK-1
11.13.12
--- Document: RFP for Emergency Medical Services; ---
TOWNSHIP OF GLOUCESTER
REQUEST FOR PROPOSALS
EMERGENCY MEDICAL SERVICES
1. GENERAL OBJECTIVES
The Township of Gloucester is soliciting proposals from qualified emergency medical services
(EMS) organizations to provide 24 hours per day, 7 days a week, 365 days per week, Basic Life
Support (BLS) emergency medical services to the citizens, workers, and visitors of Gloucester
Township. The organization may be called upon to provide services in neighboring communities
when available pursuant to the township’s mutual aid agreements. The area of Gloucester
Township is approximately twenty four (24) square miles with a population of approximately
65,000.00. The contract period will begin on January 1, 2013 at 00:01 hours and end on
December 31, 2017 @ 2400 hours or for a shorter period as determined to be in the best interest
of Gloucester Township. The vendor will be responsible for billing and collection as hereinafter
described.
II. BASIC SERVICES
The vendor shall supply personnel, equipment, vehicles and supplies to provide BLS emergency
ambulance service to transport any person who becomes injured or ill within the corporate limits
of Gloucester Township and who requires emergency medical treatment or emergency transport
to the hospital. (Fuel may be obtained at the Gloucester Township Public Works facility by the
vendor the cost of said fuel shall be reimbursed to the township). The vendor may be called upon
to provide said services to persons in neighboring municipalities with whom the Township has a
mutual aid agreement, if they are available.
Basic Life Support (BLS) is defined as a basic level of pre-hospital care that includes patient
stabilization, airway clearance and maintenance, cardiopulmonary resuscitation (CPR),
hemorrhage control, initial wound care, fracture stabilization, victim extrication and other
techniques and procedures approved by the New Jersey Department Health and Senior Services.
Vendor shall provide BLS services without regard to a person’s ability to pay for the services.
The vendor shall provide BLS emergency transport service on a twenty-four (24) hour a day,
seven (7) days per week, 365 days per year basis to the closest appropriate medical treatment
facility as dictated by the patient’s condition. .
The vendor shall be the primary responder to any emergency dispatched for ambulance services.
In the event of a major incident or dispatches involving multiple patients (3 or more), the vendor
will provide an on-scene duty officer within a reasonable response time.
There is no minimum or maximum number of calls that will be received by the vendor.
The vendor will be expected to respond immediately to a dispatched call it receives for
emergency services. The vendor shall be on the scene of the call as soon as safely possible. The
vendor will be expected to maintain a record of the times of dispatch and on-scene arrival to
provide said times to the Township. The Township will be forwarded these reports quarterly
detailing the arrival and response times during the term of the contract to ensure that the
residents are receiving the best possible service.
The vendor will be called upon to assist with fire stand-by calls, provide a supervisor for
command posts when requested, staff a dedicated BLS unit for community or special events
within the Township; such as fireworks, community events, athletic events, etc. The special
events will not be a separately billed item but may require additional staffing.
III. VEHICLE COVERAGE AND STAFFING
The vendor will at a minimum provide sufficient vehicles, personnel and equipment to staff two
(2) BLS licensed Transport capable ambulances 24 hours a day, 7 days per week, 365 days per
year, including all holidays. A third BLS ambulance shall be staffed from 0900 to 2100 hours
Monday to Friday, including holidays. (These times may be adjusted during the contract period
based on call volume but only with coordination and approval of the vendor and Gloucester
Township). Each ambulance shall be staffed with at least two (2) New Jersey certified
emergency medical technicians. Additionally, the vendor shall provide a duty supervisor who is
able to respond to major EMS incidents, fires, OEM incidents or police incidents when
requested, within a reasonable response time, to help supervise, coordinate and manage EMS
resources for such incidents. The vendor shall provide a design layout and/or photo showing
how the ambulances used within the township will be lettered indicating service to Gloucester
Township. The photo/design layout should also include other lettering or symbols required by
any licensing or regulatory requirements of the State of New Jersey.
Compliance with Applicable Law- The vendor shall comply with all applicable laws and
regulations governing the provision of BLS emergency ambulance services, including but not
limited to all employee licensing, training and education requirements. In addition, the vendor
shall comply with applicable labor laws and/or Department of Health regulations pertaining to
the amount of hours worked by any one person in a day. The vendor also agrees to comply with
all state and local traffic laws and ordinances.
IV. MANAGEMENT AND PERSONNEL QUALIFICATIONS
Personnel Qualifications- Each Emergency Medical Technician shall hold current certifications
from the New Jersey Department of Health as an Emergency Medical Technician and a current
certification in CPR/Defibrillator. Drivers must hold a valid New Jersey driver’s license. The
vendor shall be solely responsible for the hiring of employees. In addition to the certifications,
all ambulance staff shall be trained in the use of radio transmitting and receiving. The vendor
shall offer in-service training programs to ambulance staff to assist its employees in keeping
current their certifications and to assure the maintenance of BLS services of the highest quality.
All EMS supervisors shall be trained at a minimum to the ICS-300 Level. Vendors shall provide
documentation of training and continuing education provided to its employees. The vendor shall
also provide documentation of successful background investigations, including drug screening
tests and fingerprinting for all personnel that will be assigned to work in Gloucester Township.
The successful vendor will be required to update this information with each personnel change in
a quarterly report to the Township.
Uniforms - All ambulance staff shall be properly uniformed and identified as to employer, name
and title by a name plate or emblem attached to the uniform and work jacket, along with the
township’s name.
The vendor is responsible for all operating expenses, including salaries, benefits, insurance etc.
for the personnel assigned to work in the Township. It shall be expressly understood that the
personnel assigned to the Township are employees of the vendor and not employees of the
Township.
Mandatory Affirmative Action Compliance. No firm may be issued a contract unless it complies
with affirmative action provisions of N.J.S.A. 10:5-31 et seq. and N.J.A.C. 17:27-1 et seq. An
affirmative action compliance notice, along with Exhibit A summarizing the full, required
regulatory text are included for the vendor’s acknowledgement and made part of the
specifications.
American with Disabilities Act of 1990. Discrimination on the basis of disability in contracting
for the purchase of goods and services is prohibited. Vendors are required to read the Americans
with Disabilities language that is included as Appendix B of this specification and agree that the
provisions of Title II of the Act are made a part of a contract awarded pursuant to this proposal.
The vendor is obligated to comply with the Act and agrees to indemnify and hold the Township
harmless against any actions, suits or claims resulting from the vendor’s violation of the Act.
V. VEHICLES AND OTHER EQUIPMENT AND SUPPLIES
Radios and other equipment and supplies – The vendor shall be equipped with and maintain
mobile radios and other communication equipment and licenses necessary to comply with
applicable Federal Communications Commission and New Jersey Department of Health
guidelines.
Maintenance, Replacement and Storage of Ambulance and other Equipment – The vendor shall
be responsible for the maintenance, replacement and storage of its ambulances and other
equipment necessary to perform services under this Agreement. The vendor EMS personnel
furnished with the use of such equipment shall use due care and abide by all motor vehicle laws.
Additionally, it will be the responsibility of the vendor EMTs to ensure that the ambulance
vehicle and equipment is in proper working order before each call for service. The vendor EMS
personnel shall be responsible for keeping the assigned vehicle clean and stocked with
appropriate supplies.
The vendor’s ambulances will be housed and remain within the Township when on duty except
when used in conjunction with a mutual aid call, or during transports to area hospitals. The
ambulances on duty shall be housed as follows; one in the northern section of the township,
North of Blackwood-Clementon Road, one in the southern section of the township, South of
Blackwood-Clementon Road and the third, when staffed, should be housed in a central location
within the township.
VI. QUALITY ASSURANCE
Quality assurance functions shall be included and shall consist of, at least, routine call review
and medical direction by a Physician.
VII. BILLING
The vendor may bill patients (soft billing), Medicare, Medicaid or other insurances for their
service or others that may be financially responsible for services it renders during the contract
term. The vendor shall comply with all State and Federal laws related thereto, including any
regulations imposed by the Department of Health or related to Medicare/Medicaid. Uninsured
consumers shall be provided charity or compassionate care or similar options to offset costs
associated with services provided to them by the vendor. All related billing and collection
efforts, expenses and liabilities associated therewith are the responsibility of the vendor. The
Township is not responsible for any deficiencies suffered by the vendor for uncollected amounts
from billing. The following information is provided as estimated historical data and reference
only and does not represent or guarantee the type, nature or number of calls for service or
transports to a medical facility. The call volume for Gloucester Township EMS calls for the past
three (3) full years are as follows:
TOTAL
AVG # OF
AVG CALLS
YEAR
CALLS
CALLS PER MONTH
PER DAY
2009
5,637
470
15.4
2010
5,946
495
16.2
2011
5,757
480
15.7
*These numbers provided as a guideline for vendors to estimate costs
The payer mix listed below is based on data from mid-year 2012. It is for reference only and
does not represent or guarantee the type or manner of payment that will be received during the
contract period.
The payer mix was estimated to be comprised of Medicare 24%, Medicaid, 11% private
insurance 53% and patient and other 12%.
VIII. RECORDS AND REPORTS, AUDITS
The Township will require that the successful vendor provide certain reports as described below
to the Township. The vendor shall provide all reports to the township’s Business Administrator.
Said reports will be generated in an electronic form to the Township; however, all record keeping
required by State law or regulation shall be maintained in the manner prescribed by law.
The vendor shall provide to the Township a quarterly operating report by the 10th day of the
months of April, July, October and January, for the previous quarter. The report shall be sent to
the Township in an electronic format acceptable to the Township. The report shall contain the
following information:
a. Total number of BLS responses;
b. The response time to BLS calls, identifying time of dispatch and time of arrival on scene;
c. The number of response times over 8 minutes (also see below)*
d. The number of incidents a BLS Unit was not available;
e. The number of incidents when a mutual aid ambulance was called into Gloucester
Township;
f. The total number of calls where the patient was not transported;
g. The total number of patient emergency transports;
h. The total number of stand-by assignments, special events or other assistance to
Gloucester Township.
In addition, the vendor shall maintain proper documentation of calls for billing purposes. The
vendor shall provide a quarterly financial report which shall include:
a. The number of BLS calls for the three month period;
b. Number of calls and associated dollar amounts considered uncollectible (if available to
the vendor);
c. Amount billed and amount received for BLS calls for the three month period, including
the payer mix of collections.
*The vendor shall also provide a quarterly report of the number of response times exceeding
eight (8) minutes.
The vendor shall provide a process for which to receive complaints about its service and also
provide a written report, to the township, of each complaint of service that was delivered by the
vendor that the vendor receives. Said report shall state name, address, and telephone number of
the complaint, nature of complaint, exact status of ambulance and personnel involved on behalf
of the vendor. The vendor shall reply to all complaints of service received within one (1) week.
If the vendor believes that the complaint is due to the actions of the Township or its designee
(rather than the Vendor), the vendor shall refer the complaint to the Township Business
Administrator along with a copy of the initial complaint within one (1) week. All records and
reports required to be prepared and maintained by the respondent shall be maintained and made
available as herein required during the term of the agreement and for a period of six (6) years
following the termination of the agreement. The Township shall, upon two (2) days written
notice, have the right to conduct periodic program audits, vehicle inspections, patient care
equipment inspections, and fiscal audits as often as it deems necessary for the purposes of
monitoring the effectiveness of this Agreement. Such audits and inspections shall occur during
normal business hours. The Vendor shall receive a full copy of each report finding. The vendor
agrees to cooperate fully with the Township in the monitoring of the Agreement.
Records maintained by the vendor in carrying out the terms of the contact shall remain property
of the Township. Vendor will be required to comply with any privacy laws pertaining to medical
records.
IX. PROPOSAL SUBMISSION- REQUIRED ITEMS
To facilitate a timely and comprehensive evaluation of all submitted proposals, it is essential that
all vendors adhere to the required response format. The Township of Gloucester requires a
standard format for all proposals submitted to ensure that clear, concise and complete statements
are available from each vendor in response to requirements. The Township of Gloucester is not
under any obligation to search for clarification through additional or unformatted information
submitted as a supplement to the formatted response. Where a proposal contains conflicting
information, the Township of Gloucester may determine the proposal to be unresponsive.
The proposal shall be submitted to the Township Clerk, 1261 Chews Landing Rd., P.O. Box 8,
Blackwood, NJ, 08012 in envelopes marked “Proposal for EMS” no later than 11:00 a.m. on
Wednesday, November 7, 2012.
The Township is not responsible for late deliveries by the postal service or courier. No fax
copies will be accepted. Vendors should submit at least six (6) copies of the proposal to the
Township Clerk.
Each proposal submitted must address the areas described below.
1) Title Page
2) Table of Contents
3) Executive Summary (including cost), if any
4) Scope
5) Business and Background
6) Staffing
7) Assumptions
8) Timing
9) Appendices/Other
The information requested by the sectional format described above is further defined.
Title Page
The proposal should include a title page, which identifies the proposal; the vendor’s firm, name
of the vendor’s primary contact, address, telephone number, fax number and email address.
Table of Contents
The vendor’s proposal should include a Table of Contents, which lists the titles and page
numbers for each major topic and sub-topic contained in the proposal.
Executive Summary
This section should include a summary of the key points and highlights of the vendor’s response
and should discuss the pricing contained in the proposal.
Scope
In this section of the proposal, the vendor should state what they believe to be the scope of
services to be provided to the Township of Gloucester. If there are any gaps between what the
vendor believes should be the proper scope given all information known at the time of this RFP,
the vendor should clearly state these gaps in this section and clearly mark these concerns as such.
Business and Background
In this section, the vendor should provide the background on their company including but not
limited to:
1) Identification of the parent company, services, organization and company goals. A
stockholder disclosure statement in the form attached to this RFP shall be completed and
executed;
2) Copy of the company’s Annual Report;
3) Organizational Chart;
4) Brief biography of those involved in the management of the company;
5) Evidence of experience, capability and financial responsibility for providing basic life
support emergency ambulance services to municipalities of similar size;
6) Evidence of adequate general liability, medical malpractice and worker’s compensation
insurance. Insurance requirements are as follows:
Comprehensive General Liability in the amount of $2,000,000;
Medical Malpractice-Professional Liability in the amount of $2,000,000;
Workers Compensation as required by statute to cover employees engaged in work under this
contract;
Motor Vehicle Insurance in the amount of $5,000,000.
The Township will be named as an additional insured with reference to the insurance and
vendor agrees to execute a hold harmless provision in the agreement.
7) Copy of licenses issued by State of NJ Department of Health and Senior Services,
Federal Communications Commission;
8) Copy of NJ State Business Registration Certificate;
9) Affirmative Action Compliance Certification;
Staffing
A discussion of the staffing that will be utilized should be contained in this section. The
Township of Gloucester requests that as part of the discussion here, the vendor state exactly
the role the proposed vendor team member will assume on this phase and detail the
qualifications for the role that the team member possesses. This section should include
resumes and required certifications and background documents for all proposed employees.
Assumptions
In this section, vendors should state any assumptions being made relating to any part of the
proposal or their response.
Timing
In this section, please describe the timing necessary for the vendor to commence
performance.
Appendices/Other
Any additional information applicable to the required content which vendor feels will support
their proposal may be included here. If vendors feel that other materials are necessary (such
as promotional literature, etc), they may be included but may not be reviewed by the
evaluators and will not be part of the official evaluation. All forms attached hereto shall be
completed and submitted with the proposal.
X. PROPOSAL EVALUATION
Proposals will be reviewed for compliance with the terms and conditions of the RFP and
awarded in accordance with the competitive contracting provisions of the Local Public
Contacts Law. Any proposals not responsive to the RFP will be rejected.
There will be four areas of broad criteria by which proposals will be evaluated. Each
criterion will be evaluated and the extent to which the criterion is met or exceeded will be
assessed by the Township representatives from Administration/Legal.
1. Scope of services:
The proposal will be evaluated to determine whether the proposal meets the scope of services
described in the request for proposal. A vendor’s non-compliance with legal requirements
shall constitute cause for rejection.
2. Vendor’s Experience
Proposals will be evaluated to determine whether they include documentation (including
references, and service level/response time reports) of successful operations in municipalities
of similar size and density. Background and overall experience will be considered.
3. Qualifications of Personnel:
Through this project, Gloucester Township will be attempting to provide timely and efficient
services to its residents. Resumes/qualifications of vendor personnel will be scrutinized to
ensure this requirement is met. Proposals will be evaluated to determine whether the
personnel team offered is adequately certified and trained. The vendor’s methods for
ensuring quality control will be taken into consideration.
4. Cost:
Cost will be a factor in determining the successful vendor, but the lowest proposal will not
necessarily be award the contract. The proposal will be evaluated to determine whether the
cost is appropriate to the project and whether it provides a value to the Township.
A report will be prepared which may include a list of the names of all vendors who submitted
proposals summarizing each proposal, ranking vendors in order of evaluation, and
recommendations for the selection of a vendor, indicating the reasons why the vendor was
selected and detailing the terms, conditions, scope of services, fees and other matters to be
incorporated into the contract.
Any contract awarded will be made pursuant to N.J.S.A. 40A:11-4.1 et seq and N.J.A.C.
5:34-4.1 et seq (Competitive Contracting Law and Regualtions).
The Township Committee will make the final decision to award the contract or reject all
proposals if determined in the best interest of the Township.
XI. ADDITIONAL CONSIDERATIONS
It is anticipated that the services requested pursuant to this Proposal will commence on
January 1, 2013 at 00:01. The Township Committee, in its sole discretion, will award a five
year contract. Accordingly, the contract period will end on December 31, 2017 at 2400 hours
or as the Gloucester Township Committee shall determine.
The vendor understands that this request for proposal and its response will be incorporated
into any contract entered between he parties. Should the vendor default in any terms of the
agreement or as required in this RFP, the township may notify the vendor and allow thirty (3)
days to cure the default. The Township shall, at its sole option be entitled to terminate the
contract immediately upon notice to the vendor if the vendor fails to cure the default.
Additional causes for cancellation of the contract shall be a) revocation or lapse of vendor’s
certifications and licenses required by the State; b) revocation or lapses of insurances
required under the contract; c) maintaining false records; d) failure of the vendor to make
timely responses to calls and/or failure to respond to a dispatch when available; e) any other
non-compliance with the contact.
ACKNOWLEGEMENT OF RECEIPT OF ADDENDA
The undersigned hereby acknowledges receipt of the following Addenda:
Addendum Number
Dated
___________________
______________
___________________
______________
___________________
______________
___________________
_______________
___________________
_______________
______NO ADDENDA WERE RECEIVED
Acknowledged for: __________________________________________________
(Name of Contactor)
By: ________________________________________________________________
(Signature of Authorized Representative)
Name: _____________________________________________________________
Title: ______________________________________________________________
FAILURE TO ACKNOWLEDGE AND RETURN WITH YOUR PROPOSAL
SUMBISSION THE RECEIPT OF ANY ISSUED ADDENDA FOR THIS RFP ON THIS
ACKNOWLEDGEMENT OF RECEIPT OF ADDENDA FORM SHALL BE CAUSE FOR
REJECTION N.J.S.A. 40A:11-23.2.e
AFFIRMATIVE ACTION COMPLIANCE NOTICE
This form is a summary of the successful contractor’s requirement to comply with the
requirements of N.J.S.A. 10:5-3 1, et seq and N.J.A.C. 17:27 et seq.
The successful contractor shall submit to the public agency, after notification of the award,
but prior to the execution of the contract, one of the following:
1. A photocopy of a valid letter that the contractor is operating under an existing
federally approved or sanctioned affirmative action program.
OR
2. A photocopy of a certificate of employee information report approval, issued in
accordance with N.J.A.C. 17:27-;
OR
3. A completed Employee information report (Form AA302) provided by the Division
and distributed to a public agency to be completed by the contractor in accordance
with N.J.A.C. 17:27-4).
The successful vendor may obtain the Affirmative Action Employee Report (AA302) from
the contracting unit during normal business hours.
The successful vendor must submit copes of the AA302 report to the Division of Contact
Compliance and Equal Opportunity in Public Contacts (Division).
The undersigned certifies that he or she is aware of the commitment to comply with the
requirements as set forth above and agrees to furnish the applicable forms.
The bid may be rejected as non-responsive if said contractor fails to comply with N.J.S.A.
10:5-31 and N.J.A.C. 17:27.
Company: _______________________
Signature: _______________________ Print Name: ___________________________
Title: ___________________________ Date: _________________________________
EXHIBIT A
MANDATORY EQUAL EMPLOYMENT OPPORTUNITY LANGUAGE
(Goods, Professional services and general service contracts)
During the performance of this contract, the contractor agrees as follows:
The contractor or subcontractor, where applicable, will not discriminate against any
employee or applicant for employment because of age, race, creed, color, national origin,
ancestry, marital status, sex, affectional or sexual orientation. The contractor will take
affirmative action to ensure that such applicants are recruited and employed, and that
employees are treated during employment, without regard to their age, race, creed, color,
national origin, ancestry, marital status, sex, affectional or sexual orientation. Such action
shall include, but not be limited to the following: employment, upgrading, demotion, or
transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or
other forms of compensation; and selection for training, including apprenticeship. The
contractor agrees to post in conspicuous places, available to employees and applicants for
employment, notices to be provided by the Public Agency Compliance Officer setting forth
provisions of this nondiscrimination clause:
The contractor or subcontractor, where applicable will, in all solicitations or
advertisements for employees place by or on behalf of the contractor, state that all
qualified applicants will receive consideration for employment without regard to age, race,
creed, color, national origin, ancestry, marital status, sex affectional or sexual orientation;
the contractor or subcontractor, where applicable, will send to each labor union or
representative or workers with which it has a collective bargaining agreement or other
contract or understanding, a notice, to be provided by the agency contracting officer
advising the labor union or worker’s representative of the contractor’s commitments under
this act and shall post copies of the notice in conspicuous places available to employees and
applicants for employment.
The contractor or subcontractor, where applicable, agrees to comply with the regulations
promulgated by the Treasurer pursuant to P.L. 1975, C. 127, as amended and
supplemented from time to time and the Americans with Disabilities Act.
The contractor or subcontractor agrees to attempt in good faith to employ minority and
female workers consistent with the county employment goals prescribed by N.J.A.C. 17:27-
5.2 promulgated by the Treasurer pursuant to P.L. 1975, C. 127, as amended and
supplemented form time to time or in accordance with a binding determination of the
applicable employment goals determined by the Affirmative Action Office pursuant to
N.J.A.C. 17:27-5.2 promulgated by the Treasurer pursuant to P.L. 1975, C. 127, as
amended and supplemented from time to time.
The contractor or subcontractor agrees to inform in writing appropriate recruitment
agencies in the area, including employment agencies, placement bureaus, colleges,
universities, labor unions, that it does not discriminate on the basis of age, creed, color,
national origin, ancestry, marital status, sex affectional or sexual orientation, and that it
will discontinue the use of any recruitment agency which engages in direct or indirect
discriminatory practices.
The contractor or subcontractor agrees to revise any of its testing procedures, if necessary,
to assure that all personnel testing conforms with the principles of job related testing, as
established by applicable Federal Law and applicable Federal Court decisions.
The contractor or subcontractor agrees to review all procedures relating to transfer,
upgrading, downgrading, and layoff to ensure that all actions are taken without regard to
age, creed, color, national origin, ancestry, marital status, sex, affectional or sexual
orientation, and conform with the applicable employment goals, consistent with the statutes
and court decisions of the State of New Jersey, and applicable Federal Law and Federal
Court decisions.
The contractor and its subcontractors shall furnish such reports or other documents to the
Affirmative Action Office as may be requested by the office from time to time in order to
carry out the purposes of these regulations, and public agencies shall furnish such
information as may be requested by the Affirmative Action Office for conducting a
compliance investigation pursuant to Subchapter 10 of the Administrative Code (N.J.A.C.
17:27).
EXHIBIT B
The contractor and the Township of Gloucester, (hereafter “owner”) do hereby agree that
the provisions of Title 11 of the Americans With Disabilities Act of 1990 (the “Act”) (42
U.S.C. S 121 01 et seq.), which prohibits discrimination on the basis of disability by public
entities in all services, programs, and activities provided or made available by public
entities, and the rules and regulations promulgated pursuant there unto, are made a part of
this contract. In providing any aid, benefit, or service on behalf of the owner pursuant to
this contract the contractor agrees that the performance shall be in strict compliance with
the Act. In the event that the contractor, its agents, servants, employees, or subcontractors
violate or are alleged to have violated the Act during the performance of this contract, the
contractor shall defend the owner in any action or administrative proceeding commenced
pursuant to this Act. The contractor shall indemnify, protect, and save harmless the
owner,, its agents, servants, and employees from and against any and all suits, claims,
losses, demands, or damages, of whatever kind or nature arising out of or claimed to arise
out of the alleged violation. The contractor shall, at its own expense, appear, defend, and
pay any and all charges for legal services and any and all costs and other expenses arising
from such action or administrative proceeding or incurred in connection therewith. In any
and all complaints brought pursuant to the owner’s grievance procedure, the contractor
agrees to abide by any decision of the owner which is rendered pursuant to said grievance
procedure. If any action or administrative proceeding results in an award of damages
against the owner, or if the owner incurs any expense to cure a violation of the ADA which
has been brought pursuant to its grievance procedure, the contractor shall satisfy and
discharge the same at its own expense.
The owner shall, as soon as practicable after a claim has been made against it, give written
notice thereof to the contractor along with full and complete particulars of the claim, if any
action or administrative proceeding is brought against the owner or any of its agents,
servants, and employees, the owner shall expeditiously forward or have forwarded to the
contractor every demand, complaint, notice, summons, pleading, or other process received
by the owner or its representatives.
It is expressly agreed and understood that nay approval by the owner of the services
provided by the contractor pursuant to this contract will no relieve the contractor of the
obligation to comply with the Act and to defend, indemnify, protect, and save harmless the
owner pursuant to this paragraph.
It is further agreed and understood that the owner assumes no obligation to indemnify or
save harmless the contractor, its agents, servants, employees and subcontractor for any
claim which may arise out of their performance of this Agreement. Furthermore, the
contractor expressly understands and agrees that the provisions of this indemnification
clause shall in no way limit the contractor’s obligations assumed in this Agreement, nor
shall they be construed to relieve the contactor from any liability, nor preclude the owner
from taking any other actions available to it under any other provisions of the Agreement
or otherwise at law.
STOCKHOLDER DISCLOSURE CERTIFICATION
Name of Business: _______________________________________________
______ I certify that the list below contains the names and home addresses of all
stockholders holding 10% or more of issued and outstanding stock of the undersigned.
OR
_______ I certify that no one stockholder owns 10% or more of the issued and outstanding
stock of the undersigned.
Indicate the type of business organization:
_______ Partnership
________ Corporation
_______ Limited Partnership
________ Sole Proprietorship
_______ Subchapter C Corporation
________ Limited Liability Corporation
_______ Limited Liability Partnership
Sign and notarize below, and if necessary, complete the stockholder list.
Stockholders
Addresses
Subscribed and sworn before me
This____ day of ___________20
____________________________
(Affiant)
__________________________
(Notary Public)
My Commission expires: ______________
___________________________
(Print Name and Title)
PROPOSAL
The undersigned, a duly authorized representative of the hereinafter named bidder,
submits the following proposal:
Term
Amount Bid
Five year contract
$__________________________per year
By: ___________________________________
(Signature of Authorized Representative)
Name: ________________________________
Title: _________________________________
Name of Bidder: ________________________
--- Document: Notice to Bidders ---
TOWNSHIP OF GLOUCESTER
COUNTY OF CAMDEN, NEW JERSEY
NOTICE TO BIDDERS
NOTICE is hereby given that sealed proposals for the:
EMERGENCY MEDICAL SERVICES
BID SPECIFICATION NUMBER: ADM 12-1
Will be received no later than 11:00 AM prevailing time on November 7, 2012
at the Municipal Building, Chew Landing-Clementon Road, Chews Landing, New Jersey
PROPOSALS must be addressed to the Township Council, P.O. Box 8, Blackwood,
New Jersey, 08012 and will be opened and read publicly at the above time and date,
and should be in a sealed envelopes marked:
EMERGENCY MEDICAL SERVICES
DO NOT OPEN UNTIL: NOVEMBER 7, 2012 @ 11:00 AM
PROPOSAL forms, instructions to bidders, specifications and other bidding documents
may be examined or obtained at the office of the Township Clerk during normal
business hours or from the Township website.
The Township Council reserves the right to reject any or all proposals in whole or in
part, and to waive such informalities as may be permitted by law.
BIDDERS are required to comply with the requirement of P.L. 1975, Chapter 127, and
P.L. 1977, Chapter 33.
Information on Affirmative Action Program requirements is available at the Office of the
Township Clerk, Municipal Complex, Chews-Clementon Road, Laurel Springs, New
Jersey
--- Document: Notice to Bidders regarding Installation of the Energy Savings Improvement Program for Township of Gloucester & Black Horse Pike Regional School District, Gloucester Township ---
NOTICE TO BIDDERS
PUBLIC NOTICE IS HEREBY GIVEN that sealed bids will be received by the Township of
Gloucester for the Installation of the Energy Savings Improvement Program for the Township of
Gloucester and Black Horse Pike Regional School District, in the Township of Gloucester, Camden
County, New Jersey.
Bid forms, contracts and specifications are on file at the office of Remington and Vernick Engineers, 232
Kings Highway East, Haddonfield, New Jersey 08033.
Said Bids will be received, opened and read aloud in public at the Township of Gloucester, 1261 Chews
Landing Road, P.O. Box 8, Blackwood, Camden County, New Jersey on Tuesday, November 20, 2012 at
10:15 AM prevailing time.
A Pre-bid Meeting will be held in the Council Room of the Township of Gloucester, 1261 Chews
Landing Road, Blackwood, New Jersey 08012, at 10:30 AM on Thursday, October 25, 2012.
Immediately after which an opportunity to tour the various buildings will be made.
Copies of the bid forms, contracts and specifications may be obtained from said Remington and Vernick
Engineers, by prospective bidders upon request, upon payment of the sum of $50.00 for each set.
PAYMENT MUST BE RECEIVED PRIOR TO OBTAINING SAID SPECIFICATIONS, EITHER BY
MAIL OR IN PERSON.
NO BIDS ARE TO BE DROPPED OFF AT THE ENGINEER’S OFFICE.
The Township of Gloucester reserves the right to consider the bids for sixty (60) days after the receipt
thereof, and further reserves the right to reject any or all bids, either in whole or in part and also to waive
any informality in any and make such awards or take action as may be in the best interest of the Township
of Gloucester.
Bids must be on the bid form prepared by Remington and Vernick Engineers, in the manner designated
therein and required by the specifications, must be enclosed in sealed envelopes bearing the name and
address of the bidder on the outside and also bearing on the outside reference to the particular work bid
upon. Said bids shall be addressed to Rosemary DiJosie, Clerk, Township of Gloucester, P.O. Box 8,
Blackwood, New Jersey 08012.
Each bid shall be accompanied by a certified check, cashier’s check or bid bond duly executed by the
bidder as principal and having as surety thereon a surety company approved by the Township of
Gloucester in an amount not less than ten percent (10%) but in no case in excess of $20,000.00 of the
amount bid. Any such bid bond shall be without endorsement or conditions. Bid shall also be
accompanied by a certificate letter from a surety company stating that it will provide the bidder with the
completion bond.
The award of the contract shall be made subject to the necessary moneys to do the work being provided
by the Township of Gloucester in a lawful manner. The contract to be executed by the successful bidder
will provide that it shall not become effective until the necessary moneys to do the work have been
provided by the Township of Gloucester in a lawful manner. The award shall further be subjected to the
securing of necessary State, Federal or Local permits governing the work.
Bidders are required to comply with the requirements of N.J.S.A. 10:5-31 et. seq., N.J.A.C. 17:27
(Affirmative Action), P.L. 1963. C150 (New Jersey Prevailing Wage Act), and Americans with
Disabilities Act of 1990 (42 U.S.C. 12101, et.seq.).
The contractor is further notified that he must comply with P.L. 1977, c. 33, and submit a Disclosure
Statement listing stockholders with his bid.
The contractor is further notified that he must comply with P.L. 1999 c.238 Public Works Contractor
Registration Act and he and any subcontractors must be registered in accordance with the act.
The contractor is also further notified that he must comply with P.L. 2004 c. 57 and submit proof of
business registration and submit proof of business registration for any named subcontractors in
accordance with the act.
By Order of the Mayor & Council
Township of Gloucester
Camden County, New Jersey
Dated: October 18, 2012
--- Document: Notice to Bidders regarding the Lighting Upgrades & Controls for the Black Horse Pike Regional School District, Gloucester Township ---
NOTICE TO BIDDERS
PUBLIC NOTICE IS HEREBY GIVEN that sealed bids will be received by the Township of
Gloucester for the Lighting Upgrades and Controls for the Black Horse Pike Regional School District, in
the Township of Gloucester, Camden County, New Jersey.
Bid forms, contracts and specifications are on file at the office of Remington and Vernick Engineers, 232
Kings Highway East, Haddonfield, New Jersey 08033.
Said Bids will be received, opened and read aloud in public at the Township of Gloucester, 1261 Chews
Landing Road, P.O. Box 8, Blackwood, Camden County, New Jersey on Tuesday, November 20, 2012 at
10 AM prevailing time.
A Pre-bid Meeting will be held in the Council Room of the Township of Gloucester, 1261 Chews
Landing Road, Blackwood, New Jersey 08012, at 10 AM on Thursday, October 25, 2012. An
opportunity to tour the various buildings will be made after a separate pre-bid meeting scheduled
for 10:30 AM.
Copies of the bid forms, contracts and specifications may be obtained from said Remington and Vernick
Engineers, by prospective bidders upon request, upon payment of the sum of $50.00 for each set.
PAYMENT MUST BE RECEIVED PRIOR TO OBTAINING SAID SPECIFICATIONS, EITHER BY
MAIL OR IN PERSON.
NO BIDS ARE TO BE DROPPED OFF AT THE ENGINEER’S OFFICE.
The Township of Gloucester reserves the right to consider the bids for sixty (60) days after the receipt
thereof, and further reserves the right to reject any or all bids, either in whole or in part and also to waive
any informality in any and make such awards or take action as may be in the best interest of the Township
of Gloucester.
Bids must be on the bid form prepared by Remington and Vernick Engineers, in the manner designated
therein and required by the specifications, must be enclosed in sealed envelopes bearing the name and
address of the bidder on the outside and also bearing on the outside reference to the particular work bid
upon. Said bids shall be addressed to Rosemary DiJosie, Clerk, Township of Gloucester, P.O. Box 8,
Blackwood, New Jersey 08012.
Each bid shall be accompanied by a certified check, cashier’s check or bid bond duly executed by the
bidder as principal and having as surety thereon a surety company approved by the Township of
Gloucester in an amount not less than ten percent (10%) but in no case in excess of $20,000.00 of the
amount bid. Any such bid bond shall be without endorsement or conditions. Bid shall also be
accompanied by a certificate letter from a surety company stating that it will provide the bidder with the
completion bond.
The award of the contract shall be made subject to the necessary moneys to do the work being provided
by the Township of Gloucester in a lawful manner. The contract to be executed by the successful bidder
will provide that it shall not become effective until the necessary moneys to do the work have been
provided by the Township of Gloucester in a lawful manner. The award shall further be subjected to the
securing of necessary State, Federal or Local permits governing the work.
Bidders are required to comply with the requirements of N.J.S.A. 10:5-31 et. seq., N.J.A.C. 17:27
(Affirmative Action), P.L. 1963. C150 (New Jersey Prevailing Wage Act), and Americans with
Disabilities Act of 1990 (42 U.S.C. 12101, et.seq.).
The contractor is further notified that he must comply with P.L. 1977, c. 33, and submit a Disclosure
Statement listing stockholders with his bid.
The contractor is further notified that he must comply with P.L. 1999 c.238 Public Works Contractor
Registration Act and he and any subcontractors must be registered in accordance with the act.
The contractor is also further notified that he must comply with P.L. 2004 c. 57 and submit proof of
business registration and submit proof of business registration for any named subcontractors in
accordance with the act.
By Order of the Mayor & Council
Township of Gloucester
Camden County, New Jersey
Dated: October 18, 2012
--- Document: Snow Removal Notice to Bidders ---
TOWNSHIP OF GLOUCESTER, CAMDEN COUNTY
NOTICE TO BIDDERS
NOTICE is hereby given that sealed proposals for the:
SNOW REMOVAL CONTRACTORS, 2012-2013 WINTER
BID SPECIFICATION NUMBER: PW: 12-5
will be received no later than 10:00 A.M. prevailing time on at the Municipal Building, Chews-
Clementon Road, Chews Landing, New Jersey
PROPOSALS must be addressed to the Township Council, PO Box 8, Blackwood, New Jersey,
08012 and will be opened and read publicly at the above time and date, and should be in a sealed
envelope marked:
SNOW REMOVAL CONTRACTORS
DO NOT OPEN UNTIL: OCTOBER 11, 2012 @ 10:00 AM
PROPOSAL forms, instructions to bidders, specifications and other bidding documents may be
examined or obtained at the office of the Township Clerk, 1261 Chews Landing Road, Laurel
Springs, New Jersey, during normal business hours.
The Township Council reserves the right to reject any or all proposals in whole or in part, and to
waive such informalities as may be permitted by law.
BIDDERS are required to comply with the requirements of P.L. 1975, Chapter 127, and P.L.
1977, Chapter 33.
Information on Affirmative Action Program requirements is available at the office of the
Township Clerk, Municipal Complex, Chews-Clementon Road, Laurel Springs, New Jersey.
--- Document: GLOUCESTER TOWNSHIP – JOINT SOLAR PROJECT – Addendum No. 1 ---
GLOUCESTER TOWNSHIP – JOINT SOLAR PROJECT
Addendum No. 1
Issued September 14, 2012
NOTE - Bidders must acknowledge in writing receipt of Addendum No. 1 for Bids
to be considered valid. Emailed acknowledgments are acceptable, and should
be directed to mstanger@blueskypower.com.
1.)
Bid due-date extension
Bids shall be due by 2:00 pm on October 25, 2012 in the Board Meeting Room at
the Township of Gloucester Municipal Building, 1261 Chews Landing Road Laurel
Springs, New Jersey.
2.)
Pre-bid sign-in sheet
Attendee sign-in sheet from August 15, 2012 pre-bid meeting.
3.)
Highland Roof Survey
Available Roof Moisture Survey and Report regarding Highland Regional High
School.
Bidders can view the posted pre-bid sign-in sheet and Highland Roof Report
under the “Addenda” folder and the “Addendum 1” subfolder at the following
website:
https://www.dropbox.com/sh/p9fy3ghnlzbzaru/1MNH4fZuI0
End of Addendum.
--- Document: Public Notice – Gloucester Township Joint Solar Project – NOTICE OF ADDENDUM No. 1 ---
Public Notice
Gloucester Township Joint Solar Project
NOTICE OF ADDENDUM No. 1
Notice to all potential bidders for the Gloucester Township Joint Solar Project PPA Project Request for
Proposals dated August 6, 2012:
Addendum No. 1
Issued September 14, 2012:
The Township of Gloucester has issued Addendum No. 1 to the above-referenced Request for Proposals.
Bids shall be due by 2:00 pm on October 25, 2012 in the Board Meeting Room at
the Township of Gloucester Municipal Building, 1261 Chews Landing Road Laurel
Springs, New Jersey.
Attendee sign-in sheet from August 15, 2012 pre-bid meeting.
Roof Moisture Survey and Report regarding Highland Regional High School.
Addendum No. 1 is posted on the Township’s website at http://www.glotwp.com/. Addendum No. 1
may also be viewed at the following website:
https://www.dropbox.com/sh/p9fy3ghnlzbzaru/1MNH4fZuI0
This Addendum No. 1 is issued by order of Tom Cardis, Business Administrator of the Township of
Gloucester.
--- Document: Notice to bidders 2012 Road Improvement Program ---
NOTICE TO BIDDERS
PUBLIC NOTICE IS HEREBY GIVEN that sealed bids will be received by the Township of
Gloucester for the 2012 Road Improvement Program in the Township of Gloucester, Camden County,
New Jersey.
Bid forms, contracts and specifications are on file at the office of Remington and Vernick Engineers, 232
Kings Highway East, Haddonfield, New Jersey 08033.
Said Bids will be received, opened and read aloud in public at the Township of Gloucester, 1261 Chews
Landing Road, P.O. Box 8, Blackwood, Camden County, New Jersey on September 19, 2012 at 10 AM
prevailing time.
Copies of the bid forms, contracts and specifications may be obtained from said Remington and Vernick
Engineers, by prospective bidders upon request, upon payment of the sum of $50.00 for each set.
PAYMENT MUST BE RECEIVED PRIOR TO OBTAINING SAID SPECIFICATIONS, EITHER BY
MAIL OR IN PERSON.
NO BIDS ARE TO BE DROPPED OFF AT THE ENGINEER’S OFFICE.
The Township of Gloucester reserves the right to consider the bids for sixty (60) days after the receipt
thereof, and further reserves the right to reject any or all bids, either in whole or in part and also to waive
any informality in any and make such awards or take action as may be in the best interest of the Township
of Glouceser.
Bids must be on the bid form prepared by Remington and Vernick Engineers, in the manner designated
therein and required by the specifications, must be enclosed in sealed envelopes bearing the name and
address of the bidder on the outside and also bearing on the outside reference to the particular work bid
upon. Said bids shall be addressed to Rosemary DiJosie, Clerk, Township of Gloucester, P.O. Box 8,
Blackwood, New Jersey 08012.
Each bid shall be accompanied by a certified check, cashier’s check or bid bond duly executed by the
bidder as principal and having as surety thereon a surety company approved by the Township of
Gloucester in an amount not less than ten percent (10%) but in no case in excess of $20,000.00 of the
amount bid. Any such bid bond shall be without endorsement or conditions. Bid shall also be
accompanied by a certificate letter from a surety company stating that it will provide the bidder with the
completion bond.
The award of the contract shall be made subject to the necessary moneys to do the work being provided
by the Township of Gloucester in a lawful manner. The contract to be executed by the successful bidder
will provide that it shall not become effective until the necessary moneys to do the work have been
provided by the Township of Gloucester in a lawful manner. The award shall further be subjected to the
securing of necessary State, Federal or Local permits governing the work.
Bidders are required to comply with the requirements of N.J.S.A. 10:5-31 et. seq., N.J.A.C. 17:27
(Affirmative Action), P.L. 1963. C150 (New Jersey Prevailing Wage Act), and Americans with
Disabilities Act of 1990 (42 U.S.C. 12101, et.seq.).
The contractor is further notified that he must comply with P.L. 1977, c. 33, and submit a Disclosure
Statement listing stockholders with his bid.
The contractor is further notified that he must comply with P.L. 1999 c.238 Public Works Contractor
Registration Act and he and any subcontractors must be registered in accordance with the act.
The contractor is also further notified that he must comply with P.L. 2004 c. 57 and submit proof of
business registration and submit proof of business registration for any named subcontractors in
accordance with the act.
By Order of the Mayor & Council
Township of Gloucester
Camden County, New Jersey
Dated: August 30, 2012
--- Document: FY2012 NJDOT Trust Fund Resurfacing of Garwood Road – Phase I ---
NOTICE TO BIDDERS
PUBLIC NOTICE IS HEREBY GIVEN that sealed bids will be received by the Township of
Gloucester for the FY2012 NJDOT Trust Fund Resurfacing of Garwood Road - Phase I in the Township
of Gloucester, Camden County, New Jersey.
Bid forms, contracts and specifications are on file at the office of Remington and Vernick Engineers, 232
Kings Highway East, Haddonfield, New Jersey 08033.
Said Bids will be received, opened and read aloud in public at the Township of Gloucester, 1261 Chews
Landing Road, P.O. Box 8, Blackwood, Camden County, New Jersey on August 29, 2012 at 10 AM
prevailing time.
Copies of the bid forms, contracts and specifications may be obtained from said Remington and Vernick
Engineers, by prospective bidders upon request, upon payment of the sum of $50.00 for each set.
PAYMENT MUST BE RECEIVED PRIOR TO OBTAINING SAID SPECIFICATIONS, EITHER BY
MAIL OR IN PERSON.
NO BIDS ARE TO BE DROPPED OFF AT THE ENGINEER’S OFFICE.
The Township of Gloucester reserves the right to consider the bids for sixty (60) days after the receipt
thereof, and further reserves the right to reject any or all bids, either in whole or in part and also to waive
any informality in any and make such awards or take action as may be in the best interest of the
Township of Gloucester.
Bids must be on the bid form prepared by Remington and Vernick Engineers, in the manner designated
therein and required by the specifications, must be enclosed in sealed envelopes bearing the name and
address of the bidder on the outside and also bearing on the outside reference to the particular work bid
upon. Said bids shall be addressed to Rosemary DiJosie, Clerk, Township of Gloucester, P.O. Box 8,
Blackwood, New Jersey 08012.
Each bid shall be accompanied by a certified check, cashier’s check or bid bond duly executed by the
bidder as principal and having as surety thereon a surety company approved by the Township of
Gloucester in an amount not less than ten percent (10%) but in no case in excess of $20,000.00 of the
amount bid. Any such bid bond shall be without endorsement or conditions. Bid shall also be
accompanied by a certificate letter from a surety company stating that it will provide the bidder with the
completion bond.
The award of the contract shall be made subject to the necessary moneys to do the work being provided
by the Township of Gloucester in a lawful manner. The contract to be executed by the successful bidder
will provide that it shall not become effective until the necessary moneys to do the work have been
provided by the Township of Gloucester in a lawful manner. The award shall further be subjected to the
securing of necessary State, Federal or Local permits governing the work.
Bidders are required to comply with the requirements of N.J.S.A. 10:5-31 et. seq., N.J.A.C. 17:27
(Affirmative Action), P.L. 1963. C150 (New Jersey Prevailing Wage Act), and Americans with
Disabilities Act of 1990 (42 U.S.C. 12101, et.seq.).
The contractor is further notified that he must comply with P.L. 1977, c. 33, and submit a Disclosure
Statement listing stockholders with his bid.
The contractor is further notified that he must comply with P.L. 1999 c.238 Public Works Contractor
Registration Act and he and any subcontractors must be registered in accordance with the act.
The contractor is also further notified that he must comply with P.L. 2004 c. 57 and submit proof of
business registration and submit proof of business registration for any named subcontractors in
accordance with the act.
By Order of the Mayor & Council
Township of Gloucester
Camden County, New Jersey
Dated: August 9, 2012
--- Document: Power Purchase Agreement (PPA) for Solar Photovoltaic Facilities with the Township of Gloucester, Gloucester Township Public School District, and Black Horse Pike Regional School District Gloucester Township, New Jersey ---
NOTICE
Request for Proposals
Power Purchase Agreement (PPA) for Solar Photovoltaic Facilities
with the Township of Gloucester, Gloucester Township Public School District,
and Black Horse Pike Regional School District
Gloucester Township, New Jersey
The Township of Gloucester is seeking proposals from qualified firms for the design,
development, financing, construction, commissioning, operation, maintenance and ownership
of ground-mounted, roof-mounted and parking canopy-mounted solar photovoltaic (“PV”)
facilities for the Township, the Gloucester Township Public Schools and the Black Horse Pike
Regional School District. The estimated aggregate size of the systems proposed in the base bid
is approximately 6MW DC. The PV facilities are proposed to be located at the following
locations (collectively the “Project”):
Ann Mullen School
J.W. Lilley School
Loring Flemming School
C.W. Lewis School
Blackwood School
Triton High School
Erial School
Glen Landing School
Highland High School
Timber Creek High School
Gloucester Township Department of
Public Works
The successful bidder (the “Contractor”) will enter into a maximum 15-year Power Purchase
Agreement (“PPA”) with the Township to sell power produced by the System to the Township
and the School Districts for the respective entities’ facilities. The Contractor shall be
responsible for all costs associated with the development, financing, design, construction and
permitting of the Project. The Contractor shall also be responsible for roofing repairs/upgrades
necessary to ensure that roof warranties are protected and/or extended appropriately. The
Contractor shall retain ownership of the System and the Solar Renewable Energy Certificates
(“SRECs”) generated by the System.
Bids must be accompanied by a Consent of Surety from a surety company authorized to do
business in the State of New Jersey and acceptable to the Township and either a Bid Bond or a
Certified Check drawn to the order of “Township of Gloucester” for not less than ten percent
(10%) of the bid amount, except that the check shall not exceed $20,000.00. The successful
bidder is hereby notified that a performance bond for the full amount of this project is
required.
A non-mandatory pre-bid meeting will be conducted on August 15, 2012 at 10:00 a.m. at the
Board Meeting Room of the Township of Gloucester Municipal Building, 1261 Chews Landing
Road, Laurel Springs, New Jersey. Site tours with the Township’s consultants will be conducted
on August 15 immediately following the pre-bid meeting, and on August 16 at 9:00 a.m. Bids
will be received, opened and read in public on September 27, 2012 at 2:00 PM in the Board
Meeting Room at the Township of Gloucester Municipal Building, 1261 Chews Landing Road,
Laurel Springs, New Jersey.
Copies of the Request for Proposals (“RFP”) documents may be obtained by contacting the
Township of Gloucester at the address below:
Office of the Business Administrator
Gloucester Township
P.O. Box 8
Blackwood, NJ 08012
Electronic file copies of the RFP documents may be requested at no cost via email:
mstanger@blueskypower.com, or by phone at (856) 479-9095 x2.
Bidders are hereby notified that any award made pursuant to the RFP will be made subject to
the condition that the successful bidder must negotiate a Public Labor Agreement for the work.
This RFP seeks bids under the competitive bidding provisions of N.J.S.A. 18A:18A-1, et seq. The
Contractor awarded a contract pursuant to this RFP must comply with the requirements of the
New Jersey Local Public Contracts Law, N.J.S.A. 40A:11-1, et seq., the Public School Contracts
Law, N.J.S.A. 18A:18A-1, and any other applicable statutes and regulations as set forth in the
terms and conditions of the RFP.
Bids received after September 27, 2012 at 2:00 PM, regardless of the circumstances under
which the bid was made untimely, may not be considered. All bids received after said time may
be returned to the bidder unopened.
BY ORDER OF THE TOWNSHIP COUNCIL, Gloucester Township, New Jersey.
Tom Cardis
Business Administrator
--- Document: Bid notice for Installation of the Energy Saving Improvement Program for the Township of Gloucester and Black Horse Pike Regional School District ---
NOTICE TO BIDDERS
PUBLIC NOTICE IS HEREBY GIVEN that sealed bids will be received by the Township of
Gloucester for the Installation of the Energy Saving Improvement Program for the Township of
Gloucester and Black Horse Pike Regional School District, in the Township of Gloucester, Camden
County, New Jersey.
Bid forms, contracts and specifications are on file at the office of Remington and Vernick Engineers, 232
Kings Highway East, Haddonfield, New Jersey 08033.
Said Bids will be received, opened and read aloud in public at the Township of Gloucester, 1261 Chews
Landing Road, P.O. Box 8, Blackwood, Camden County, New Jersey on August 2, 2012 at 10 AM
prevailing time.
A Pre-bid Meeting will be held in the Council Room of the Township of Gloucester, 1261 Chews
Landing Road, Blackwood, New Jersey 08012, at 10 AM on July 19, 2012. Immediately after which
an opportunity to tour the various buildings will be made.
Copies of the bid forms, contracts and specifications may be obtained from said Remington and Vernick
Engineers, by prospective bidders upon request, upon payment of the sum of $50.00 for each set.
PAYMENT MUST BE RECEIVED PRIOR TO OBTAINING SAID SPECIFICATIONS, EITHER BY
MAIL OR IN PERSON.
NO BIDS ARE TO BE DROPPED OFF AT THE ENGINEER’S OFFICE.
The Township of Gloucester reserves the right to consider the bids for sixty (60) days after the receipt
thereof, and further reserves the right to reject any or all bids, either in whole or in part and also to waive
any informality in any and make such awards or take action as may be in the best interest of the Township
of Gloucester.
Bids must be on the bid form prepared by Remington and Vernick Engineers, in the manner designated
therein and required by the specifications, must be enclosed in sealed envelopes bearing the name and
address of the bidder on the outside and also bearing on the outside reference to the particular work bid
upon. Said bids shall be addressed to Rosemary DiJosie, Clerk, Township of Gloucester, P.O. Box 8,
Blackwood, New Jersey 08012.
Each bid shall be accompanied by a certified check, cashier’s check or bid bond duly executed by the
bidder as principal and having as surety thereon a surety company approved by the Township of
Gloucester in an amount not less than ten percent (10%) but in no case in excess of $20,000.00 of the
amount bid. Any such bid bond shall be without endorsement or conditions. Bid shall also be
accompanied by a certificate letter from a surety company stating that it will provide the bidder with the
completion bond.
The award of the contract shall be made subject to the necessary moneys to do the work being provided
by the Township of Gloucester in a lawful manner. The contract to be executed by the successful bidder
will provide that it shall not become effective until the necessary moneys to do the work have been
provided by the Township of Gloucester in a lawful manner. The award shall further be subjected to the
securing of necessary State, Federal or Local permits governing the work.
Bidders are required to comply with the requirements of N.J.S.A. 10:5-31 et. seq., N.J.A.C. 17:27
(Affirmative Action), P.L. 1963. C150 (New Jersey Prevailing Wage Act), and Americans with
Disabilities Act of 1990 (42 U.S.C. 12101, et.seq.).
The contractor is further notified that he must comply with P.L. 1977, c. 33, and submit a Disclosure
Statement listing stockholders with his bid.
The contractor is further notified that he must comply with P.L. 1999 c.238 Public Works Contractor
Registration Act and he and any subcontractors must be registered in accordance with the act.
The contractor is also further notified that he must comply with P.L. 2004 c. 57 and submit proof of
business registration and submit proof of business registration for any named subcontractors in
accordance with the act.
By Order of the Mayor & Council
Township of Gloucester
Camden County, New Jersey
Dated: July 16, 2012
--- Document: Specifications for the purchase of seven (7) yard replacement dump body with spreader for truck #44 ---
SPECIFICATIONS FOR THE PURCHASE OF
SEVEN (7) YARD REPLACEMENT DUMP BODY WITH SPREADER FOR TRUCK #44
FOR THE TOWNSHIP OF GLOUCESTER
COUNTY OF CAMDEN
MAYOR
Len M
DEPARTMENT HEAD
BUSINESS ADMINISTRATOR
SOLICITOR
BID OPENING DATE: July 19, 2012 9:15 Α.Μ.
SPECIFICATIONS # P.W.: 12-4
TOWNSHIP OF GLOUCESTER, CAMDEN COUNTY
NOTICE TO BIDDERS
NOTICE is hereby given that sealed proposals for the:
SEVEN (7) YARD REPLACEMENT DUMP BODY WITH SPREADER FOR TRUCK #44
BID SPECIFICATION NUMBER: PW 12-4
will be received no later than 9:15a.m. prevailing time on July 19, 2012, at the Municipal
Building, Chews-Clementon Road, Chews Landing, New Jersey
PROPOSALS must be addressed to the Township Council, PO Box 8, Blackwood, New Jersey,
08012 and will be opened and read publicly at the above time and date, and should be in a sealed
envelope marked:
SEVEN (7) YARD REPLACEMENT DUMP BODY WITH SPREADER FOR TRUCK #44
DO NOT OPEN UNTIL: July 19, 2012 @ 9:15 Α.Μ.
PROPOSAL forms, instructions to bidders, specifications and other bidding documents may be
examined or obtained at the office of the Township Clerk, 1261 Chews Landing Road, Laurel
Springs, New Jersey, during normal business hours.
The Township Council reserves the right to reject any or all proposals in whole or in part, and to
waive such informalities as may be permitted by law.
BIDDERS are required to comply with the requirements of P.L. 1975, Chapter 127, and P.L.
1977, Chapter 33.
Information on Affirmative Action Program requirements is available at the office of the
Township Clerk, Municipal Complex, Chews-Clementon Road, Laurel Springs, New Jersey.
Rosemary DiJosie
BID PROPOSAL FORM
(Contract Title and Bid Number, if applicable)
(Description of goods/services being bid)
The undersigned proposes to furnish and deliver the above goods/services pursuant to the bid
specification and made part hereof:
Amount in words
$
Amount in numbers
Company Name
Address
Signature of Authorized Agent
Title
Telephone Number
Date
Federal I.D. # or Social Security #
Type or Print Name
PROPOSAL FORM/SIGNATURE PAGES
To:
Township Council
Gloucester Township
1261 Chews Landing Road
Laurel Springs, NJ 08021
Council:
Date:
This proposal is submitted in accordance with your advertisement inviting proposals to be received
for the project identified as:
Having carefully examined the "Advertisement for Bids:, Bidding Instruction", General Clauses",
"Plans", etc. hereinafter, bulletins applying thereto, and being familiar with the various conditions
affecting the work, the undersigned hereby agrees to furnish all materials, perform all labor, and all
else necessary to complete the work in strict accordance with the specifications for prices as follows:
In case this proposal is accepted, the undersigned is hereby bound to enter into contract within
ten(10) days after receipt of notice of acceptance for above mentioned work, in accordance with such
specifications.
day
(Type or Print Name)
2
Subscribed and Sworn
before me this
of
Notary public of
My commission expires
(Seal)
Signature
INSTRUCTIONS TO BIDDERS
NO DEPOSIT OR FEE IS REQUIRED FOR SPECIFICATIONS
QUALIFICATIONS OF BIDDERS
All bidders must be prepared to present suitable evidence of their financial standing and to furnish
a list of similar work recently completed.
No verbal instructions or information to bidders will be binding. The specifications will be
considered as clear and complete unless written attention is called to any discrepancies or
incompleteness before the opening of bids. Should any written inquiries be received by the Business
Administrator, these inquiries will be answered in the form of bulletins and issued to all bidders.
These bulletins shall be considered a part of these specifications.
Bids will be considered as conclusive evidence of complete examination of specifications and
samples. It is understood that parties making bids accept all the terms and conditions expressed and
contained in the specifications attached to the proposal submitted.
A proposal Form/Signature Page is provided in these specifications. This form must be used in
submitting a proposal and all pages of the form must be completely filled out and signed by the
bidder.
PRESENTATION OF BIDS
Each bid must be enclosed in a sealed envelope and clearly marked on the outside:
"BID PROPOSAL
"(see advertisement, page 1), and delivered to the Office of the
Township Clerk, 1261 Chews Landing Rd., Laurel Springs, New Jersey 08021.
WITHDRAWALS
No proposal may be withdrawn later than 4:30 p.m. prevailing time on the day of the opening of the
bids. No modifications or explanations of any bid will be allowed after the same is sealed and
delivered to the Township Clerk. The proposals will be opened and read publicly by the Township
Council.
The Township Council reserves the right to reject any or all bids or parts thereof as deemed to be in
the best interest of the Township and to waive any immaterial informalities as may be permitted by
law.
FORM OF CONTRACT
The successful bidder will be required to execute a written contract with the Township Council
within ten(10) days after notice of the acceptance of their proposal.
BID BOND
Each bid shall be accompanied by a certified check, cashier's check or bid bond duly executed by
the bidder as the principal and having as surety thereon a surety company approved by the
Township of Gloucester in the amount not less than ten percent (10%), but in no case in excess
of $20,000.00 or the amount of bid. Any such bid bond shall be without endorsement or
conditions. Bid shall also be accompanied with a certificate letter from a surety company stating
that it will provide the bidder with the completion bond.
SURETY BOND
The successful bidder will be required to furnish a surety bond in the amount of one hundred
percent (100%) of the contract price, the condition of which shall be in the full and complete
execution and performance of each and all of the terms contained in the contract, proposal,
specifications and instructions to bidders. The bond shall meet all requirements of the Township
Council.
NOTE: Surety bond is automatically required when the contract price exceeds nine hundred
ninety nine dollars and ninety nine cents, ($999.99); when the contract price is under $999.99,
surety bond may be required by the Township Council if they deem it necessary and in the best
interest of the Township.
Entire cost of bond(s) shall be paid for by the individuals, firms, or corporations with whom the
contract(s) are entered into for the execution of any other purchases, or the furnishing or hiring of
any materials or supplies.
CONSENT OF SURETY
A performance bond will be required from the successful contractor on this project, and
consequent, all bidders shall, with their bid, a certificate in substantially the following form:
TO:
(Owner)
RE:
(Contractor)
(Project Description)
This is to certify that the
(Surety Company)
will provide to
(Owner)
a performance bond
in the full amount of awarded contract in the event that said contractor is awarded a contract for
the above project.
(CONTRACTOR)
(Authorized Agent of Surety Company)
Date:
CERTIFICATE OF SURETY MUST BE SIGNED BY AN AUTHORISED AGENT
OR REPRESENTATIVE OF A SURETY COMPANY AND NOT BY THE
INDIVIDUAL OR COMPANY REPRESENTATIVE SUBMITTING THE BID.
SPECIFICATIONS
These specifications are intended to cover the furnishing of all materials and the performance of all
work that may be required or necessary for the complete compliance of the contract and the
contractor will be required to do all things. Where plans, drawings or schematics accompany certain
sections of the specifications, these shall be considered as a part of these specifications.
NTERPRETATIONS OF SPECIFICATIONS
Should the contractor discover discrepancies in the specifications, the matter shall be immediately
brought to the attention of the Township of Gloucester and the discrepancies corrected by written
agreement before preceding further.
All explanation, interpretations and instructions required under these specifications will be given by
the Township upon written request from bidders.
Equipment to be furnished (if applicable) shall be new, first-class, or as specifically stipulated in the
detailed specifications and shall meet with the approval of the Township Council or their designated
representative.
All equipment if applicable, shall conform to the requirements of these specifications and any
equipment rejected by the Council as not complying with these specifications shall be immediately
removed and replaced with acceptable equipment.
EXTRA WORK
No extras or additional work will be allowed or paid for unless such extras or additional work is
ordered in writing by the Township and the price fixed and agreed before such work is performed.
ADDITIONS OR DEDUCTIONS
The Council of the Township of Gloucester shall have the right, without invalidating the contract,
to make additions to or deductions from the work covered by these specifications and in case such
deductions in cost shall be made between the Council and the contractor, but must be agreed to in
writing.
PROTECTION BY CONTRACTOR
The contractor agrees to indemnify and save harmless the Township and their representatives from
all suits or actions of every nature and description brought against them or either of them, or on
account of the use of patented or copyrighted material, appliances, products, or processes, with legal
protection. The contractor shall not transfer or sublet any portion of the work covered by these
specifications without written consent of the Township.
GENERAL CLAUSE
PROPOSAL FORMS
As noted under "instructions to bidders", attached to these specifications is a "Proposal
Form/Signature Form", which must be completely filled out and signed by each bidder.
As these Instructions to Bidders, Specifications, Form of Proposal, Signature Page, General and
Special Clauses, etc. all refer to each other and together constitute a whole legal binding agreement
and must be returned together as when delivered to bidder.
NO BID WILL BE ACCEPTED UNLESS SUBMITTED ON THE FORMS FURNISHED HEREIN
All bids must be sealed, marked and delivered in accordance with the instructions in paragraph 5,
and 6. Bids will be opened and read publicly by the Business Administrator at the time and day
specified in the Advertisement for Bids. Reading of the bids will take place at the Municipal
Building, 1261 Chews Landing Road, Laurel Springs, NJ 08021.
DELIVERY
In general, deliveries shall be at such time and place as may be fixed by Council and shall not be
made except upon definite instructions. See "Specifications" for delivery required under these
present specifications.
DISPOSAL OF MATERIALS, SUPPLIED ETC...NOT APPROVED.
Bidders shall understand that when materials, supplies, etc. have been delivered to the job which do
not comply with the specifications and have not been approved, they shall be immediately removed
upon notification to the contractor and replaced with material, supplied, etc., in full accordance with
the specifications.
PAYMENTS
Payments shall be made to the contractor within sixty(60) days of receipt of invoice, after inspection
and acceptance of the material and/or work and approval of the invoice by the Township Council
unless otherwise stipulated by the Township in the form of a contract.
NUMBER OF WORKING DAYS
The contract shall contain the date which the work shall be completed or shall specify the number
of working days to be allowed for its completion and/or delivery of materials equipment and
supplies.
EXEMPTION FROM FEDERAL EXCISE AND NEW JERSEY SALES TAX
The Township of Gloucester is exempt from Federal Excise Taxes and the New Jersey Sales Tax.
Net prices as shown in the proposal shall exclude said Federal and State Tax amounts.
NOTE: This provision shall not apply to construction, repair and/or maintenance contracts where
bidder purchases supplies, materials, and/or equipment and includes costs thereof in computation
of his bid or proposal.
NEW JERSEY PREVAILING WAGE ACT
All work on this project shall comply with the requirements under the 1963 Revised Statutes of New
Jersey Chapter 150, "Prevailing Rate of Wages on Public Contracts".
Current applicable Wage Rate Determination of the State of the New Jersey Department of Labor
shall become part of the contract.
DOMESTIC PRODUCTS
Only manufactured products of the United States, wherever available, shall be used in connection
with this undertaking, pursuant to 40A:11-18 of the Revised Statutes of the State of New Jersey.
PUBLIC DISCLOSURE
Chapter 33 of the Public Laws of 1977 provides that no Corporation or Partnership shall be awarded
any State, County, Municipal, or School District contract for the performance of any work or the
furnishing of any materials or supplies, unless prior to the receipt of the bid or accompanying the bid
of said Corporation or Partnership there is submitted a statement. The statement shall set forth the
names and addresses of all stockholders in the Corporation or Partnership who own ten percent
(10%) or more if its stock or any class, or of all individual partners in the Partnership who owns a
ten percent(10%) or greater interest therein.
FAILURE TO SUPPLY THIS INFORMATION WITH "FORM OF PROPOSAL" WILL BE
CAUSE TO REJECT THE BID
Full firm name of Bidder
Address
City, State, Zip Code
Phone Number
Signature of Bidder
Fax Number
SPECIFICATIONS FOR A REAR DISCHARGE
MULTI-PURPOSE ALL SEASON BODY
GENERAL:
This specification shall describe a 304 Stainless Steel HENDERSON FLAT FLOOR MUNIbody® Rear
Discharge (AR400 Floor) combination dump/spreader body or equal. Bidders must submit with their bid
complete specifications on the unit they propose to furnish.
MINIMUM BODY REQUIREMENTS
Capacity to be 8 cubic yards struck without sideboards/ 10 cubicyards with
sideboards
Inside length 10')
The inside of the body shall be 86" wide to maximize capacity and lower the
center of gravity of the unit.
Side height of 36 inches. Tailgate height of 48". Headsheet height of 52
inches with internal doghouse.
SIDES & HEADSHEET
One piece sides constructed of 304 steel, 75,000 PSI tensile strength.
Boxed formed top rails constructed of 10ga 304, 75,000 PSI tensile
strength and be of dirt shedding design.
Sides to be reinforced with (1) horizontal fully welded side brace construted
of 10ga 304, 75,000 PSI tensile strength. Horizontal bracing to be of dirt
shedding design.
Lower rubrail to be constructed of 10ga 304 steel and be of dirt shedding
design.
Headsheet and one-piece sides to be 7 gauge 304, 75,000 PSI tensile
strength.
Headsheet shall be vertical.
Headsheets which are sloped to
accommodate the hoist are NOT ACCEPTABLE.
2" wide side board pockets.
17" x 5" x 14" 304 rear corner posts are tied into a ¼" formed channel on the
front and rear lower side of bolster..
CONVEYOR/FLOOR
Floor Construced of 1/4" AR400 with 5" round floor to side radius.
12.5" truck frame to body floor height for lower center of gravity and lower
mounting height.
" 304SS formed inner sill which also forms the conveyor chain guard. 7
gauge 304SS formed outer longsills.
1/4" AR400, (190,000 PSI yield, 200,000 PSI tensile strength, Brinnell
Hardness of 400), conveyor bed floor.
Formed 3/8" thick tie plate to fully extend between the left and right side of
the body, located at the rear of the unit. This tie plate will provide additional
structural support at the rear of the body to prevent sagging at the rear
corner posts.
2" diameter drive and idler shafts with 8 tooth sprockets. Drive sprockets
are double keyed with ½" keys to shaft. Sprockets shall be heat treated to
50 Rockwell C hardness.
Conveyor driven by a 25:1 planetary gearcase and piston motor driving rear
shaft.
Product features are based on published information at the time of publication. Product features are subject to change
without notice. (10/28/2010csm)
28" wide conveyor.
D667K pintle chain (24,500 lb. tensile/strand).
1/2" X 1-1/2" conveyor crossbars spaced on every other link.
The rear apron shall have a bolt on cover plate which allows for easy
access to gearcase.
SPINNER CHUTE ASSEMBLY: RECIEVER MOUNTED D/S FRAME
Spinner assembly must be adjustable left to right, front to back, and up and
down to assure accurate placement of material on spinner disc to facilitate
control of spread pattern.
Front spinner baffle is fixed for protection of chassis undercarriage
10 ga., 20" diameter spinner disc to have replaceable machined hubs
Six (6) 10 ga., 304 Stainless Steel bolt-on replaceable spinner vanes for
counterclockwise rotation.
Spinner hydraulic motor shall mount directly on bottom of spinner disc.
Motor shall be enclosed in a removeable material shedding protective
cover.
Spinner assembly to be reciever mount type drivers side frame
TAILGATE:
7ga 304 tailgate sheet, 75,000 PSI tensile
Full perimeter boxing with all horizontal edges sloped outward.
Tailgate must be double acting (NO EXCEPTIONS)
Tailgate shall be seven panel design with (2) vertical braces and (2)
horizontal braces.
Flush mount, 1/2" flame cut tailgate pivots
Heavy duty offset hinge plates, 1" flame cut
3/4" latch hooks with 3/8" latch plates
1-1/4" hot rolled upper and lower pins
7 gauge 9" x 24" rear feedgate
The screwjack operated feedgate. Two ½" diameter 304 stainless steel
sliding guides are required for easy feedgate movement. The feedgate is
positively locked into position with a stainless steel locator pin.
Single brake chamber air tailgate latches with overcenter linkage. Pivot
shafts include stainless steel bushings to eliminate seizing
HOIST:
Front mounted telescopic hoist with small internal doghouse (maximum 12"
deep).
Single cylinder, trunnion mount (inverted cylinder not acceptable).
Ν.Τ.Ε.Α. class 40.
3 stage cylinder with 4" first stage diameter
Wear and corrosion resistant nitrided cylinder tubes.
Minimum two-year cylinder warranty
Connecting pivots to have replaceable greaseless composite bushings.
5 degree oscillating cylinder collar.
REAR HINGE ASSEMBLY:
6" x 8" x 1/2" structural angle
2" 303 Stainless Steel hinge pins connecting to 2-1/2" hinge blocks using
replaceable greaseless composite bushings for a minimal pin-to-bushing
clearance.
Product features are based on published information at the time of publication. Product features are subject to change
without notice. (10/28/2010csm)
LIGHT PACKAGE:
Rubber mounted, shock resistant stop/turn/tail light in each rear corner
post. Highly visible, yet recessed for protection. Four red rear, two side
mounted red rear reflectors, and two side mounted amber front reflectors.
Includes a one piece sealed wiring harness
Rubber mounted, shock resistant I.C.C. 3-light cluster, for mounting in a
supplied fabricated light bar
All lights to be L.E.D.
PAINT PREPARATION:
All surfaces are high pressure cleaned & phosphated
Natural
Conveyor cover in 3/16" AR400 steel bolt in type
Polyurethane spinner disc
Underbody pan
Product features are based on published information at the time of publication. Product features are subject to change
without notice. (10/28/2010csm)
HYDRAULIC PUMP/PTO:
The hydraulic pump shall be a Parker PGP330 series gear pump or equal that shall be
direct mounted to a Hot Shift PTO. The pump shall have a flow rate of 15.96 GPM at
1000 engine rpm. The pump shall have a B-B splined drive shaft. The suction hose to
the pump shall be a minimum of 1½" I.D. SAE 100-R4 hose. The power take off
shall be a Parker Hot Shift 277 series PTO mounted on the left, right, or topside of the
transmission with a ratio of 103% of engine speed.
SHUT DOWN SYSTEM:
There shall be a sensor for low oil/high temp mounted in the top of the reservoir. It
will be a normally open circuit rated for 3 amps. When the oil reaches a critical level
this circuit will close sending a signal to the hot shift power take off, disengaging the
pump and shutting off the flow of oil to the system. At the same time, a signal will be
sent to an indicator mounted in the cab alerting the operator of system shut down. A
low oil manual override switch will allow the operator to momentarily override the
system shutdown to raise the plow or lower the dump body, in order to return to a
maintenance facility.
RESERVOIR/VALVE ENCLOSURE:
•
•
•
•
•
•
•
The hydraulic reservoir will be of 35 gallons nominal capacity.
The hydraulic reservoir will be constructed of 10-gauge steel and be internally
baffled.
Mounting bracket is to be designed and supplied by the reservoir supplier.
Mounting system should allow for a 1" frame clearance for frame obstructions.
Shall be mounted in a manner as to not transmit any truck torsional loads thru
the tank.
The enclosure will use a gasket-less passive technology. (No rubber seals,
gaskets, or weather stripping.)
The enclosure lid will be removable within seconds by one person without the
use of tools.
All valve fittings, hose ends, filter, filler breather, sending units and any
electrical connections are to be protected by enclosure cover.
The reservoir supplier will provide all valve fittings (JIC connections) and
plumb the return line from the valve to the filter.
The cover will protect from both road and pressure washer spray.
Product features are based on published information at the time of publication. Product features are subject to change
without notice. (10/28/2010csm)
•
•
The use of bulkhead fittings is not permitted.
The directional control valve must be easily accessible from all (6) sides
without the use of tools.
Hose exit and entrance must allow for components to be mounted adjacent to
the enclosure.
A 2" full flow brass ball valve shall be plumbed at the suction port of the tank.
The valve/tank assembly shall be a Force America model “VT35 Valve/Tank
Assembly" or prior approved equal.
FILTER:
Hydraulic oil filter shall be mounted in the reservoir. Hydraulic filter shall be a 16-
micron absolute and rated for no less than 60 GPM. Filter shall be a
TEF31016VG16SP-UG60E115. The filter will come with both a visual and electrical
bypass indicator. A warning light shall be mounted in the cab and wired to the
electrical indicator.
VALVE CONTROLS:
The valve controls shall be Morse remote control system with dynamic rod seal
cables. Must be bulkhead type connections at the hydraulic valve sections. Valve
controls shall be mounted at the right of the driver. The hoist section shall have a
center lock to prevent accidental actuation. A combination of single or dual axis
levers stacked together for operation of the remaining sections in hydraulic valve
bank. The controllers shall be mounted in a totally enclosed tower. Cable core shall
be stainless steel capable of 100 pounds of push and pull.
1. Spin-A-Veyer section, consisting of two pressure compensated cartridges that are
a single piece design with hardened cartridge bores and spools. These shall be
operated independently via a 12 VDC pulse width modulated signal. Each valve
shall have heavy duty 7/16-20 UNF screw style manual overrides that are
adjustable from no flow to full flow. These valves shall be mounted in a housing
that is made of aluminum with gray anodizing for corrosion resistance and
durability. The auger/conveyor shall be a 15 GPM spool and the spinner shall be a
7 GPM spool. The electrical connections shall be weatherpacks.
SPREADER CONTROL CONSOLE:
The spreader control shall regulate the auger and spinner speeds. There shall be two
individual detented knobs providing proportional control from closed to fully open on
the control valve of the auger and spinner. Front face panel shall have "standby"
indicator light activated by pushing the auger dial, blast mode adjustable for
momentary or timed up to 16 seconds with cancellation and flashing indicator light.
Other features shall include remote standby and blast inputs, switch selectable
speedometer interrupt (sander shutdown when vehicle stops), reverse polarity
protected, adjustable back lighting via vehicle controls. Spreader control shall be
Product features are based on published information at the time of publication. Product features are subject to change
without notice. (10/28/2010csm)
Force America model SSC-2150 or prior approved equal.
CONTROL VALVE:
Control valve shall be U.S. manufactured. Valve to be a closed center type with an
unloader. The unloader shall be a field replaceable unloader cartridge. Valve to
be o-ring ported. Mid-inlet section porting will be #16 inlet, #20 outlet, #16 hoist
section, and #10 or #12 for all other sections. The hoist section shall be stacked to one
side of the mid-inlet and all other sections will be stacked on the other side. All ports
shall be level with each other so as to lay flat on its base. There will be a main relief
in the mid-inlet section that will be set at 2000-PSI maximum system pressure.
Valve section to be arranged as follows:
1. Hoist, 4-way for a double acting cylinder with down side work port relief
set at 500 PSI.
Mid-inlet transition section
2. Plow Lift, 4-way for a double acting cylinder with flow control.
3. Plow Angle, 4-way for a double acting cylinder with flow control and an
external cushion valve to protection the cylinders.
Valve to be Force America Add-A-Stack® valve or prior approved equal.
HYDRAULIC LINES AND PLUMBING:
Quick couplers front and rear to match existing township couplers
All hydraulic lines and plumbing shall be of sufficient capacity so as not to create heat
or turbulence within hydraulic system. Suction line between reservoir and pump shall
be a minimum of 2 in. I.D. with a minimum SAE 100-R4 rating and shall be secured
on both ends via heavy duty banding straps, radiator hose clamps unacceptable. All
pressure hoses, including signal sense to pump shall have swivel fittings on both ends
and have a minimum SAE 100-R2 rating. Return lines and case drain shall have
minimum SAE 100-R1 rating.
Hydraulic lines shall be routed to minimize interference with equipment and chassis
components requiring periodic servicing. Support brackets, grommets, and tie wraps
Product features are based on published information at the time of publication. Product features are subject to change
without notice. (10/28/2010csm)
shall be provided where appropriate to protect lines from damage by abrasion, cutting
or impact.
Hoses shall not be routed near exhaust manifolds pipes, bolts, sharp edges, and
exhaust system to prevent wear, fatigue, or fire. Pipe fittings are not acceptable in any
high-pressure line. Maximum distance between support clamps on all hydraulic lines
shall be 24in.
ACCESSORIES
STROBE SYSTEM
6 Head L.E.D. amber flashing light system
-2 in front cab shield
-2 in side of cab shield
-2 rear corner posts
Extra set of L.E.D. stop, turn taillights in rear corner posts
4" Spreader work light
PH-25 25 ton pintle hook on ' plate with safety "D" rings
7 prong trailer light plug
Aero electric tarp and roller with asphalt tarp
EPCO 500ps electric brake controller
Product features are based on published information at the time of publication. Product features are subject to change
without notice. (10/28/2010csm)
AFFIRMATIVE ACTION COMPLIANCE NOTICE
N.J.S.A 10:5-31 and N.J.A.C. 17:27
GOODS AND SERVICES CONTRACTS
(INCLUDING PROFESSIONAL SERVICES)
This form is a summary of the successful bidder's requirement to comply with requirements of
N.J.S.A. 10:5-31 and N.J.A.C. 17:27.
The successful bidder shall submit to the public agency, after notifications of award but prior to
execution of this contract, one of the following three documents as forms of evidence.:
(a) A photocopy of a valid letter that the contractor is operating under an existing Federally
approved or sanctioned Affirmative Action Program (good for one year from the date of the
letter):
OR
(b) A photocopy of a Certificate of Employee Information Report approval, issued in
accordance with N.J.A.C. 17:27-4
OR
c) A photocopy of an Employee Information Report (Form AA302) provided by the Division
and distributed to the public agency to be completed by the contractor
The successful vendor may obtain the Affirmative Action Employee Information Report (AA302)
from the contraction unit during normal business hours.
The successful vendor(s) must submit the copies of the AA302 Report to the Division of Contract
Compliance and Equal Employment Opportunity in Public Contracts (Division). The Public Agency
copy is submitted to the public agency, and the vendor copy is retained by the vendor.
The undersigned vendor certifies that he/she is aware of the commitment to comply with the
requirements of N.J.S.A. 10:5-31 and N.J.A.C. 17:27 and agrees to furnish the required forms of
evidence.
The undersigned vendor further understands that his/her bid shall be rejected as non-responsive if
said contractor fails to comply with the requirements of N.J.S.A. 10:5-31 and N.J.A.C. 17:27.
COMPANY:
PRINT NAME:
SIGNATURE
TITLE:
DATE:
SUPPLEMENT TO BID SPECIFICATIONS
NON-DISCRIMINATION
During the performance of a contract, the contractor agrees as follows:
1.
2.
3.
4.
5.
The contractor or subcontractor, where applicable, will not discriminate against any
employee or applicants for employment because of age, race, creed, color, national origin,
ancestry, marital status, or sex. The contractor will take affirmative action to ensure that
such applicants are recruited and employed, and that employees are treated during
employment, without regard to their age, race, creed, color, national origin, ancestry, marital
status or sex. Such action shall include, but not be limited to the following: employment,
upgrading, demotion or transfer; recruitment or recruitment advertising; layoff or
termination; rates of pay or other forms of compensation; and selection for training, including
apprenticeship. The contractor agrees to post in conspicuous places, available to employees
and applicants for employment, notice to be provided by the Public Agency Equal
Employment Opportunity Officer setting forth provisions of the non-discrimination clause.
The contractor or subcontractor, where applicable, will in all solicitations or advertisements
for employees placed by or on behalf of the contractor, state that all qualified applicants will
receive consideration for employment without regard to age, race, creed, color, national
origin, ancestry, marital status or sex.
The contractor or subcontractor, where applicable, will send to each labor union or
representative of workers with which it has collective bargaining agreement or other contract
or understanding a notice, to be provided by the Public Agency Equal Employment
Opportunity Officer advising the labor union or workers representative of the contractor's
commitments under this act and shall post copies of the notice in a conspicuous place
available to employees and applicants for employment.
The contractor or subcontractor, where applicable agrees to comply with any regulations
promulgated by the Treasurer pursuant to P.L., c.127, as amended and supplemented from
time-to-time.
The contractor or subcontractor agrees to attempt in good faith to employ minority and
female workers consistent with the applicable county employment goals prescribed by
section 5.2 of the regulations promulgated by the Treasurer pursuant to P.L. 1975, c. 127 as
amended and supplemented from time-to-time or in accordance with a binding determination
of applicable county employment goals, determined by the Affirmative Action Office
pursuant to section 5.2 of the regulations promulgated by Treasurer pursuant to P.L. 1975,
c, 127 as amended and supplemented from time-to-time.
6.
The contractor or subcontractor agrees to inform in writing all recruitment agencies,
including employment agencies, placement bureaus, colleges, universities, labor unions, that
it does not discriminate on the basis of age, creed, color, national origin, ancestry, marital
status, or sex, and that it will discontinue the use of any recruitment agency which engages
in direct or indirect discriminatory practices.
7.
The contractor or subcontractor agrees to revise any of its testing procedures, if necessary,
to assure that all personnel testing conforms with the principles of job-related testing, as
established by the statues and court decisions of the State of New Jersey and as established
and by application Federal Law and applicable Federal Court decisions.
8.
The contractor or subcontractor agrees to review all procedures relating to transfer,
upgrading, downgrading and layoff to ensure that all such actions are taken without regard
to age, creed, color, national origin, ancestry, marital status or sex and conform with the
applicable employment goals consistent with the statutes and court decisions of the State of
New Jersey, and applicable Federal Law and applicable Federal Court decisions.
Provisions 4, 5, 6, 7, or 8 not required for subcontractors with (4) or fewer employees or a
contractor who has presented evidence of a Federally approved or sanctioned Affirmative
Action Program
Submitted By:
Name of Firm
Signature
Title
Date
AFFIDAVIT FOR AFFIRMATIVE ACTION
(This Affidavit is part of the Proposal)
STATE OF:
COUNTY OF:
being duly sworn, deposes and says that he/she resides at:
and that he/she is the
of
who signed the foregoing Proposal of Bids, that during the course of this contract, he/she will agree
to the Plan for Affirmative Action.
Subscribed and Sworn to
before me on the
day
of
20
(Notary Public)
My Commission Expires:
(Seal)
GOODS, PROFESSIONAL SERVICES AND
GENERAL SERVICE CONTRACTS
During the performance of this contract, the contractor agrees as follows:
The contractor or subcontractor, where applicable, will not discriminate against any employee or
applicant for employment because of age, race, creed, color, national origin, ancestry, marital status,
sex, affectional or sexual orientation. The contractor will take affirmative action to ensure that such
applicants are recruited and employed, and that employees are treated during employment, without
regard to their age, race, creed, color, national origin, ancestry, marital status, sex, affectional or
sexual orientation. Such action shall include, but not be limited to the following: employment,
upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates
of pay or other forms of compensation; and selection for training, including apprenticeship. The
contractor agrees to post in conspicuous places, available to employees and applicants for
employment, notices to be provided by the Public Agency Compliance Officer setting forth
provisions of the nondiscrimination clause.
The contractor or subcontractor, where applicable will, in all solicitations or advertisements for
employees placed by or on behalf of the contractor, state that all qualified applicants will receive
consideration for employment without regard to age, race, creed, color, national origin
--- Document: Specifications for the purchase of thirty (30) yard new 2013 Caterpillar CT660S, or approved equal tri axle truck with plow ---
MAYOR
SPECIFICATIONS FOR THE PURCHASE OF
THIRTY (30) YARD NEW 2013 CATERPILLAR CT660S,
OR APPROVED EQUAL TRI AXLE TRUCK WITH PLOW
FOR THE TOWNSHIP OF GLOUCESTER
COUNTY OF CAMDEN
BUSINESS ADMINISTRATOR
BID OPENING DATE: July 19, 2012 @ 9:00 Α.Μ.
SPECIFICATIONS # P.W.: 12-3
DEPARTMENT HEAD
SOLICITOR
TOWNSHIP OF GLOUCESTER, CAMDEN COUNTY
NOTICE TO BIDDERS
NOTICE is hereby given that sealed proposals for the:
THIRTY (30) YARD NEW 2013 CATERPILLAR CT660S, OR APPROVED EQUAL TRI
AXLE TRUCK WITH PLOW
BID SPECIFICATION NUMBER: PW 12-3
will be received no later than 9:15a.m. prevailing time on July 19, 2012, at the Municipal
Building, Chews-Clementon Road, Chews Landing, New Jersey
PROPOSALS must be addressed to the Township Council, PO Box 8, Blackwood, New Jersey,
08012 and will be opened and read publicly at the above time and date, and should be in a sealed
envelope marked:
THIRTY (30) YARD TRI AXLE TRUCK WITH PLOW
DO NOT OPEN UNTIL: July 19, 2012 @ 9:00 a.m.
PROPOSAL forms, instructions to bidders, specifications and other bidding documents may be
examined or obtained at the office of the Township Clerk, 1261 Chews Landing Road, Laurel
Springs, New Jersey, during normal business hours.
The Township Council reserves the right to reject any or all proposals in whole or in part, and to
waive such informalities as may be permitted by law.
BIDDERS are required to comply with the requirements of P.L. 1975, Chapter 127, and P.L.
1977, Chapter 33.
Information on Affirmative Action Program requirements is available at the office of the
Township Clerk, Municipal Complex, Chews-Clementon Road, Laurel Springs, New Jersey.
Rosemary DiJosie
BID PROPOSAL FORM
(Contract Title and Bid Number, if applicable)
(Description of goods/services being bid)
The undersigned proposes to furnish and deliver the above goods/services pursuant to the bid
specification and made part hereof:
Amount in words
$
Amount in numbers
Company Name
Address
Signature of Authorized Agent
Title
Telephone Number
Date
Federal I.D. # or Social Security #
Type or Print Name
PROPOSAL FORM/SIGNATURE PAGES
To:
Council:
Township Council
Gloucester Township
1261 Chews Landing Road
Laurel Springs, NJ 08021
Date:
This proposal is submitted in accordance with your advertisement inviting proposals to be received
for the project identified as:
Having carefully examined the "Advertisement for Bids:, Bidding Instruction", General Clauses",
"Plans", etc. hereinafter, bulletins applying thereto, and being familiar with the various conditions
affecting the work, the undersigned hereby agrees to furnish all materials, perform all labor, and all
else necessary to complete the work in strict accordance with the specifications for prices as follows:
In case this proposal is accepted, the undersigned is hereby bound to enter into contract within
ten(10) days after receipt of notice of acceptance for above mentioned work, in accordance with such
specifications.
day
(Type or Print Name)
2
Subscribed and Sworn
before me this
of
Notary public of
My commission expires
(Seal)
Signature
INSTRUCTIONS TO BIDDERS
NO DEPOSIT OR FEE IS REQUIRED FOR SPECIFICATIONS
QUALIFICATIONS OF BIDDERS
All bidders must be prepared to present suitable evidence of their financial standing and to furnish
a list of similar work recently completed.
No verbal instructions or information to bidders will be binding. The specifications will be
considered as clear and complete unless written attention is called to any discrepancies or
incompleteness before the opening of bids. Should any written inquiries be received by the Business
Administrator, these inquiries will be answered in the form of bulletins and issued to all bidders.
These bulletins shall be considered a part of these specifications.
Bids will be considered as conclusive evidence of complete examination of specifications and
samples. It is understood that parties making bids accept all the terms and conditions expressed and
contained in the specifications attached to the proposal submitted.
A proposal Form/Signature Page is provided in these specifications. This form must be used in
submitting a proposal and all pages of the form must be completely filled out and signed by the
bidder.
PRESENTATION OF BIDS
Each bid must be enclosed in a sealed envelope and clearly marked on the outside:
"BID PROPOSAL
"(see advertisement, page 1), and delivered to the Office of the
Township Clerk, 1261 Chews Landing Rd., Laurel Springs, New Jersey 08021.
WITHDRAWALS
No proposal may be withdrawn later than 4:30 p.m. prevailing time on the day of the opening of the
bids. No modifications or explanations of any bid will be allowed after the same is sealed and
delivered to the Township Clerk. The proposals will be opened and read publicly by the Township
Council.
The Township Council reserves the right to reject any or all bids or parts thereof as deemed to be in
the best interest of the Township and to waive any immaterial informalities as may be permitted by
law.
FORM OF CONTRACT
The successful bidder will be required to execute a written contract with the Township Council
within ten(10) days after notice of the acceptance of their proposal.
BID BOND
Each bid shall be accompanied by a certified check, cashier's check or bid bond duly executed by
the bidder as the principal and having as surety thereon a surety company approved by the
Township of Gloucester in the amount not less than ten percent (10%), but in no case in excess
of $20,000.00 or the amount of bid. Any such bid bond shall be without endorsement or
conditions. Bid shall also be accompanied with a certificate letter from a surety company stating
that it will provide the bidder with the completion bond.
SURETY BOND
The successful bidder will be required to furnish a surety bond in the amount of one hundred
percent (100%) of the contract price, the condition of which shall be in the full and complete
execution and performance of each and all of the terms contained in the contract, proposal,
specifications and instructions to bidders. The bond shall meet all requirements of the Township
Council.
NOTE: Surety bond is automatically required when the contract price exceeds nine hundred
ninety nine dollars and ninety nine cents, ($999.99); when the contract price is under $999.99,
surety bond may be required by the Township Council if they deem it necessary and in the best
interest of the Township.
Entire cost of bond(s) shall be paid for by the individuals, firms, or corporations with whom the
contract(s) are entered into for the execution of any other purchases, or the furnishing or hiring of
any materials or supplies.
CONSENT OF SURETY
A performance bond will be required from the successful contractor on this project, and
consequent, all bidders shall, with their bid, a certificate in substantially the following form:
TO:
(Owner)
RE:
(Contractor)
(Project Description)
This is to certify that the
(Surety Company)
will provide to
(Owner)
a performance bond
in the full amount of awarded contract in the event that said contractor is awarded a contract for
the above project.
(CONTRACTOR)
(Authorized Agent of Surety Company)
Date:
CERTIFICATE OF SURETY MUST BE SIGNED BY AN AUTHORISED AGENT
OR REPRESENTATIVE OF A SURETY COMPANY AND NOT BY THE
INDIVIDUAL OR COMPANY REPRESENTATIVE SUBMITTING THE BID.
SPECIFICATIONS
These specifications are intended to cover the furnishing of all materials and the performance of all
work that may be required or necessary for the complete compliance of the contract and the
contractor will be required to do all things. Where plans, drawings or schematics accompany certain
sections of the specifications, these shall be considered as a part of these specifications.
NTERPRETATIONS OF SPECIFICATIONS
Should the contractor discover discrepancies in the specifications, the matter shall be immediately
brought to the attention of the Township of Gloucester and the discrepancies corrected by written
agreement before preceding further.
All explanation, interpretations and instructions required under these specifications will be given by
the Township upon written request from bidders.
Equipment to be furnished (if applicable) shall be new, first-class, or as specifically stipulated in the
detailed specifications and shall meet with the approval of the Township Council or their designated
representative.
All equipment if applicable, shall conform to the requirements of these specifications and any
equipment rejected by the Council as not complying with these specifications shall be immediately
removed and replaced with acceptable equipment.
EXTRA WORK
No extras or additional work will be allowed or paid for unless such extras or additional work is
ordered in writing by the Township and the price fixed and agreed before such work is performed.
ADDITIONS OR DEDUCTIONS
The Council of the Township of Gloucester shall have the right, without invalidating the contract,
to make additions to or deductions from the work covered by these specifications and in case such
deductions in cost shall be made between the Council and the contractor, but must be agreed to in
writing.
PROTECTION BY CONTRACTOR
The contractor agrees to indemnify and save harmless the Township and their representatives from
all suits or actions of every nature and description brought against them or either of them, or on
account of the use of patented or copyrighted material, appliances, products, or processes, with legal
protection. The contractor shall not transfer or sublet any portion of the work covered by these
specifications without written consent of the Township.
GENERAL CLAUSE
PROPOSAL FORMS
As noted under "instructions to bidders", attached to these specifications is a "Proposal
Form/Signature Form", which must be completely filled out and signed by each bidder.
As these Instructions to Bidders, Specifications, Form of Proposal, Signature Page, General and
Special Clauses, etc. all refer to each other and together constitute a whole legal binding agreement
and must be returned together as when delivered to bidder.
NO BID WILL BE ACCEPTED UNLESS SUBMITTED ON THE FORMS FURNISHED HEREIN
All bids must be sealed, marked and delivered in accordance with the instructions in paragraph 5,
and 6. Bids will be opened and read publicly by the Business Administrator at the time and day
specified in the Advertisement for Bids. Reading of the bids will take place at the Municipal
Building, 1261 Chews Landing Road, Laurel Springs, NJ 08021.
DELIVERY
In general, deliveries shall be at such time and place as may be fixed by Council and shall not be
made except upon definite instructions. See "Specifications" for delivery required under these
present specifications.
DISPOSAL OF MATERIALS, SUPPLIED ETC...NOT APPROVED.
Bidders shall understand that when materials, supplies, etc. have been delivered to the job which do
not comply with the specifications and have not been approved, they shall be immediately removed
upon notification to the contractor and replaced with material, supplied, etc., in full accordance with
the specifications.
PAYMENTS
Payments shall be made to the contractor within sixty (60) days of receipt of invoice, after inspection
and acceptance of the material and/or work and approval of the invoice by the Township Council
unless otherwise stipulated by the Township in the form of a contract.
NUMBER OF WORKING DAYS
The contract shall contain the date which the work shall be completed or shall specify the number
of working days to be allowed for its completion and/or delivery of materials equipment and
supplies.
EXEMPTION FROM FEDERAL EXCISE AND NEW JERSEY SALES TAX
The Township of Gloucester is exempt from Federal Excise Taxes and the New Jersey Sales Tax.
Net prices as shown in the proposal shall exclude said Federal and State Tax amounts.
NOTE: This provision shall not apply to construction, repair and/or maintenance contracts where
bidder purchases supplies, materials, and/or equipment and includes costs thereof in computation
of his bid or proposal.
NEW JERSEY PREVAILING WAGE ACT
All work on this project shall comply with the requirements under the 1963 Revised Statutes of New
Jersey Chapter 150, "Prevailing Rate of Wages on Public Contracts".
Current applicable Wage Rate Determination of the State of the New Jersey Department of Labor
shall become part of the contract.
DOMESTIC PRODUCTS
Only manufactured products of the United States, wherever available, shall be used in connection
with this undertaking, pursuant to 40A:11-18 of the Revised Statutes of the State of New Jersey.
PUBLIC DISCLOSURE
Chapter 33 of the Public Laws of 1977 provides that no Corporation or Partnership shall be awarded
any State, County, Municipal, or School District contract for the performance of any work or the
furnishing of any materials or supplies, unless prior to the receipt of the bid or accompanying the bid
of said Corporation or Partnership there is submitted a statement. The statement shall set forth the
names and addresses of all stockholders in the Corporation or Partnership who own ten percent
(10%) or more if its stock or any class, or of all individual partners in the Partnership who owns a
ten percent(10%) or greater interest therein.
FAILURE TO SUPPLY THIS INFORMATION WITH "FORM OF PROPOSAL" WILL BE
CAUSE TO REJECT THE BID
Full firm name of Bidder
Address
City, State, Zip Code
Phone Number
Signature of Bidder
Fax Number
AFFIRMATIVE ACTION COMPLIANCE NOTICE
N.J.S.A 10:5-31 and N.J.A.C. 17:27
GOODS AND SERVICES CONTRACTS
(INCLUDING PROFESSIONAL SERVICES)
This form is a summary of the successful bidder's requirement to comply with requirements of
N.J.S.A. 10:5-31 and N.J.A.C. 17:27.
The successful bidder shall submit to the public agency, after notifications of award but prior to
execution of this contract, one of the following three documents as forms of evidence.:
(a) A photocopy of a valid letter that the contractor is operating under an existing Federally
approved or sanctioned Affirmative Action Program (good for one year from the date of the
letter):
OR
(b) A photocopy of a Certificate of Employee Information Report approval, issued in
accordance with N.J.A.C. 17:27-4
OR
c) A photocopy of an Employee Information Report (Form AA302) provided by the Division
and distributed to the public agency to be completed by the contractor
The successful vendor may obtain the Affirmative Action Employee Information Report (AA302)
from the contraction unit during normal business hours.
The successful vendor(s) must submit the copies of the AA302 Report to the Division of Contract
Compliance and Equal Employment Opportunity in Public Contracts (Division). The Public Agency
copy is submitted to the public agency, and the vendor copy is retained by the vendor.
The undersigned vendor certifies that he/she is aware of the commitment to comply with the
requirements of N.J.S.A. 10:5-31 and N.J.A.C. 17:27 and agrees to furnish the required forms of
evidence.
The undersigned vendor further understands that his/her bid shall be rejected as non-responsive if
said contractor fails to comply with the requirements of N.J.S.A. 10:5-31 and N.J.A.C. 17:27.
COMPANY:
PRINT NAME:
SIGNATURE
TITLE:
DATE:
SUPPLEMENT TO BID SPECIFICATIONS
NON-DISCRIMINATION
During the performance of a contract, the contractor agrees as follows:
1.
2.
3.
4.
5.
The contractor or subcontractor, where applicable, will not discriminate against any
employee or applicants for employment because of age, race, creed, color, national origin,
ancestry, marital status, or sex. The contractor will take affirmative action to ensure that
such applicants are recruited and employed, and that employees are treated during
employment, without regard to their age, race, creed, color, national origin, ancestry, marital
status or sex. Such action shall include, but not be limited to the following: employment,
upgrading, demotion or transfer; recruitment or recruitment advertising; layoff or
termination; rates of pay or other forms of compensation; and selection for training, including
apprenticeship. The contractor agrees to post in conspicuous places, available to employees
and applicants for employment, notice to be provided by the Public Agency Equal
Employment Opportunity Officer setting forth provisions of the non-discrimination clause.
The contractor or subcontractor, where applicable, will in all solicitations or advertisements
for employees placed by or on behalf of the contractor, state that all qualified applicants will
receive consideration for employment without regard to age, race, creed, color, national
origin, ancestry, marital status or sex.
The contractor or subcontractor, where applicable, will send to each labor union or
representative of workers with which it has collective bargaining agreement or other contract
or understanding a notice, to be provided by the Public Agency Equal Employment
Opportunity Officer advising the labor union or workers representative of the contractor's
commitments under this act and shall post copies of the notice in a conspicuous place
available to employees and applicants for employment.
The contractor or subcontractor, where applicable agrees to comply with any regulations
promulgated by the Treasurer pursuant to P.L., c.127, as amended and supplemented from
time-to-time.
The contractor or subcontractor agrees to attempt in good faith to employ minority and
female workers consistent with the applicable county employment goals prescribed by
section 5.2 of the regulations promulgated by the Treasurer pursuant to P.L. 1975, c. 127 as
amended and supplemented from time-to-time or in accordance with a binding determination
of applicable county employment goals, determined by the Affirmative Action Office
pursuant to section 5.2 of the regulations promulgated by Treasurer pursuant to P.L. 1975,
c, 127 as amended and supplemented from time-to-time.
6.
The contractor or subcontractor agrees to inform in writing all recruitment agencies,
including employment agencies, placement bureaus, colleges, universities, labor unions, that
it does not discriminate on the basis of age, creed, color, national origin, ancestry, marital
status, or sex, and that it will discontinue the use of any recruitment agency which engages
in direct or indirect discriminatory practices.
7.
The contractor or subcontractor agrees to revise any of its testing procedures, if necessary,
to assure that all personnel testing conforms with the principles of job-related testing, as
established by the statues and court decisions of the State of New Jersey and as established
and by application Federal Law and applicable Federal Court decisions.
8.
The contractor or subcontractor agrees to review all procedures relating to transfer,
upgrading, downgrading and layoff to ensure that all such actions are taken without regard
to age, creed, color, national origin, ancestry, marital status or sex and conform with the
applicable employment goals consistent with the statutes and court decisions of the State of
New Jersey, and applicable Federal Law and applicable Federal Court decisions.
Provisions 4, 5, 6, 7, or 8 not required for subcontractors with (4) or fewer employees or a
contractor who has presented evidence of a Federally approved or sanctioned Affirmative
Action Program
Submitted By:
Name of Firm
Signature
Title
Date
TOWNSHIP OF GLOUCESTER
BID FOR ONE NEW 2013 CATERPILLAR CT660S, OR
APPROVED EQUAL
TRI-AXLE DUMP TRUCK WITH SNOW PLOW
A. GENERAL INFORMATION
The truck to be bid shall be a new 2013 Caterpillar CT660S,
or approved equal Tri-Axle Dump Truck with Snow Plow.
The truck shall be delivered with all standard equipment plus
the options as noted in the following specifications. All truck
paint colors shall be provided by the township. All exceptions
to the bid shall be noted and explained in detail on the bidder's
company letterhead. If no exceptions are taken the bidder shall
deliver the truck exactly as specified. If exceptions are taken and
no detailed explanation is given, the bid will be considered
incomplete and will be rejected. All manufacturer's and model
numbers mentioned are for reference to indicate what is required
on the vehicle. Approved equals will be evaluated and considered.
B. CHASSIS
The base chassis shall be a Caterpillar model CT660S SBA, or approved
equal 6X4 with a 54" set back axle, 211.00 wheelbase, 149.00 CA,
145.00 usable CA and 65.00 axle to frame.
The front axle shall be a Meritor MFS-20-133A non-driving
wide track, I-beam type, 20,000 lb capacity.
The front suspension shall be spring, multileaf, shackle type,
single stage spring, 20,000 lb. capacity.
Front shock absorbers required with 20,000 lb. capacity front axles
and 20,000 lb. suspension.
There shall be two (2) frame mounted front tow hooks individually
capable of a 120,000 lb. pull.
A heavy duty rear crossmember shall be located at the end of the frame.
The single frame rails shall be heat treated alloy steel
120,000 PSI Yield; 12.250" x 3.380", RBM 21.0, section
modules of 2,520,000 and rated for 85,000 GVWR.
COMPLIANCE
YES
NO
The front bumper shall be multi-piece stainless steel.
Dealer installed D.O.T. safety kit to be included.
C. BRAKE SYSTEM
The brake system shall be an air dual system for straight truck
applications.
Front brakes shall be (Dana Spicer ES-165-6) Air, cam type extended
service brake package 16.5" x 6" and include 24 square inch long
stroke brake chambers.
Rear brakes shall be (Dana Spicer ES-165-7) Air, cam type S-Cam
extended service brake package 16.5 x 7.0" and include 30/30 square
inch long stroke brake chamber and spring actuated parking brake.
The brake chambers shall be spring on rear/rear axle and be located
inside the rear tire envelope.
The brake chambers shall be relocated to meet the asphalt
spreader/paver clearance requirements.
A Bendix AntiLock brake system shall be used with 4-channel full
vehicle wheel control system and Automatic traction control.
The brake lines shall be color and size coded nylon.
A twist type drain valve shall be used.
The drain valve shall be a Bendix DV-2, automatic with heater
for air tank.
The drain valve shall be mounted in the wet tank.
There shall be two (2) air pressure gauges located in the instrument
cluster.
There shall be a Bendix SR-1 inversion valve and double check valve.
A yellow knob parking brake control shall be used, and shall be
located on the instrument panel.
There shall be a Bendix quick release valve on the rear axle for spring
brake release. 1 for 4x2, 2 for 6x4.
Front and rear automatic slack adjusters shall be used.
Trailer connections shall be four-wheel with hand control valve
and tractor protection valve.
There shall be a Meritor Wabco System Saver 1200 air dryer
with heater.
The air dryer shall be located inside the left rail in back of cab.
The air tanks shall be polished aluminum with straight thread
O-ring ports.
A 21.0 CFM air compressor shall be used.
The air compressor discharge line shall be ½" ID Teflon hose with
stainless steel braid to air dryer.
A Jacobs engine compression brake shall be used and shall have
selector and on/off switches.
D. ELECTRICAL SYSTEM
The electrical system shall be 12-volt.
The fuses shall be SAE blade-type.
The circuit breakers shall be manual-reset (main panel)
SAE type III with trip indicators.
Three 12-volt, 2130 CCA batteries shall be provided.
The battery box shall be aluminum with an aluminum cover,
18" wide and allow for four battery capacity. The battery box
shall be mounted on the right side back of cab.
A Bosch LH160 brush type alternator shall be used. It shall be
12 volt, 160 amp capacity, pad mounted.
An electric, key operated starter switch shall be used.
The starter motor shall be Mitsubishi electric automotive America
105P, 12 volt with soft start.
Two headlights shall be composite with Halogen projector beam.
Signal lighting shall consist of stop, turn and back-up, dual rear,
combination with reflector.
Front turn signals shall include integral reflectors and side marker
lights which are fender mounted.
The turn signal switch shall be self and manual cancelling with a lane
change feature.
A hazard switch shall be integral with the turn signal switch.
A headlight dimmer switch shall be provided, and shall be
integral with the turn signal lever.
A parking light shall be provided and shall be integral with the
front turn signal and rear tail light.
Two reading lights shall be provided with individual switches,
one above each door.
There shall be two cab dome lights located in the headliner,
and shall have individual switches.
There shall be driver and passenger door mounted courtesy lights.
The windshield wipers shall be electric, use a single motor and be
cowl mounted.
The windshield wiper switch shall be 2-speed with wash, and
shall be steering column mounted.
Wiring shall be color coded and continuously numbered.
Two Grover rectangular bell, chrome air horns shall be used.
There shall be a 7-way trailer connection socket mounted at the
rear of the frame.
The power source shall be cigar type receptacle without plug and cord.
Body builder wiring, rear of frame shall include sealed connectors
for tail/amber, turn/marker, backup/accessory, power/ground and
sealed connector for stop/turn.
The radio shall be an AM/FM CD with weatherband, clock with alarm,
front and rear aux input, USB input, iPod command and control
Four Coaxial speakers shall be provided in the cab.
The power source shall be terminal type 2-post.
The antenna base shall be two single function, one for CB and one
for entertainment radio, without splitter, separate lead-ins with
CB antenna mounted on the right mirror and the AM/FM antenna
mounted on the left mirror.
A Preco 1059 electronic, solid state, dual function 112 dBA
back-up alarm shall be used.
A cigar lighter with ash cup shall be used and shall be center
console mounted.
Toggle switch, (2) auxiliary with two 20-amp fuses/circuit breakers
for use with auxiliary lighting.
E. DRIVE TRAIN & FUEL SYSTEM
The diesel engine shall be an EPA 2010 vocational,
475 HP @ 1700 RPM, 1700 lb-ft torque @ 1000 RPM,
2100 governed speed, 475 peak HP max.
There shall be a 120 volt/1500 watt Phillips engine block heater.
Fan drive shall be a Horton Drivemaster direct drive type, two speed
with residual torque device for disengaged fan speed. ON/OFF fan
drives are not acceptable options.
The radiator shall be aluminum; Welded, front to back flow system,
1564 square inch, 1572 square inch dual CAC, 1293 square inch
3 core low temperature radiator.
The air cleaner shall be single element and heavy duty.
There shall be automatic cold starting with engine ECM control.
The radiator hose clamps shall be R.G. Ray Mini Flex Seal
coil spring/"T"-Bolt type.
A 6-speed automatic transmission shall be furnished. The
transmission shall have an external oil filter and external
serviceable shift solenoid and valves.
The transmission shall have an oil level sensor.
There shall be a magnet in the transmission oil pan.
A Modine remote mounted oil cooler shall be used.
Synthetic transmission oil shall be used, 63-76 pints.
There shall be an air operated power divider lock cab control
with indicator light in the cluster.
There shall be a dash mounted PTO control for customer provided PTO.
It shall include control valve, piping and wiring, wired for PTO.
A Meritor RT-46-160P single reduction tandem rear axle shall be used
with 46,000 lb capacity. with lube pump, driver controlled main locking
differential in rear-rear axle and 200 wheel ends. Gear ratio: 5.38. Rear
axle housing thickness to be .500".
Rear axle lube to be (EmGard 75W-90) synthetic oil.
There shall be two magnetic rear axle drain plugs for the
tandem rear axle.
A Henderickson HMX-460-54 walking beam type tandem rear
suspension shall be used with 54" axle spacing, 46,000 lb. capacity
with rubber end bushings, transverse torque rods, and a three-piece
steel heavy duty crossmember suspension relocated at the end of
the frame.
F. CAB
A National 2000 model 192 air suspension driver seat shall be used.
The seat shall be high back, vinyl boxing with cloth facing. It shall
have two arm rests, isolator, adjuster, 3 chamber lumbar, 6-position
front cushion adjust, 3-position rear cushion adjust, 2 - 15 degree back
angle adjust and vinyl suspension cover.
A National 2000 model 192 non-suspension passenger seat shall
be used. The seat shall be high back, vinyl boxing with cloth facing
and 11 degree back angle adjust.
A Bergstrom enhanced circulation heater shall be used.
The heater hose clamps shall be Bellville washer type.
A Blend-Air air conditioner with integral heater
and defroster shall be used. The evaporator shall be inside the
cab and shall include a cabin filter.
There shall be a center driver convenience console with a cup
and change holder, ash tray and lower storage area.
There shall be an overhead console with three storage pockets,
one with strap for CD mounting and two with netting, courtesy
lights and switches.
An electronic speedometer shall be in the gauge cluster.
There shall be an air application gauge for the air brake system
and rear mounted trailer connection circuit.
A manifold pressure gauge shall be data link driven and mounted
in the instrument panel and shall include a controller module.
A Filter-Minder air cleaner restriction gauge shall be mounted
in the instrument panel.
There shall be a storage pocket located on the back wall between
the driver and passenger seats and one on each door.
A coat hook shall be located on the rear wall behind the
passenger seat.
There shall be a door check strap on each door.
The windshield shall be tow-piece.
The doors shall have power windows and power door locks.
The rear window shall be 52.25" wide.
All glass windows shall be tinted.
There shall be exterior towel type grab handles mounted behind
each door.
There shall be an interior, "A" pillar mounted grab handle on
the passenger side.
The interior mirror shall be convex, look down black finish;
6" x 10.25" located on the passanger side.
Exterior mirrors shall consist of two Lang Merka Aero rectangular
7.09" X 15.75" and integral convex both sides, 102" inside
spacing, breakaway type, heated heads thermostat controlled,
power both sides, amber lens clearance light LED, turn signals,
black painted finish heads, brackets and arms with bi-directional
breakaway feature. Exterior mirrors shall not be door mounted.
There shall be two steps for each door.
The door trim panels shall be vinyl upper with power locks and
upper and lower grab handles on each door.
The floor covering shall be black rubber.
The headliner shall be soft padded vinyl.
The "A" pillar cover shall be molded plastic.
The cab interior trim panels shall be vinyl.
There shall be two vinyl sun visors with molded toll ticket retainer.
There shall be an exterior bright finish sunshade with integral
clearance/marker lights.
There shall be dual frame mounted cab rear suspension with
crossmember assembly.
Front end, tilting hood, Metton composite construction.
G. WHEELS
Front disc wheels shall be 22.5" non-polished aluminum, 10-stud hub
piloted, flanged nut, metric mount, 9.00 DC rims with steel hubs.
Rear dual disc wheels shall be 24.5" non-polished aluminum, 10-stud
hub piloted, flanged nut, metric mount, 8.25 DC rims with steel hubs.
The wheel bearing front lube shall be EmGard 50W synthetic oil.
There shall be two front tires, 315/80R22.5 HSU2+, Continental,
481 rev/mile, load range L, 20 ply.
There shall be eight rear tires, 11R24.5 G282 MSD Goodyear,
475 rev/mile, load range H, 16 ply.
H. DUMP BODY
All manufacturer's and model numbers mentioned are for reference to indicate what is
required on the vehicle. Approved equals will be evaluated and considered.
The dump body shall be a BEAU-ROCK 17'6" DH Diamond
body X 54" sides X 60" tailgate.
Body construction shall be light weight unibody - Hardox 450 steel.
There shall be 2" rubber installed on bottom of body longrails.
Longrails shall be 8" X 3/16" DOX 250 with reinforced gussets.
The floor shall be ¼" @ 215,000 PSI / Hardox 450 steel.
The front shall be 3/16" @ 215,000 PSI / Hardox 450 steel.
The sides shall be 3/16" @ 215,000 PSI / Hardox 450 steel
with tubular top rail. Sides shall be 54" high.
The tailgate shall be ½" @ 215,000 PSI / Hardox 450 steel/ / sloped,
with movable chains. Tailgate shall be 60" high.
There shall be air operated tailgate locks.
There shall be air operated PTO with direct mounted hydraulic pump
and 3rd line option.
Controls shall be mounted in triad fabricated aluminum tower at
convenient location for operator use.
The hoist shall be Mailholt model M160-6.5-4, 45 ton capacity.
There shall be trap rails on each side of the body.
There shall be hooks and spreader chains on the tailgate.
Rubber mud flaps shall be provided in front of lift axle and on
rear with hooks.
There shall be a slim line, lower nesting mounted hydraulic tank
with site tube on front of body.
Air shift shall be provided on the hydraulic pump and shall
include air bonnet kit for pump, feather control valve, air actuated
pull-out valve to prevent cylinder from dead heading.
There shall be a 30" cab shield.
There shall be oval stop-tail-turn lights in the rear post.
There shall be state and D.O.T. lights, flaps and reflectors.
There shall be 2" X 6" standard boards painted black
with center pocket.
There shall be steps on the driver's side front and inside.
There shall be a shovel rack mounted at the driver's
side front of body.
There shall be a AERO model 575 electric tarp system, aluminum
side arms, complete with wind deflector and heat resistant asphalt
shock cord tarp with rear flap.
There shall be a L.E.D. light package for stop, turn and tail lights.
The body shall be painted with Dupont IMRON, single stage.
There shall be hot shift PTO for the automatic transmission.
There shall be a Hendrickson model HLM non-steer, 20,000 lb.
capacity pusher lift axle, and
--- Document: RFQ – Municipal Architect ---
REQUEST FOR QUALIFICATIONS
MUNICIPAL ARCHITECT
The Township of Gloucester solicits statements of qualifications for applicants for appointment as
"Municipal Architect". Responses should address the general criteria and mandatory minimum criteria
for the positions sought. All responses will be treated as confidential and reviewed only by the
governing body, unless otherwise required by law. Responses must be received in the Office of the
Township Clerk, P.O. Box 8, 1261 Chews Landing Road, Blackwood, NJ 08021, no later that 12:PM
Wednesday March 28, 2012. All responses shall be opened and announced publicly, immediately
thereafter by the Township Clerk or her representative. Responses will be reviewed by the governing
body. All appointments will be announced at a public meeting. Unless otherwise noted appointments
shall be for the calendar year of 2012 and subject to the execution of an appropriate contract.
GENERAL CRITERIA: The Township of Gloucester may from time to time appoint an architect to provide
general services relative to architect projects as determined by the Township Council. Applicants should
demonstrate knowledge and experience in architecture in municipalities in New Jersey. Any experience
involving municipalities in Camden County should be addressed. Any experience or knowledge of
matters directly affecting architectural work in the Township of Gloucester should be addressed.
MANDATORY MINIMUM REQUIREMENTS
1. Must have a minimum of ten (10) years experience in architect work in the State of New Jersey.
2. Must have prior experience providing architect work in New Jersey municipalities.
3. Any experience in matters involving the Township of Gloucester will be considered and must be
explained.
4. Must maintain a bonafide principal office in the State of New Jersey.
--- Document: RFP/RFQ Replacement of Phone System and Carrier Services ---
TOWNSHIP OF GLOUCESTER
COUNTY OF CAMDEN, NEW JERSEY
NOTICE TO BIDDERS
NOTICE: is hereby given that sealed proposals/qualifications for the purchase of:
REPLACEMENT OF PHONE SYSTEM AND CARRIER SERVICES
SPECIFICATIONS can be viewed on our web page at glotwp@glotwp.com.
Qualifications/Proposals will be received no later than 11:00 A.M., Wednesday, March 28, 2012 at the
Municipal Building, 1261 Chews Landing Road, Laurel Springs, NJ 08012
Qualifications/Proposals must be addressed to Rosemary DiJosie, Township Clerk, P.O. Box 8,
Blackwood, NJ 08021.
Qualifications/Proposals must be labeled "Replacement of Phone System and Carrier Services" and be in
a sealed envelope.
The Township reserves the right to reject any or all proposals in whole or in part, and to waive such
information as may be permitted by law.
The successful firm will be required to enter into an agreement with the municipality.
Bidders are required to comply with the requirement of P.L. 1975 Chapter 127 and P.L. 1977, Chapter 33.
Information on Affirmative Action Program requirements is available at the Office of the Township
Clerk.
REQUEST FOR PROPOSAL FOR THE
REPLACEMENT OF PHONE SYSTEM AND
CARRIER SERVICES
THE TOWNSHIP OF GLOUCESTER
SUBMISSION DEADLINE
11:00 Α.Μ.
Wednesday
March 28, 2012
ADDRESS ALL PROPOSALS TO:
Thomas C. Cardis
Business Administrator
1261 Chews Landing
Laurel Springs, NJ 08021
GENERAL INFORMATION & SUMMARY
ORGANIZATION REQUESTING PROPOSAL
The Township of Gloucester, NJ
CONTACT PERSON
Thomas Cardis
Business Administrator
856-228-4000
PURPOSE OF REQUEST
The Township of Gloucester is requesting proposals from qualified individuals and firms to replace
its existing premise-based PBX at the Municipal Building/Police Department location and a variety of
small phone systems at Public Works and the Recreation Center. The Township also seeks to improve how
carrier services are delivered to and between township locations.
All Proposers are strongly urged to submit any questions to Thomas Cardis, Business
Administrator via e-mail at tcardis@glotwp.com prior to Wednesday March 21. Questions submitted after
March 21, will NOT receive responses.
PERIOD OF CONTRACT
The term of the contract that results from this RFP shall be from date of award for a Three (3) year
to Five (5) year period for products that will be invoiced on a monthly basis such as voice and data
circuits, equipment charges and maintenance agreements.
METHOD OF PAYMENT
PROCEDURE FOR PAYMENT OF BILLS
The Contractor shall bill on a monthly basis for work performed pursuant to this contract, including interim
bills, final bills and bills for the release of retainage.
The Contractor shall submit its bill only on the Township's periodic billing date.
Either party to this Contract may demand that a dispute concerning whether a party has failed to make payments
pursuant to the provisions of N.J.S.A. 2A:30A-1 et. seq., be submitted to non-binding mediation.
CONTRACT FORM
The successful proposer shall be required to execute the Township's form contract, which includes the
indemnification, insurance, termination and licensing provisions set forth in this RFP.
It is also agreed and understood that the acceptance of the final payment by Contractor shall be
considered a release in full of all claims against the Township arising out of, or by reason of, the work done and
materials furnished under this Contract.
DETAILED REQUIREMENTS OF THE
REQUEST FOR PROPOSAL FOR Gloucester Township Voice Solution & Carrier Services
1.
NATURE OF SERVICES –The Township of Gloucester is requesting proposals from
qualified individuals and firms to replace its existing premise-based PBX at the Municipal
Building/Police Department and phone systems at the Public Works building and the Recreation
Center. The Township also seeks to improve how carrier services are delivered to and between
township locations.
2. GENERAL REQUIREMENTS OF PROPOSAL - Proposers should submit a proposal which
contains the following:
A.
B.
C.
D.
E.
Proof of professional liability insurance;
Proof of any necessary professional license or certification from the State of New Jersey for
all professionals assigned to the engagement;
Statement that the firm has Workers' Compensation and Employer's Liability Insurance in
accordance with New Jersey law;
Statement that neither the firm nor any individuals assigned to this engagement are disbarred,
suspended, or otherwise prohibited from professional practice by any federal, state, or local
agency;
A description of the proposer's office location and an explanation of the proposer's
availability for meetings, conferences, training and emergency response at the Township's
facilities;
F.
An Affirmative Action Statemen(copy of form attached);
G.
A completed Non-Collusion Affidavit (copy of form attached);
H.
A completed Owner Disclosure Statement (copy of form attached);
I.
A statement that the proposer will comply with the General Terms and Conditions required
by Township and enter into the Township's standard Professional Services Contract;
J.
A copy of the proposer's Business Registration Statement.
K.
3.
A representation that all services will be performed within the United States of America.
SPECIALIZED REQUIREMENTS OF TECHNICAL PROPOSAL –
A. Current Scenario
The Gloucester Township government currently receives voice and internet services at multiple locations in
the Township and maintains several phone systems. Below is a list of locations and associated numbers."
personnel and existing voice services:
The Township is soliciting proposals to replace its existing premise-based PBX at the Municipal
Building/Police Department location and small phone systems at Public Works & the Recreations Center.
The Township is interested in one of three options for a voice solution; a hosted IP PBX, a premise-based
solution or a hybrid approach. The Township also seeks proposals to improve how carrier services are
delivered to and between township locations.
Municipal Building/Police Department - 1261 Chews Landing Road, Laurel Springs, NJ 08012
Main Branch Phone #: 856-228-4000
Main Fax #: 856-374-3528
These locations currently share a PBX that serves municipal services and the police department. For PBX
proposals, the new system should have the capacity to receive 2 PRIs, 8 analog lines. The capacity of the
system should support 160 digital extensions, 32 analog extensions and 145 phone users.
Municipal Building
Users - Standard Phones: 58
Conference Phones: 1
Reception Phones: 1
Police Department
Users
Standard Phones: 84
Conference Phones: 1
Reception Phones: 1
Existing Phone Service
2 VoiceT-1s
POTS-5 lines
Approximate Usage (monthly):
Dedicated (T-1): Local -
9,800 minutes
IntraLata
7,500 minutes
IntraState
1,225 minutes
InterState
1,625 minutes
Switched (POTS): Local -
1,700 minutes
IntraLata
495 minutes
IntraState
45 minutes
InterState
50 minutes
Remote Locations
15 South Black House Pike – 3 POTS (usage included above)
1571 Hider Lane - 5 POTS (no usage)
127 Victor Avenue - 1 POTS (no usage)
1600 Broadacres - 6 POTS (usage included above)
2900 Erial Road - 3 POTS (usage included above)
8 Sagebrush Lane - 1 POTS (no usage)
37 Concord-1 POTS (no usage)
800 Hickstown Road - 1 POTS (no usage)
3rd Avenue - Hillman House - 2 POTS (no usage)
Additional Billing Telephone Numbers
Police Department - 1261 Chews Landing Road, Laurel Springs, 08012
Main Phone #: 856-228-4500
Existing Phone Service:
POTS-19 Lines
Centrex-6 Lines
CustoFlex2100-8 Lines
Approximate Local Usage (monthly): 2031 Message Units/1874 calls
IntraLata: 90 minutes
Add'l Phone #: 856-374-0070
PBX Trunks - 1
POTS-4 Lines
Caller ID-1
Caller ID - Number Only
Non-published Number - 1
Directory Listing - 1
Usage - None
Location -- Public Works, 1729 Erial Road, Gloucester Township, NJ 08081
Phones - 13
Existing Phone Service: 3 Off-premise Extensions connected to PBX at Municipal Building
Location - Recreation Center, 80 Broadacres Drive, Gloucester Township, NJ
Phones - 6
Existing Phone Service: 3 Off-premise Extensions connected to PBX at Municipal Building
Location - 3 Bamboo Court, Gloucester Township, NJ 08081
POTS-1 Line
Usage - None
Location - 322 Carol Avenue, Gloucester Township, NJ 08012
POTS-1 Line
Usage - None
Location-1 Ashby Court, Laurel Springs, NJ 08021
POTS-1 Line
Usage - Local - 23 Message Units/23 Calls
LD-2 minutes
B. Features & Functionality Required
1. Three-digit dialing between locations (with no additional cost per call incurred between the
branches).
2. Each site's current main number should be directed to a customizable, menu-driven greeting
system. The greeting system must have the ability to be updated remotely.
3. Direct inward dialing must be available at all staff locations (except for those listed below).
Each of these phones will need voice mail access and multiple options for away messages. Each
of these phones should have caller ID enabled.
4. A solution for the integration of fax lines for fax to email and fax to desktop is requested
5. A solution for unified messaging is requested (e.g. voice messages delivered to an email address
as .wav or other audio file).
6. The system should provide an administrative portal for Moves, Adds, Changes and Deletions of
users, ring groups and call routing. Administrative training is also required.
7. Message on hold feature is required
8. Overhead paging and speaker system accessible through the phone system is desired.
9. The system should have at least a four-party conference calling feature.
10. Provisions for 24/7 technical support
C. Necessary Qualifications - the prospective vendor must meet or exceed the following minimum
qualifications:
1. To have been in business for at least 5 years -- provide name and address of firm and location(s)
that will be supporting the project.
2. To have provided voice solutions to public sector clients -- provide project descriptions for no
more than three similar clients performed during the past five years.
3. Provide resumes (including certifications and training) of key personnel who will be involved in
designing the solution and managing the project.
4. Provide an organizational chart identifying key personnel.
5. Provide five public sector references of similar size and scope
D. Cost Proposal
All vendors submitting a proposal should include all installation and equipment costs including any
needed cabling, routers, switches, etc. Proposals should clearly differentiate between one-time
installation or equipment costs, monthly recurring costs, and usage charges for each component.
E. Selection Criteria
1. Qualifications of the individuals who will perform the essential tasks of the installation and
ongoing project support
2. Adherence to the technical specifications
3. Experience and references
4. Ability to perform the task in a timely fashion, including staffing and familiarity with the subject
matter; and
5. Cost competitiveness
4.
PAYMENT SCHEDULE:
The services provided under this agreement shall be paid for monthly by the Township, payable after the
services are completed and the invoice is submitted and approved by the Township. Purchasing will then
match the invoice with the voucher, receiving report and purchase order. After all paperwork is reviewed the
voucher will be prepared for payment.
5.
LICENSING:
If the successful proposer or any of its subcontractors is required to maintain a license in order to
perform the services which are the subject of this contract, then prior to the effective date of this contract, and as
a condition precedent to its taking effect, the successful proposer shall provide to the Township a copy of all
current licenses to operate in the State of New Jersey. All licenses shall be current and in good standing and
shall not be subject to any current action to revoke or suspend.
Successful proposer shall notify the Township immediately in the event of suspension, revocation or any
change in status (or in the event of initiation of any action in status) of license or certification held by the
successful proposer or its agents and/or subcontractors. The successful proposer shall during the term of the
contract, provide Township with proof of renewal of any license for any of proposer's employees, which
renewals occur during the term of the contract.
6.
INDEMNIFICATION:
The successful proposer shall be responsible for, shall keep, save and hold the Township harmless from,
and shall indemnify the Township against any claim, loss liability, expense (specifically including but not
limited to costs, counsel fees, and/or experts' fees), or damage resulting from all mental or physical injuries or
disabilities, including death, to employees or recipients of the successful proposer's services or to any other
persons, or from any damage to any property sustained in connection with this contract which results from any
acts or omissions, including negligence or malpractice, of any of its officers, directors, employees, agents,
servants or independent contractors, or from the successful proposer's failure to provide for the safety and
protection of its employees, or from the successful proposer's performance or failure to perform pursuant to the
terms and provisions of this contract.
The successful proposer's liability under this agreement shall continue after the termination of this
agreement with respect to any liability, loss, expense or damage resulting from acts occurring prior to
termination.
7.
INSURANCE:
The successful proposer shall maintain general liability, automobile liability, and Worker's
Compensation Insurance in amounts and with companies deemed satisfactory by the Township.
The insurance company must be licensed to do business in the State of New Jersey and be in compliance
with any and all applicable requirements of the State of New Jersey.
The successful proposer shall, simultaneously with the execution of a contract, deliver certifications of
said insurance to the Township, naming the Township as an additional insured.
8.
Jersey.
9.
APPLICABLE LAW:
The terms and provisions of this contract shall be construed pursuant to the laws of the State of New
INDEPENDENT CONTRACTOR STATUS"
The parties acknowledge that the successful proposer is an independent contractor and is not an agent of
the Township.
10.
TERMINATION:
Any contract entered into by and between the Township and the successful proposer may be terminated
as follows:
A.
B.
C.
D.
If successful proposer and/or any of its employees and/or agents are required to be licensed
and/or registered in order to perform the services which are the subject of this or any agreement
thereof, then the agreement shall be terminated in the event that the appropriate governmental
entity with jurisdiction has instituted an action to have the contractor's license and/or registration
suspended or revoked, or in the event that such entity has revoked or suspended said license or
denied such registration. Notice of termination pursuant to this subparagraph shall be effective
immediately upon the giving of said notice.
The Township shall have the right, in its sole discretion, to declare this agreement terminated in
the event of any material breach of this agreement by the successful proposer. Such termination
shall be effective upon the expiration of ten calendar (10) days' notice to the successful proposer.
However, the Township shall not have the right to declare the contract terminated in the event
the vendor cures said breach within the notice period.
The Township may terminate this Contract any time without cause by 90 days'
written notice in writing from the Township to the Contractor only in the event the
Township shall have issued during the term of this contract and any renewal hereof at
least two written notices of separate material breaches of the contract by Contractor
that Contractor has NOT cured in a timely manner.
Termination shall not operate to affect the validity of the indemnification
provisions of this agreement, nor to prevent the Township from pursuing any other
relief or damages to which it may be entitled, either at law or in equity.
E.
Notwithstanding the above, the Contractor or subcontractor, where applicable,
shall not be relieved of liability to the Township for damages sustained by the Township by
virtue of any breach of the Contract by the Contractor, and the Township may withhold any
payments to the Contractor for the purpose of set off until such time as the exact amount of
damages due the Township from the Contractor is determined.
11.
COST PROPOSAL - Proposers should submit a cost proposal which would include all details of any
fees to be paid to proposer. The Township does not provide payment for or reimbursement for travel expenses.
12.
DISCUSSIONS WITH PROPOSERS - An oral presentation by a proposer to clarify a proposal may
be required at the sole discretion of the Township. However, the Township may award a contract based on the
initial proposals received without discussion with the proposer. If oral presentations are required, they will be
scheduled after the submission of proposals. Proposer will not be compensated for making the presentation.
13. PROPOSAL EVALUATION - Township will select the most advantageous proposal based on all of
the evaluation factors set forth at the end of this RFP. However, cost is important to the Township. The
Township will make the award that is in the best interest of the Township based on cost and other
considerations.
Each proposal must satisfy the objectives and requirements detailed in this RFP. The features of the
proposal, considered together with its economic and other benefits, will form the basis for the evaluation
process.
The successful proposer shall be determined by an evaluation of the total content of the proposal
submitted. The Township reserves the right to:
prior to award
14.
a.
b.
Not select any of the proposals.
Select only portions of a particular proposer's proposal for further consideration
(however, proposers may specify portions of the proposal that they consider "bundled".)
с.
Award a contract for the requested services at any time within 60 days of the selection of
the most advantageous proposal. Every proposal should be valid through this time period.
The Township may require proposers to demonstrate any services described in their proposal
PROPOSAL LIMITATIONS - This RFP is not intended to be an offer, order or contract and should
not be regarded as such, nor shall any obligation or liability be imposed on the Township by issuance of this
RFP. The Township reserves the right at the Township's sole discretion to refuse any proposal submitted.
15. USE OF INFORMATION - Any specifications, drawings, sketches, models, samples, data, computer
programs, documentation, technical or business information and the like ("Information") furnished or disclosed
by the Township to the proposer in connection with this RFP shall remain the property of the Township. When
in tangible form, all copies of such information shall be returned to the Township upon request. Unless such
information was previously known to the proposer, free of any obligation to keep it confidential, or has been or
is subsequently made public by the Township or a third party, it shall be held in confidence by the proposer,
shall be used only for the purposes of this RFP, and may not be used for other purposes except upon such terms
and conditions as may be mutually agreed upon in writing.
16. PROPRIETARY INFORMATION – Any proposal submitted may become public information.
Proprietary information such as client lists and non-public financial statements may be protected under limited.
circumstances. Pricing and service elements are not considered proprietary. An entire proposal may not be
marked as proprietary. Proposers must clearly identify in the proposal any specific proprietary information they
request be protected. Proposals may be reviewed and assessed by any person at the discretion of the Township.
All materials submitted become the property of the Township and may be returned only at the Township's
option.
17.
GENERAL TERMS AND CONDITIONS
A.
B.
C.
The Township reserves the right to reject any or all proposals, if necessary, or to waive any
informalities in the proposals, and unless otherwise specified by the proposer, to accept any item,
items or services in the proposals should it be deemed in the best interest of the Township to do
So.
In case of failure by the successful proposer, the Township may procure the articles or services
from other sources, deduct the cost of the replacement from money due to the proposer under the
contract, and hold the proposer responsible for any excess cost occasioned thereby.
The Proposer or subcontractor, where applicable, shall be responsible for, shall keep, save and
hold the Township harmless from, shall indemnify and shall defend the Township against any
claim, loss, liability, expense (specifically including but not limited to costs, counsel fees and/or
experts' fees), or damage resulting from all mental or physical injuries or disabilities, including
death, to employees or recipients of the proposer's services or to any other persons, or from any
damage to any property sustained in connection with this contract which results from any acts or
omissions, including negligence or malpractice, of any of its officers, directors, employees,
agents, servants or independent contractors, or from the proposer's failure to provide for the
safety and protection of its employees, or from proposer's performance or failure to perform
pursuant to the terms and provisions of this Contract. The proposer's liability under this
agreement shall continue after the termination of this agreement with respect to any liability,
loss, expense or damage resulting from acts occurring prior to termination.
D.
The proposer shall maintain sufficient insurance to protect against all claims under Workmen's
Compensation. General and Automobile Liability and shall be subject to approval for adequacy
of protection.
E.
Each proposal must be signed by the person authorized to do so.
F.
Where applicable, payments will be made upon the approval of vouchers submitted by the
successful proposer in accordance with the requirements of the Township Council and subject to
the Township Council's standard procedures.
G.
The Township is exempt from any State sales tax or Federal excise tax. In submitting its
proposal, the proposer certifies that its total base proposal does not include any NJ State Sales
Tax.
H.
Proposals may be hand delivered or mailed consistent with the provisions of the legal notice to
proposers. In the case of mailed proposals, the Township assumes no responsibility for proposals
received after the designated date and time and will return late proposals unopened.
1.
J.
K.
L.
M.
In accordance with Affirmative Action Law, P.L. 1975, c.127 (N.J.A.C. 17:27) with
implementation of July 10, 1978, successful bidder must agree to obtain individual employer
certification and number and complete Affirmative Action employee information report (form
AA-302). Also, during the performance of this contract, the contractor agrees as follows: (a) The
contractor or subcontractor where applicable, will not discriminate against any employee because
of age, race, creed, color, national origin, ancestry, marital status or affectional or sexual
orientation. The contractor will take affirmative action to ensure that such applicants are
recruited and employed and that employees are treated during employment, without regard to
their age, race, creed, color, national origin, ancestry, marital stares, sex or handicap. Such action
shall include, but not be limited to the following: employment, upgrading, demotion or transfer,
recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of
compensation; and section for training, including apprenticeship. The contractor agrees to post in
conspicuous places, available to employees and applicants for employment, notice to be provided
by the Public Agency Compliance Officer setting forth provisions of this non-discrimination
clause: (b) the contractor or subcontractor, where applicable, will in all solicitations or
advertisements for employees placed by or on behalf of the contractor, state that all qualified
applicants will receive consideration for employment without regard to age, race, creed, color,
national origin, ancestry, marital status, sex or handicap; (c) the contractor or subcontractor,
where applicable, will send to each labor union or representative or workers with which it has a
collective bargaining agreement or other contract or understanding, a notice, to be provided by
the agency contracting officer advising the labor union or worker's representative of the
contractor's commitments under this act and shall post copies of the notice; (d) the contractor or
subcontractor, where applicable, agrees to comply with any regulations promulgated by the
treasurer pursuant to the P.L. 1975, c.127, as amended and supplemented from time to time.
All services shall be performed within the United State of America.
All proposals submitted shall include in the price any applicable permits or fees required by any
other government entity that has jurisdiction to require the same.
By submission of the proposal, the proposer certifies that the service to be furnished will not
infringe upon any valid patent, trademark or copyright and the successful proposer shall, at its
expense, defend any and all actions or suits charging such infringement, and will save the
Township harmless in any case of any such infringement.
No proposer shall influence, or attempt to influence or cause to be influenced, any Township
officer or employee to use his/her official capacity in any manner which might tend to impair the
objectivity or independence of judgment of said officer or employee.
Ν.
No proposer shall cause or influence, or attempt to cause or influence, any Township officer or
employee to use his/her official capacity to secure unwarranted privileges or advantages for the
proposer or any other person.
0.
Should any difference arise between the contracting parties as to the meaning or intent of these
instructions or specifications, the Township purchasing agent's decision shall be final and
conclusive.
P.
The Township shall not be responsible for any expenditure of monies or other expenses incurred
by the proposer in making its proposal.
Q.
Any prospective proposer who wishes to challenge a proposal specification shall file such
challenges in writing with the Township Business Administrator no fewer than Three (3)
business days prior to the opening of the proposals. Challenges filed after that time shall be
considered void and have no impact on the contracting unit or the award of the contract.
R.
The checklist, affidavits, notices and the like presented at the end of this Request for Proposal are
a part of this Request for Proposal and shall be completed and submitted as part of this proposal.
END OF GENERAL INSTRUCTIONS
REQUEST FOR PROPOSAL CHECKLIST
THIS CHECKLIST MUST BE COMPLETED AND SUBMITTED WITH YOUR PROPOSAL:
Please initial below, indicating that your proposal includes the itemized document.
A PROPOSAL SUBMITTED WITHOUT THE FOLLOWING DOCUMENTS IS CAUSE FOR REFUSAL.
INITIAL
BELOW
A. An original with Five (5) signed copies of your complete proposal.
B. Non-Collusion Affidavit properly notarized
C. Public Disclosure Statement, properly notarized, listing
the names of all persons owning ten (10) percent or
more of the proposing entity.
D. Authorized signatures on all forms.
E. Business Registration Certificate(s) Must be submitted prior to award
Note: N.J.S.A 52:32-44 provides that the Township shall not enter into a contract for goods or services unless
the other party to the contract provides a copy of its business registration certificate for the State of New Jersey,
and the business registration certificate of any subcontractors, at the time that it submits its proposal. The
contracting party must also collect the state use tax where applicable.
THE UNDERSIGNED HEREBY ACKNOWLEDGES
THE ABOVE LISTED REQUIREMENTS.
NAME OF PROPOSER:
Person, Firm or Corporation
BY:
(NAME)
TITLE)
EXHIBITA
MANDATORY EQUAL EMPLOYMENT OPPORTUNITY LANGUAGE
N.J.S.A. 10:5-31 et seq. (P.L. 1975, C. 127)
N.J.A.C. 17:27
GOODS, PROFESSIONAL SERVICE AND GENERAL SERVICE CONTRACTS
During the performance of this contract, the contractor agrees as follows:
The contractor or subcontractor, where applicable, will not discriminate against any
employee or applicant for employment because of age, race, creed, color, national origin,
ancestry, marital status, affectional or sexual orientation, gender identity or expression,
disability, nationality or sex. Except with respect to affectional or sexual orientation and gender
identity or expression, the contractor will ensure that equal employment opportunity is afforded
to such applicants in recruitment and employment, and that employees are treated during
employment, without regard to their age, race, creed, color, national origin, ancestry, marital
status, affectional or sexual orientation, gender identity or expression, disability, nationality or
sex. Such equal employment opportunity shall include, but not be limited to the following:
employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or
termination; rates of pay or other forms of compensation; and selection for training, including
apprenticeship. The contractor agrees to post in conspicuous places, available to employees and
applicants for employment, notices to be provided by the Public Agency Compliance Officer
setting forth provisions of this nondiscrimination clause.
The contractor or subcontractor, where applicable will, in all solicitations or
advertisements for employees placed by or on behalf of the contractor, state that all qualified
applicants will receive consideration for employment without regard to age, race, creed, color,
national origin, ancestry, marital status, affectional or sexual orientation, gender identity or
expression, disability, nationality or sex.
The contractor or subcontractor, where applicable, will send to each labor union or
representative or workers with which it has a collective bargaining agreement or other contract or
understanding, a notice, to be provided by the agency contracting officer advising the labor union
or workers' representative of the contractor's commitments under this act and shall post copies of
the notice in conspicuous places available to employees and applicants for employment.
The contractor or subcontractor, where applicable, agrees to comply with any regulations
promulgated by the Treasurer pursuant to N.J.S.A. 10:5-31 et seq., as amended and
supplemented from time to time and the Americans with Disabilities Act.
The contractor or subcontractor agrees to make good faith efforts to afford equal
employment opportunities to minority and women workers consistent with Good faith efforts to
meet targeted Township employment goals established in accordance with N.J.A.C. 17:27-5.2, or
Good faith efforts to meet targeted Township employment goals determined by the Division,
pursuant to N.J.A.C. 17:27-5.2.
The contractor or subcontractor agrees to inform in writing its appropriate recruitment
agencies including, but not limited to, employment agencies, placement bureaus, colleges,
universities, labor unions, that it does not discriminate on the basis of age, creed, color, national
origin, ancestry, marital status, affectional or sexual orientation, gender identity or expression,
disability, nationality or sex, and that it will discontinue the use of any recruitment agency which
engages in direct or indirect discriminatory practices.
The contractor or subcontractor agrees to revise any of its testing procedures, if necessary,
to assure that all personnel testing conforms with the principles of job-related testing, as
established by the statutes and court decisions of the State of New Jersey and as established by
applicable Federal law and applicable Federal court decisions.
In conforming with the targeted employment goals, the contractor or subcontractor agrees
to review all procedures relating to transfer, upgrading, downgrading and layoff to ensure that all
such actions are taken without regard to age, creed, color, national origin, ancestry, marital
status, affectional or sexual orientation, gender identity or expression, disability, nationality or
sex, consistent with the statutes and court decisions of the State of New Jersey, and applicable
Federal law and applicable Federal court decisions.
The contractor shall submit to the public agency, after notification of award but prior to
execution of a goods and services contract, one of the following three documents:
Letter of Federal Affirmative Action Plan Approval
Certificate of Employee Information Report
Employee Information Report Form AA302
The contractor and its subcontractors shall furnish such reports or other documents to the
Division of Public Contracts Equal Employment Opportunity Compliance as may be requested
by the office from time to time in order to carry out the purposes of these regulations, and public
agencies shall furnish such information as may be requested by the Division of Public Contracts
Equal Employment Opportunity Compliance for conducting a compliance investigation pursuant
to Subchapter 10 of the Administrative Code at N.J.A.C. 17:27.
STATE OF NEW JERSEY
Gloucester Township
NON-COLLUSION AFFIDAVIT
SS:
I AM
OF THE FIRM OF
UPON MY OATH, I DEPOSE AND SAY:
1. THAT I EXECUTED THE SAID PROPOSAL WITH FULL AUTHORITY SO TO
DO;
2. THAT THIS PROPOSER HAS NOT, DIRECTLY OR INDIRECTLY ENTERED
INTO ANY AGREEMENT, PARTICIPATED IN ANY COLLUSION, OR OTHERWISE
TAKEN ANY ACTION IN RESTRAINT OF FAIR AND OPEN COMPETITION IN
CONNECTION WITH THIS ENGAGEMENT;
3. THAT ALL STATEMENTS CONTAINED IN SAID PROPOSAL AND IN THIS
AFFIDAVIT ARE TRUE AND CORRECT, AND MADE WITH FULL KNOWLEDGE
THAT THE Township RELIES UPON THE TRUTH OF THE STATEMENTS
CONTAINED IN SAID PROPOSAL AND IN THE STATEMENTS CONTAINED IN
THIS AFFIDAVIT IN AWARDING THE CONTRACT FOR THE SAID ENGAGEMENT;
AND
4. THAT NO PERSON OR SELLING AGENCY HAS BEEN EMPLOYED TO SOLICIT
OR SECURE THIS ENGAGEMENT AGREEMENT OR UNDERSTANDING FOR A
COMMISSION, PERCENTAGE, BROKERAGE OR CONTINGENT FEE, EXCEPT BONA
FIDE EMPLOYEES OR BONA FIDE ESTABLISHED COMMERCIAL OF SELLING
AGENCIES OF THE PROPOSER.
SUBSCRIBED AND SWORN TO
(N.J.S.A.52: 34-25)
BEFORE ME THIS
OF
20
NOTARY PUBLIC OF
MY COMISSION EXPIRES:
DAY
(TYPE OR PRINT NAME OF
AFFIANT UNDER SIGNATURE)
20
STOCKHOLDER DISCLOSURE CERTIFICATION
N.J.S.A. 52:25-24.2 (P.L. 1977 с.33)
FAILURE OF THE BIDDER/RESPONDENT TO SUBMIT THE REQUIRED
INFORMATION IS CAUSE FOR AUTOMATIC REJECTION
CHECK ONE:
I certify that the list below contains the names and home addresses of all stockholders holding 10% or
more of the issued and outstanding stock of the undersigned.
I certify that no one stockholder owns 10% or more of the issued and outstanding stock of the undersigned.
Check which business entity applies:
Partnership
Limited Partnership
Corporation
Corporation
Sole Proprietorship
Limited Liability Partnership
Limited Liability
Subchapter S Corporation
Other
Complete if the bidder/respondent is one of the 3 types of Corporations:
Date Incorporated:
Business Address:
Street Address
City
Where Incorporated:
State
Zip
Telephone #
Fax#
Email
Listed below are the names and addresses of all stockholders, partners or individuals who own 10% or more of
its stock of any classes, or who own 10% or greater interest therein.
Name
Home Address
Name
Home Address
Name
Home Address
CONTINUE ON ADDITIONAL SHEETS IF NECESSARY: Yes
No
Signature:
Date:
Printed Name and Title:
Sworn and subscribed
before me this
day of
2011
--- Document: Contract for the provisions and performance of “Municipal Court Debt Collection” ---
TOWNSHIP OF GLOUCESTER
COUNTY OF CAMDEN, NEW JERSEY
NOTICE TO BIDDERS
NOTICE is hereby given that sealed proposals/qualifications for the purchase of:
Contract for the provisions and performance of “Municipal Court Debt Collection”
SPECIFICATIONS can be viewed on our web page at glotwp@glotwp.com.
Qualifications/Proposals will be received no later than 11:00AM, Wednesday, March 14, 2012 at
the Municipal Building, 1261 Chews Landing Road, Laurel Springs, NJ 08021.
Qualifications/Proposals must be addressed to Rosemary DiJosie, Township Clerk, P.O. Box 8
Blackwood, NJ 08012.
Qualifications/Proposals must be labeled “Collection of Municipal Court Debt” and be in a
sealed envelope.
The Township reserves the right to reject any or all proposals in whole or in part, and to waive
such information as may be permitted by law.
The successful firm will be required to enter into an agreement with the municipality. The AOC
approved amount of monies collectable appears in schedule “A” of the RFP/RFQ.
Bidders are required to comply with the requirement of P.L. 1975 Chapter 127 and P.L. 1977,
Chapter 33.
Information on Affirmative Action Program requirements is available at the Office of the
Township Clerk.
Proposal Format and Content
One of the objectives of this RFP is to make proposal preparation easy and efficient, giving each
Offeror ample opportunity to highlight its strengths, distinguishing features, and ability to meet
all requirements on this RFP. When an Offeror submits a proposal, the proposal shall be
considered a complete plan for accomplishing the tasks described in this RFP and any
supplemental tasks Offeror identifies as necessary to successfully meet the obligations outlined
in this RFP.
1.1 INTRODUCTION
a.
Proposal submittal shall include a transmittal letter on letterhead which contains the
complete name and address of Offeror’s firm and the name, mailing address, and
telephone number of the person the Township should contact regarding Offeror’s
proposal.
It should indicate whether it operates as an individual, partnership, or corporation and the State
of Incorporation, if applicable. It should also indicate all states in which it is registered to do
business as a collection agency.
b. Proposals must include a completed and signed Proposal Letter.
c.
Proposals must also contain a statement that the Offeror will comply with all of the
provisions in this RFP.
d. Failure to include these items in Offeror’s proposal may be cause for the proposal to be
determined non-responsive and rejected.
e.
Offeror must clearly demonstrate, in its proposal and through references, its customer
service methodology.
1.2 COLLECTION METHODOLOGY
1.2.1 Collection Procedures – Provide the plan or method proposed to be used by the Offeror to
manage and collect delinquent judgments, including means by which the Township will report
delinquent accounts for collection and means by which Offeror proposed to report collection
results to the Township.
Include sample reports listing assignments, adjustments, collections received, collection fee, trial
balance, and periodic progress reports.
a.
Provide a written copy of collection procedures proposed by Offeror to collect the
court(s) receivables. Include examples of collection letters, skip trace techniques, day
and evening collection staff, etc. Do you have experience sending court debt to the
national credit bureaus?
b. State the Offeror’s methodology for handling debtor’s questions, problems and disputes.
Do debtors have the ability to submit questions/disputes online?
c.
State the Offeror’s methodology for handling non-English speaking clients.
d. Provide examples of all written collection notices to be mailed and describe the ability for
the Township to review and customize the language of these notices.
e.
Provide a copy of telephone collector’s guide and training material. Do you provide
ongoing collector training for your staff? Do collectors have a base salary and/or bonus
structure?
1.2.2 Cost of Collection Services – Any fees or costs associated with collection efforts shall be
added to the total amount due and retained by the Contractor as its payment.
1.2.3 Method of Transferring Collections – Describe method of transferring collected amounts
to the Township. Can funds be remitted electronically?
Please detail your payment processing capabilities. Do you outsource this process to a third
party? Please describe the security surrounding your payment processing operation.
1.2.4 Insurance Coverage for Liability – Include copy of the current certificate of insurance.
Include types of coverage and amounts.
1.2.5 Authorized Persons – State the name(s) of the person(s) authorized to bind the Offeror.
1.2.7 Additional Information – Offeror is encouraged to submit any and all other features,
special services, capabilities, or information of its collection system or method that will enhance
the company’s value to the Township. Do you have experience with special collection
campaigns? How long do you work accounts before closing them?
1.2.8 Offeror Experience and Qualifications
The Offeror shall provide:
a.
The address of the principal place of the business.
b. A list of clients for which the Offeror has done or is doing collection business.
Include the following information:
(1) An indication of success in collection for each client listed.
(2) An indication of the type or description of accounts collected.
(3) Number of debt accounts assigned to Offeror by the client.
(4) Recovery rates.
(5) Age of client account turned over to Offeror for collection.
(6) An indication of the effort made by Offeror’s client in collecting prior to turning the
accounts over to the Offeror for collection.
(7) Names and phone numbers of client contact persons to verify collection information,
including success in collection.
(8) Duration of contract with listed clients.
c.
Copy of the most recent audited financial statements and any other information that the
Offeror may wish to submit to indicate financial stability.
d. Provide a brief history of the company and the length of experience in the collection
business, especially highlight court collection experience and/or any collection
experience for government entities.
e.
Specialized experience and technical competence of the Offeror regarding the types of
services required. Provide an organizational chart of the company.
f.
Identify any special credentials, memberships, or affiliations that pertain to the record
and/or reputation of the Offeror. Please confirm if Offeror is:
PPMS Certified
Red Flag Compliant
A Better Business Bureau company and accompanying rating
SAS 70 Type II Certified
PCI Compliant
Member of American Collectors Association
g. Identify, by name and job title, key staff who will provide services required and provide
resumes for these employees (ie. Management, Supervisors, Programmers). Does
Offeror provide background checks on employees? Do employees have to sign
confidentiality agreements? Please describe how you monitor collector calls.
1.3 COMPUTER NETWORK
1.3.1 Description and capabilities – Give a brief description of Contractor’s computer system
and its update capabilities. Has the Offeror had any recent upgrades to their system?
1.3.2 Terminal Access – State where terminal access for on-line inquiry will be located and how
will access be supplied. Is access real time?
1.3.3 Maintenance and Backup of Records – Describe Contractor’s ability to maintain records
of collections, and recovery; produce reports; and bill an unlimited number of debtors. Describe
computer backup capabilities. What methods are used to ensure the safety and security of all
Township records and documents? Please describe Offeror’s Disaster Recovery program and
how long before you are operational in case of emergency.
1.3.4 System Interface – Provide documentation regarding Contractor’s capacity to interface
with the Township. Describe the modes of data transmission employed by Contractor in the
conduct of business with reference entities.
1.3.5 Other System Options Available – Provide details of other automated systems used to
enhance collection activities (such as interactive voice response systems, web-based credit and/or
debit card systems, call distributors, national database.) Do you record phone calls? If so, please
provide details on what calls are recorded, if the Township will have access to the recordings and
how long the recordings are kept.
1.4 SUBCONTRACTORS
The Contractor shall not delegate any duties listed in this RFP to any subcontractor.
1.5 EXCEPTIONS TO RFP REQUIREMENTS/SPECIFICATIONS/PROVISIONS
Offeror shall list any exceptions taken to the terms, conditions, specifications, or other
requirements listed herein. Offeror shall reference the RFP section where exception is taken, a
description of the exception taken, and the proposed alternative, if any. The Township reserves
the right to accept or not accept exceptions.
1.6 COST PROPOSAL
Offeror shall provide a Fee Schedule Proposal. These charges shall also apply to any
extension(s) to the contract.
1.7 EVALUATION CRITERIA
Offeror’s proposal shall be scored based on the following criteria:
Collection Methodology – 30 Points
Collection techniques used including training, notices, skip tracing, reporting and dispute
resolution. Confirmation that transfers of accounts can be done electronically.
Offeror Experience and Qualifications – 35 Points
Experience specifically with court systems. Certifications and associations. Recovery
rates for court systems. Staff qualifications including training and quality. Financial
stability of company.
Computer Network – 15 Points
Ability to have online access to Township’s accounts. Automated systems. Disaster
recovery plan. System security and redundancy. Interface capabilities. Offeror is
responsible for cost associated with ensuring systems are compatible for transfer.
Call Recording Capability.
Price Proposal – 15 Points
Fee schedule proposed. Award will not be based on the lowest fee proposed but to the
most responsive, qualified respondent.
Exceptions to RFP Requirements/Specification/Provisions – 5 Points
An Offeror who makes no exceptions to the RFP will receive full credit. Any exceptions
made will affect the amount of points granted in this section.
1.9 TERM
The term of this agreement shall be April 1, 2012 expiring on March 31, 2013. Final award will
be subject to the approval of the Administrative Office of the Court (AOC)
SCHEDULE “A”
Municipality
Case Eligible
Amt. Eligible to
Collect
Gloucester Township
3603
$1,491,735.00
--- Document: RFP – Purchase of Block 14102 Lot 17 and Development of of up to 100 Units of Managed Affordable Family Housing ---
NOTICE
Request for Proposals
Purchase of Block 14102, Lot 17
and Development of up to 100 Units of
Managed Affordable Family Housing
The Township of Gloucester is seeking proposals from qualified firms for the purchase of
Block 14102, Lot 17 and development of up to 100 Units of Managed Affordable Family
Housing.
The successful bidder/developer will enter into a contract of sale and developers's agreement
for the property. The successful developer will be responsible for all costs associated with the
development, financing, design, construction and permitting of the project.
Bids will be received, opened and read in public on February 8, 2012 at 11:00AM at the
Gloucester Township Municipal Building, 1261 Chews Landing Road, Laurel Springs, New
Jersey 08021 in the Township Council Meeting Room, in the manner set forth in the bid/RFP
specifications.
MINIMUM BID: $1,500,000.00
Copies of the Request for Proposals/Qualification ("RFP/RFQ") documents may be obtained
by contacting the Township of Gloucester at the address below:
Office of the Township Clerk
Gloucester Township Municipal Building
1261 Chews Landing Road
Laurel Springs, New Jersey 08021
The Township Council reserves the right to reject any and all bids.
Bids received after February 8, 2012 at 11:00AM will not be considered regardless of the
circumstances under which the bid was made untimely. All bids received after said time shall
be returned to the bidder unopened.
BY ORDER OF THE TOWNSHIP COUNCIL, TOWNSHIP OF GLOUCESTER, NEW JERSEY
Thomas C. Cardis
Business Administrator
--- Document: Specification For The Purchase Of AWD Police Pursuit Utility Vehicles ---
SPECIFICATION
FOR THE
PURCHASE OF
AWD POLICE PURSUIT UTILITY VEHICLES
FOR THE
TOWNSHIP OF GLOUCESTER
__________________________
________________________
SOLICITOR
DEPARTMENT HEAD
__________________________
________________________
BUSINESS ADMINISTRATOR
MAYOR
BID OPENING DATE:
SPECIFICATION:
SPECIFICATION DATE:
APPROVAL SIGNATURE PAGE
SPECIFICATIONS
FOR THE
PURCHASE OF
AWD POLICE PURSUIT UTILITY VEHICLES
INDEX
Cover Page
Notice to Bidders
Bid Proposal Form/Signature Page
Instructions to Bidders
Bid Bond/Surety Bond/Waiver/Consent
Specifications
Affirmative Action
Non-Collusion/Proof of Registration/Form
Construction Contract/Performance Contract/Contract Form
Public Works Contractor Registration Act/Form
Americans with Disabilities Act
TOWNSHIP OF GLOUCESTER
COUNTY OF CAMDEN, NEW JERSEY
NOTICE TO BIDDERS
NOTICE is hereby given that sealed proposals for the Purchase of between 1 and 12 All Wheel
Drive Police Pursuit Utility Vehicles
BID SPECIFICATION NUMBER: 2012 PD-1
will be received not later than January 18, 2012 prevailing time 10:00 AM
at the Municipal Building, 1261 Chews Landing Road, Laurel Springs, New Jersey 08021
PROPOSALS must be addressed to the Township Clerk, P.O. Box 8, Blackwood, New Jersey
08012 and will be opened and read publicly at the time and date, and should be in sealed
envelopes marked:
AWD Police Pursuit Utility Vehicles (12)
DO NOT OPEN UNTIL: January 18, 2012 at 10:00 AM
PROPOSAL forms, instructions to bidders, specifications and other bidding documents may be
examined or obtained at the office of the Township Clerk during normal office hours at the
above address.
THE Township Council reserves the right to reject any or all proposals in whole or in part, and to
waive such informalities as may be permitted by law.
BIDDERS are required to comply with the requirement of P.L. 1975, Chapter 127, and P.L.
1977, Chapter 33.
INFORMATION on Affirmative Action Program requirements is available at the Office of the
Township Clerk.
BID PROPOSAL FORM
_____________________________________________________________________________
(Contract Title and Bid Number, if applicable)
_____________________________________________________________________________
(Description of goods/services being bid)
The undersigned proposes to furnish and deliver the above goods/services pursuant to the bid
specification and made part hereof:
_____________________________________________________________________________
Amount in words
$____________________________________________________________________________
Amount in numbers
_____________________________
_____________________________
Company Name
Federal I.D. # or Social Security #
_____________________________________________________________________________
Address
_____________________________
________________________
Signature of Authorized Agent
Name Type or Print
_________________________
Title
_____________________________
Telephone Number
_____________________________
Date
PROPOSAL FORM/SIGNATURE PAGES
To:
Township Council
Date:________________________
Gloucester Township
1261 Chews Landing Road
Laurel Springs, NJ 08021
Council:
This proposal is submitted in accordance with your advertisement inviting proposals to be
received for the project identified as: AWD Utility Police Pursuit Vehicle
Having carefully examined the “Advertisement for Bids:, Bidding Instruction”, General
Clauses”, “Plans”, etc. hereinafter, bulletins applying thereto, and being familiar with the various
conditions affecting the work, the undersigned hereby agrees to furnish all materials, perform all
labor, and all else necessary to complete the work in strict accordance with the specifications for
prices as follows:
In case this proposal is accepted, the undersigned is hereby bound to enter into contract within
ten(10) days after receipt of notice of acceptance for above mentioned work, in accordance with
such specifications.
Subscribed and Sworn
________________________
before me this____day
(Type or Print Name)
of________,2_______
Notary public of _____
________________________
Signature
My commission expires___________
(Seal)
INSTRUCTIONS TO BIDDERS
NO DEPOSIT OR FEE IS REQUIRED FOR SPECIFICATIONS
QUALIFICATIONS OF BIDDERS
All bidders must be prepared to present suitable evidence of their financial standing and to
furnish a list of similar work recently completed.
No verbal instructions or information to bidders will be binding. The specifications will be
considered as clear and complete unless written attention is called to any discrepancies or
incompleteness before the opening of bids. Should any written inquiries be received by the
Business Administrator, these inquiries will be answered in the form of bulletins and issued to all
bidders. These bulletins shall be considered a part of these specifications.
Bids will be considered as conclusive evidence of complete examination of specifications and
samples. It is understood that parties making bids accept all the terms and conditions expressed
and contained in the specifications attached to the proposal submitted.
A proposal Form/Signature Page is provided in these specifications. This form must be used in
submitting a proposal and all pages of the form must be completely filled out and signed by the
bidder.
PRESENTATION OF BIDS
Each bid must be enclosed in a sealed envelope and clearly marked on the outside:
“BID PROPOSAL______________”(see advertisement, page 1), and delivered to the Office of
the Township Clerk, 1261 Chews Landing Rd., Laurel Springs, New Jersey 08021.
WITHDRAWALS
No proposal may be withdrawn later than 4:30 p.m. prevailing time on the day of the opening of
the bids. No modifications or explanations of any bid will be allowed after the same is sealed
and delivered to the Township Clerk. The proposals will be opened and read publicly by the
Township Council.
The Township Council reserves the right to reject any or all bids or parts thereof as deemed to be
in the best interest of the Township and to waive any immaterial informalities as may be
permitted by law.
FORM OF CONTRACT
The successful bidder will be required to execute a written contract with the Township Council
within ten(10) days after notice of the acceptance of their proposal.
BID BOND
Each bid shall be accompanied by a certified check, cashier’s check or bid bond duly executed
by the bidder as the principal and having as surety thereon a surety company approved by the
Township of Gloucester in the amount not less than ten percent (10%), but in no case in excess
of $20,000.00 or the amount of bid. Any such bid bond shall be without endorsement or
conditions. Bid shall also be accompanied with a certificate letter from a surety company stating
that it will provide the bidder with the completion bond.
SURETY BOND
The successful bidder will be required to furnish a surety bond in the amount of one hundred
percent (100%) of the contract price, the condition of which shall be in the full and complete
execution and performance of each and all of the terms contained in the contract, proposal,
specifications and instructions to bidders. The bond shall meet all requirements of the Township
Council.
NOTE: Surety bond is automatically required when the contract price exceeds nine hundred
ninety nine dollars and ninety nine cents, ($999.99); when the contract price is under $999.99,
surety bond may be required by the Township Council if they deem it necessary and in the best
interest of the Township.
Entire cost of bond(s) shall be paid for by the individuals, firms, or corporations with whom the
contract(s) are entered into for the execution of any other purchases, or the furnishing or hiring
of any materials or supplies.
CONSENT OF SURETY
A performance bond will be required from the successful contractor on this project, and
consequent, all bidders shall, with their bid, a certificate in substantially the following form:
TO:__________________________________
(Owner)
RE:__________________________________
(Contractor)
____________________________________________________________________________
(Project Description)
This is to certify that the
________________________________________________
(Surety Company)
will provide to _________________________a performance bond
(Owner)
in the full amount of awarded contract in the event that said contractor is awarded a contract for
the above project.
____________________________________________
(CONTRACTOR)
_______________________________________________________________
(Authorized Agent of Surety Company)
Date:____________________________________
CERTIFICATE OF SURETY MUST BE SIGNED BY AN AUTHORIZED AGENT
OR REPRESENTATIVE OF A SURETY COMPANY AND NOT BY THE
INDIVIDUAL OR COMPANY REPRESENTATIVE SUBMITTING THE BID.
SPECIFICATIONS
These specifications are intended to cover the furnishing of all materials and the performance of
all work that may be required or necessary for the complete compliance of the contract and the
contractor will be required to do all things. Where plans, drawings or schematics accompany
certain sections of the specifications, these shall be considered as a part of these specifications.
This bid shall be for 12 vehicles and shall be listed as cost (10) Vehicles in White and (2) Vehicles
Grey.
All Vehicles
•
All Wheel Drive Sport Utility Vehicle Rated as a PPV-(Police Pursuit Vehicle)
•
Minimum V6 Engine, Flex Fuel “E85 Capable”
•
6 Speed Automatic Transmission with Column Shift
•
Heavy Duty Engine Cooling System
•
Engine Oil Cooler and Transmission Cooler
•
Engine Hour Meter
•
Minimum HD 78 Amp/Hr 750 CCA Maintenance Free Battery
•
Minimum 220 amp Alternator
•
Pwr Assist Steering
•
All Season Pursuit Rated Tires
•
Full Size Spare Tire
•
Tire Pressure Monitoring System
•
4 Wheel Heavy Duty Disc Brakes
•
Anti Lock Brakes with Traction Control
•
Noise Suppression Bonds
Exterior
•
Folding Power Side Mirrors
•
Rear Window Wiper
•
Drivers Side Spotlight-Incandescent Bulb (2) grey Vehicles Spot Light Deleted
•
Front Headlamps Pre-drilled for future Vertex LED installation
•
Front License Plate Bracket
•
(10) Color-White with Black Grille
•
(1) Grey with Spot Light Deleted and Chrome Grille
•
(1) Black with Spot Light Deleted and Chrome Grille
Interior
•
Color-Charcoal Black
•
Flooring-Heavy Duty Black Vinyl
•
Power Adjustable Pedals
•
Front Seats-Dual Front Buckets Police Grade Cloth With 6 Way Power Adjustable, Space
Between Front Seats To Accommodate 9” Havis Police Console
•
Console Mounting Plate Between Front Seats
•
Built In Steel Intrusion Plates In Seat Backs
•
Power Windows with Rear Windows Inoperable (Operable From Drivers Side Only)
•
Fleet Key
•
Certified Speedometer/Calibrated
•
Rear Door Handles Inoperable
•
Single Zone Climate Control
•
Steering Wheel, Manual Tilt
•
Rear Window Defroster
•
Engine Hour Meter
•
Am/FM Stereo
•
Rear Window Defroster
•
Courtesy Lamps Disabled
INTERPRETATIONS OF SPECIFICATIONS
All equipment and materials used shall be standard components that are regularly
manufactured and utilized in the manufacturer’s system.
All equipment and components shall have been thoroughly tested and proven in actual
use.
Should the Bidder discover discrepancies in the specifications, the matter shall be immediately
brought to the attention of the Township of Gloucester and the discrepancies corrected by written
agreement before proceeding further.
All explanation, interpretations and instructions required under these specifications will be given
by the Township upon written request from bidders.
Equipment to be furnished (if applicable) shall be new, first-class, or as specifically stipulated in
the detailed specifications and shall meet with the approval of the Township Council or their
designated representative.
All equipment if applicable, shall conform to the requirements of these specifications and any
equipment rejected by the Council as not complying with these specifications shall be
immediately removed and replaced with acceptable equipment.
EXTRA WORK
No extras or additional work will be allowed or paid for unless such extras or additional work is
ordered in writing by the Township and the price fixed and agreed before such work is
performed.
ADDITIONS OR DEDUCTIONS
The Council of the Township of Gloucester shall have the right, without invalidating the
contract, to make additions to or deductions from the work covered by these specifications and in
case such deductions in cost shall be made between the Council and the contractor, but must be
agreed to in writing.
PROTECTION BY CONTRACTOR
The contractor agrees to indemnify and save harmless the Township and their representatives
from all suits or actions of every nature and description brought against them or either of them,
or on account of the use of patented or copyrighted material, appliances, products, or processes,
with legal protection. The contractor shall not transfer or sublet any portion of the work covered
by these specifications without written consent of the Township.
GENERAL CLAUSE
PROPOSAL FORMS
As noted under “instructions to bidders”, attached to these specifications is a “Proposal
Form/Signature Form”, which must be completely filled out and signed by each bidder.
As these Instructions to Bidders, Specifications, Form of Proposal, Signature Page, General and
Special Clauses, etc. all refer to each other and together constitute a whole legal binding
agreement and must be returned together as when delivered to bidder.
NO BID WILL BE ACCEPTED UNLESS SUBMITTED ON THE FORMS FURNISHED HEREIN
All bids must be sealed, marked and delivered in accordance with the instructions in paragraph 5,
and 6. Bids will be opened and read publicly by the Business Administrator at the time and day
specified in the Advertisement for Bids. Reading of the bids will take place at the Municipal
Building, 1261 Chews Landing Road, Laurel Springs, NJ 08021.
DELIVERY
In general, deliveries shall be at such time and place as may be fixed by Council and shall not be
made except upon definite instructions. See “Specifications” for delivery required under these
present specifications.
DISPOSAL OF MATERIALS, SUPPLIED ETC...NOT APPROVED.
Bidders shall understand that when materials, supplies, etc. have been delivered to the job which
do not comply with the specifications and have not been approved, they shall be immediately
removed upon notification to the contractor and replaced with material, supplied, etc., in full
accordance with the specifications.
PAYMENTS
Payments shall be made to the contractor within sixty (60) days of receipt of invoice, after
inspection and acceptance of the material and/or work and approval of the invoice by the
Township Council unless otherwise stipulated by the Township in the form of a contract.
NUMBER OF WORKING DAYS
The contract shall contain the date which the work shall be completed or shall specify the
number of working days to be allowed for its completion and/or delivery of materials equipment
and supplies.
EXEMPTION FROM FEDERAL EXCISE AND NEW JERSEY SALES TAX
The Township of Gloucester is exempt from Federal Excise Taxes and the New Jersey Sales
Tax. Net prices as shown in the proposal shall exclude said Federal and State Tax amounts.
NOTE: This provision shall not apply to construction, repair and/or maintenance contracts where
bidder purchases supplies, materials, and/or equipment and includes costs thereof in computation
of his bid or proposal.
NEW JERSEY PREVAILING WAGE ACT
All work on this project shall comply with the requirements under the 1963 Revised Statutes of
New Jersey Chapter 150, “Prevailing Rate of Wages on Public Contracts”.
Current applicable Wage Rate Determination of the State of the New Jersey Department of
Labor shall become part of the contract.
DOMESTIC PRODUCTS
Only manufactured products of the United States, wherever available, shall be used in
connection with this undertaking, pursuant to 40A:11-18 of the Revised Statutes of the State of
New Jersey.
PUBLIC DISCLOSURE
Chapter 33 of the Public Laws of 1977 provides that no Corporation or Partnership shall be
awarded any State, County, Municipal, or School District contract for the performance of any
work or the furnishing of any materials or supplies, unless prior to the receipt of the bid or
accompanying the bid of said Corporation or Partnership there is submitted a statement. The
statement shall set forth the names and addresses of all stockholders in the Corporation or
Partnership who own ten percent (10%) or more if its stock or any class, or of all individual
partners in the Partnership who owns a ten percent(10%) or greater interest therein.
FAILURE TO SUPPLY THIS INFORMATION WITH “FORM OF PROPOSAL” WILL BE
CAUSE TO REJECT THE BID
AFFIRMATIVE ACTION COMPLIANCE NOTICE
N.J.S.A 10:5-31 and N.J.A.C. 17:27
GOODS AND SERVICES CONTRACTS
(INCLUDING PROFESSIONAL SERVICES)
This form is a summary of the successful bidder’s requirement to comply with requirements of
N.J.S.A. 10:5-31 and N.J.A.C. 17:27.
The successful bidder shall submit to the public agency, after notifications of award but prior to
execution of this contract, one of the following three documents as forms of evidence.:
(a) A photocopy of a valid letter that the contractor is operating under an existing
Federally approved or sanctioned Affirmative Action Program (good for one year from
the date of the letter):
OR
(b) A photocopy of a Certificate of Employee Information Report approval, issued in
accordance with N.J.A.C. 17:27-4
OR
c) A photocopy of an Employee Information Report (Form AA302) provided by the
Division and distributed to the public agency to be completed by the contractor
The successful vendor may obtain the Affirmative Action Employee Information Report
(AA302) from the contraction unit during normal business hours.
The successful vendor(s) must submit the copies of the AA302 Report to the Division of
Contract Compliance and Equal Employment Opportunity in Public Contracts (Division). The
Public Agency copy is submitted to the public agency, and the vendor copy is retained by the
vendor.
The undersigned vendor certifies that he/she is aware of the commitment to comply with the
requirements of N.J.S.A. 10:5-31 and N.J.A.C. 17:27 and agrees to furnish the required forms of
evidence.
The undersigned vendor further understands that his/her bid shall be rejected as non-responsive
if said contractor fails to comply with the requirements of N.J.S.A. 10:5-31 and N.J.A.C. 17:27.
COMPANY:_______________________
SIGNATURE__________________
____
PRINT NAME:_____________________
TITLE:_______________________
____
DATE:____________________________
SUPPLEMENT TO BID SPECIFICATIONS
NON-DISCRIMINATION
During the performance of a contract, the contractor agrees as follows:
1.
The contractor or subcontractor, where applicable, will not discriminate against any
employee or applicants for employment because of age, race, creed, color, national
origin, ancestry, marital status, or sex. The contractor will take affirmative action to
ensure that such applicants are recruited and employed, and that employees are treated
during employment, without regard to their age, race, creed, color, national origin,
ancestry, marital status or sex. Such action shall include, but not be limited to the
following: employment, upgrading, demotion or transfer; recruitment or recruitment
advertising; layoff or termination; rates of pay or other forms of compensation; and
selection for training, including apprenticeship. The contractor agrees to post in
conspicuous places, available to employees and applicants for employment, notice to be
provided by the Public Agency Equal Employment Opportunity Officer setting forth
provisions of the non-discrimination clause.
2.
The contractor or subcontractor, where applicable, will in all solicitations or
advertisements for employees placed by or on behalf of the contractor, state that all
qualified applicants will receive consideration for employment without regard to age,
race, creed, color, national origin, ancestry, marital status or sex.
3.
The contractor or subcontractor, where applicable, will send to each labor union or
representative of workers with which it has collective bargaining agreement or other
contract or understanding a notice, to be provided by the Public Agency Equal
Employment Opportunity Officer advising the labor union or workers representative of
the contractor’s commitments under this act and shall post copies of the notice in a
conspicuous place available to employees and applicants for employment.
4.
The contractor or subcontractor, where applicable agrees to comply with any regulations
promulgated by the Treasurer pursuant to P.L., c.127, as amended and supplemented
from time-to-time.
5.
The contractor or subcontractor agrees to attempt in good faith to employ minority and
female workers consistent with the applicable county employment goals prescribed by
section 5.2 of the regulations promulgated by the Treasurer pursuant to P.L. 1975, c. 127
as amended and supplemented from time-to-time or in accordance with a binding
determination of applicable county employment goals, determined by the Affirmative
Action Office pursuant to section 5.2 of the regulations promulgated by Treasurer
pursuant to P.L. 1975, c, 127 as amended and supplemented from time-to-time.
6.
The contractor or subcontractor agrees to inform in writing all recruitment agencies,
including employment agencies, placement bureaus, colleges, universities, labor unions,
that it does not discriminate on the basis of age, creed, color, national origin, ancestry,
marital status, or sex, and that it will discontinue the use of any recruitment agency which
engages in direct or indirect discriminatory practices.
7.
The contractor or subcontractor agrees to revise any of its testing procedures, if
necessary, to assure that all personnel testing conforms with the principles of job-related
testing, as established by the statues and court decisions of the State of New Jersey and as
established and by application Federal Law and applicable Federal Court decisions.
8.
The contractor or subcontractor agrees to review all procedures relating to transfer,
upgrading, downgrading and layoff to ensure that all such actions are taken without
regard to age, creed, color, national origin, ancestry, marital status or sex and conform
with the applicable employment goals consistent with the statutes and court decisions of
the State of New Jersey, and applicable Federal Law and applicable Federal Court
decisions.
Provisions 4, 5, 6, 7, or 8 not required for subcontractors with (4) or fewer employees or
a contractor who has presented evidence of a Federally approved or sanctioned
Affirmative Action Program
Submitted By:
______________________________
Name of Firm
______________________________
Signature
______________________________
Title
______________________________
Date
GOODS, PROFESSIONAL SERVICES AND
GENERAL SERVICE CONTRACTS
During the performance of this contract, the contractor agrees as follows:
The contractor or subcontractor, where applicable, will not discriminate against any employee or
applicant for employment because of age, race, creed, color, national origin, ancestry, marital
status, sex, affectional or sexual orientation. The contractor will take affirmative action to ensure
that such applicants are recruited and employed, and that employees are treated during
employment, without regard to their age, race, creed, color, national origin, ancestry, marital
status, sex, affectional or sexual orientation. Such action shall include, but not be limited to the
following: employment, upgrading, demotion, or transfer; recruitment or recruitment advertising;
layoff or termination; rates of pay or other forms of compensation; and selection for training,
including apprenticeship. The contractor agrees to post in conspicuous places, available to
employees and applicants for employment, notices to be provided by the Public Agency
Compliance Officer setting forth provisions of the nondiscrimination clause.
The contractor or subcontractor, where applicable will, in all solicitations or advertisements for
employees placed by or on behalf of the contractor, state that all qualified applicants will receive
consideration for employment without regard to age, race, creed, color, national origin, ancestry,
marital status, sex, affectional or sexual orientation. The contractor or subcontractor, where
applicable, will send to each labor union or representative or workers with which it has a
collective bargaining agreement or other contract or understanding, a notice, to be provided by
the agency contracting officer advising the labor union or workers’ representative of the
contractor’s commitments under this act and shall post copies of the notice in conspicuous places
available to employees and applicants for employment.
The contractor or subcontractor, where applicable, agrees to comply with the regulations
promulgated by the Treasurer to P.L. 1975, c.127, as amended and supplemented from time-to-
time and the Americans with Disabilities Act. The contractor or subcontractor agrees to attempt
in good faith to employ minority and female workers consistent with the applicable county
employment goals prescribed by N.J.A.C. 17:27-5.2 promulgated by the Treasurer pursuant to
P.L. 1975, c.127 as amended and supplemented from time-to-time or in accordance with a
binding determination of the applicable county employment goals determined by the Affirmative
Action Office pursuant to N.J.A.C. 17:27-5.2 promulgated by the Treasurer pursuant to P.L.
1975, c.127, as amended and supplemented from time-to-time.
The contractor or subcontractor agrees to inform in writing appropriate recruitment agencies in
the area, including employment agencies, placement bureaus, colleges, universities, labor unions,
that it does not discriminate on the basis of age, creed, color, national origin, ancestry, marital
status, sex, affectional or sexual orientation, and that it will discontinue the use of any
recruitment agency which engages in direct or indirect discriminatory practices. The contractor
or subcontractor agrees to revise any of its testing procedures, if necessary, to assure that all
personnel testing conforms with the principles of job-related testing, as established by the
statutes and court decisions of the State of New Jersey and as established by applicable Federal
Law and applicable Federal Court decisions.
The contractor or subcontractor agrees to review all procedures relating to transfer, upgrading,
downgrading and layoff to ensure that all such actions are taken without regard to age, creed,
color, national origin, ancestry, marital status, sex, affectional or sexual orientation, and conform
with the applicable employment goals, consistent with the statutes and court decisions of the
State of New Jersey, and applicable Federal law and applicable Federal Court decisions. The
contractor and its subcontractors shall furnish such reports or other documents to the Affirmative
Action Office as may be requested by the office from time-to-time in order to carry out the
purposes of these regulations, and public agencies shall furnish such information as may be
requested by the Affirmative Action Office for conducting a compliance investigation pursuant
to Subchapter 10 of the Administrative Code(NJAC 17:27).
________________________
____________________________
SIGNATURE
(NAME) PRINT OR TYPE
________________________
____________________________
COMPANY NAME:
DATE:
AFFIDAVIT FOR AFFIRMATIVE ACTION
(This Affidavit is part of the Proposal)
STATE OF:__________________________
COUNTY OF:________________________
being duly sworn, deposes and says that he/she resides at:
_____________________________________________________________
_____________________________________________________________
and that he/she is the _______________________of_________________________
who signed the foregoing Proposal of Bids, that during the course of this contract, he/she will
agree to the Plan for Affirmative Action.
Subscribed and Sworn to
before me on the ____day
of _____________20____
__________________________
(Notary Public)
__________________________
My Commission Expires:
(Seal)
NON-COLLUSION AFFIDAVIT
State of New Jersey
County of________________________
SS:_____________________
__
I, _________________________residing in_______________________________________
(Name of Affiant) (Name of Municipality)
in the County of_________________________and State of ____________________of full
age, being duly sworn according to law on my oath depose and say that:
I am_____________________________of the firm of _____________________________
(Title or Position)
(Name of Firm)
the bidder making this Proposal for the bid entitled________________________, and that I
(Title of Bid Proposal)
executed the said proposal with full authority to do so that said bidder has not, directly or
indirectly entered into any agreement, participated in any collusion, or otherwise taken any
action in restraint of free, competitive bidding in connection with the above named project; and
that all statements contained in said proposal and in this affidavit are true and correct, and made
with full knowledge that the ______________________relies upon the truth of the statements
contained in said Proposal
(Name of contracting unit)
and in the statements contained in this affidavit in awarding the contract for the said project.
I further warrant that no person or selling agency has been employed or retained to solicit or
secure such contract upon an agreement or understanding for a commission, percentage,
brokerage, or contingent fee, except bona fide employees or bona fide established commercial or
selling agencies maintained by_________________________________.
Subscribed and sworn
before me this_____ day
________________________
__
of_______,2
(Type or Print Name)
Notary public of _____________________
__________________________
( Signature)
My Commission expires_______________
(Seal)
PROOF OF BUSINESS REGISTRATION
N.J.S.A. 52:32-44 required that each contractor submit proof of business registration with the bid
proposal. Proof of registration shall be a copy of the bidder’s Business Registration
Certificate(BRC). A BRC is obtained from the New Jersey Division of Revenue. Information on
obtaining a BRC is available on the internet at www.nj.gov/dca/lgs/lpcl/busregis/bus or by phone
at (609) 292-1730. N.J.S.A. 52:32-44 imposes the following requirements on contractors and all
subcontractors that knowingly provide goods or perform services for a contractor fulfilling this
contract:
1)
The contractor shall provide written notice to its subcontractors and suppliers to submit
proof of business registration to the contractor;
2)
Prior to receipt of final payment from a contracting agency, a contractor must submit to
the contracting agency an accurate list of all subcontractors or attest that none was used;
3)
During the term of this contract, the contractor and its affiliates shall collect and remit
and shall notify all subcontractors and their affiliates that they must collect and remit to
the Director, New Jersey Division of Taxation, the Use Tax due pursuant to the Sales and
Use Tax Act, (N.J.S.A. 54:32B-1 et seq) on all sales of tangible personal property
delivered into this state.
A contractor, subcontractor or supplier who fails to provide proof of business registration or
provides false business registration information shall be liable to a penalty of $25 for each day of
violation, not to exceed $50,000 for each business registration not properly provided or
maintained under a contract with a contracting agency. Information on the law and its
requirements is available by calling (609) 292-9292.
NEW JERSEY “BUSINESS REGISTRATION CERTIFICATE” FORM
P.L. 2004 Ch. 57 requires that Business Organization’s, be registered with the New Jersey
Department of Treasury, Division of Revenue. The definition in the law is as follows:
“Contractor” means a business organization that seeks to enter or has entered into a contract with
a contracting agency, to provide goods, services, or a construction project, the cost of which
exceeds 15% of the contracting unit’s bid threshold.
Please indicate below, for the bidder and all subcontractors listed on the “Subcontractor
Declaration” herein, as to their registration with the NJ Department of Treasury, Division of
Revenue in accordance with P.L. 2004, Ch57.
Proof of registration is required for all contractor’s and named subcontractor’s. Proof of
registration means a copy of the organization’s Business Registration Certificate”. No other
form can be substituted to fulfill this requirement.
Copies of the Business Registration Certificate shall be submitted and attached to this form.
Name Registration Number
Bidder_______________________
_______
(Subcontractor)________________
________
(Subcontractor)________________
________
(Subcontractor)________________
________
(Subcontractor)________________
________
Subscribed and Sworn
before me this ____day
of__________20____.
____________________________
________________________
Notary Public of
Signature
My Commission Expires ________
________________________
(Type or Print Name)
(Seal)
CONSTRUCTION CONTRACT
During the performance of this contract the contractor agrees as follows:
1)
The contractor or subcontractor, where applicable, will not discriminate against
any employee or applicant for employment because of age, race, creed, color,
national origin, ancestry, marital status, or sex. The contractor will take
affirmative action to ensure that such applicants are recruited and employed, and
that employees are treated during employment, without regard to their age, race,
creed, color, national origin, ancestry, marital status or sex. Such action shall
include, but not be limited to the following: employment, upgrading, demotion, or
transfer; recruitment or recruitment advertising; layoff or termination; rates of pay
or other forms of compensation; and selection for training, including
apprenticeship. The contractor agrees to post in conspicuous places, available to
employees and applicants for employment, notices to be provided by the Public
Agency Equal Employment Opportunity Officer setting forth provisions of this
non-discrimination clause.
2)
The contractor or subcontractor, where applicable, will in all solicitations or
advertisements for employees placed by or on behalf of the contractor, state that
all qualified applicants will receive consideration for employment without regard
to age, race, creed, color, national origin, ancestry, marital status or sex.
3)
The contractor or subcontractor, where applicable, will send to each labor union
or representative of workers with which it has a collective bargaining agreement
or other contract or understanding, a notice, to be provided by the Public Agency
Equal Employment Opportunity Officer advising the labor union or worker’s
representative of the contractor’s commitments under this act and shall post
copies of the notice in a conspicuous place available to employees and applicants
for employment.
4)
The contractor or subcontractor, where applicable, agrees to comply with any
regulations promulgated by the Treasurer pursuant to P.L. 1975, c 127, as
amended and supplemented from time-to-time.
5)
When hiring workers in each construction trade, the contractor or subcontractor
agrees to attempt in good faith to employ minority workers in each construction
trade consistent with applicable employment goal prescribed section 7.3 of said
regulation; provided however, that the Affirmative Action Office may, in its
discretion, exempt a contractor or subcontractor from compliance with the good
faith procedures prescribed by the following provision 1, 2 and 3 as long as the
Affirmative Action Office is satisfied that the contractor is employing workers
provided by a union which provides evidence, in accordance with standards
prescribed by the Affirmative Action Office, that its percentage of active “card
carrying” members who are minority workers is equal to or greater that the
applicable employment goal prescribed by section 7.3 of the regulations
promulgated by the treasurer pursuant to
P.L. 1975, c. 127, as amended and supplemented from time-to-time. The
contractor or subcontractor agrees that a good faith effort shall include
compliance with the following procedures:
A.
If the contractor or subcontractor has a referral agreement or
arrangement with a union for a construction trade, the contractor or
subcontractor shall within(3) days of the contractor award, seek
assurance from the union that it will cooperate with the contractor or
subcontractor as it fulfills its affirmative action obligations under this
contract and in accordance with the regulations promulgated by the
Treasurer pursuant to P.L. 1975, c. 127, as it is supplemented and
amended from time-to-time. If the contractor or subcontractor is unable
to obtain said assurance from the construction trade union at least five(5)
days prior to the commencement of construction work, the contractor or
subcontractor agrees directly to attempt to hire minority workers
consistent with the applicable employment goal. If the contractors’ or
subcontractors’ prior experience with a construction trade union
regardless of whether the union provided said assurance indicates a
significant possibility that the trade union will not refer sufficient minority
workers consistent with the applicable employment goal by complying
with following hiring procedures prescribed under(2): and the contractor
or subcontractor further agrees immediately to take said action if it
determines or is so notified by the Affirmative Action Office that the
union is not referring minority workers consistent with the applicable
employment goal.
B.
If the hiring of a work force consistent with the employment goal has not
or cannot be achieved for each construction trade by adhering to the
procedures of the preceding provision(1), or if the contractor of
subcontractor does not have a referral agreement or arrangement with a
union for a construction trade, the contractor or subcontractor agrees to
take the following actions consistent with the applicable county
employment goal:
1.
To notify the Public Agency Compliance Office, Affirmative
Action Office and at least one minority referral organization of its
manpower needs and request the referral of minority workers;
2.
To notify any minority workers who have been listed with it as
awaiting available vacancies;
3.
Prior to commencement of work, to request the local construction
trade union if the contractor or subcontractor has a referral
agreement or arrangement with a union for the construction trade,
to refer workers to fill job openings;
4.
To leave standing requests for additional referral of minority
workers with the local construction trade union, if the contractor or
subcontractor has a referral agreement or arrangement with a union
for the construction trade, the State Training and Employment
service and the other approved referral sources until such time as
the work force is consistent with the employment goal;
5.
If it is necessary to lay off some of the workers in a given trade on
the construction site, to assure consistency with the applicable
State and Federal Statues and Court decisions, that sufficient
minority employees remain on the site consistent with the
employment and to employ any minority workers laid off by the
contractor or any other construction site in the area on which its
work force composition if not consistent with any employment
goal established pursuant to the regulations implementing P.L.
1975, c. 127;
6.
To adhere to the following procedure when minority workers apply
or are referred to the contractor of subcontractor:
i.
If said individuals have never previously received any
document or certification signifying a level of qualification
lower than that required, the contractor or subcontractor
shall determine the qualifications of such individuals and if
the contractor’s or subcontractor’s work force in each
construction trade is not consistent with the applicable
employment goal, it shall employ such persons which
satisfy
appropriate qualification standards; provided
however, that a contractor or subcontractor shall determine
that the individual at least possesses the skills and
experience recognized by any workers skills and
experience classification determination which may have
been made by a Public Agency Compliance Officer, Union,
Apprentice Program or a Referral Agency, provided the
Referral Agency is acceptable to the Affirmative Action
Office and provided further, that if necessary, the
contractor shall hire minority workers who qualify as
trainees pursuant to subsection 2(k) of these regulations.
All of the requirements of the paragraph, however, are
limited by the provisions of paragraph (c) below.
ii:
If the contractor’s subcontractor’s work force is consistent
with applicable employment goals, the name of said
minority group individual shall be maintained on a waiting
list for first consideration in the event the contractor’s or
subcontractor’s work force is no longer consistent with the
applicable employment goal.
iii.
If for any reason said contractor or subcontractor
determines said minority group individual is not qualified
or if said individual qualifies as an advance trainee or
apprentice, said contractor or subcontractor shall inform
said individual in writing with the reasons for the
determination and maintain copy in its files, and send a
copy to the Public Agency Compliance Officer and the
Affirmative Action Office.
7.
To keep a complete and accurate record of all requests made for
the referral of works in any trade covered by the contract, and said
records shall be kept on forms made available by the Affirmative
Action Office and shall be submitted promptly to that office upon
request.
C.
The contractor or subcontractor agrees that nothing contained in the
preceding provision(3) shall preclude the contractor or subcontractor from
complying with hiring all apprenticeship provisions in any applicable
collective bargaining agreement and where required by custom or
agreement, it shall send journeymen and trainees to the union for referral
or to the apprenticeship program for admission, pursuant to such
agreement or arrangements; provided, however, that where the practices of
a union or apprenticeship program will result in the exclusion or minority
persons or the failure to refer minority group persons consistent with the
county employment goal, the contractor or subcontractor shall not be
required to employ minority advanced trainees and trained in numbers
which result in the employment of advanced trainees as percentage of the
total work force for construction, trade, which percentage significantly
exceeds the apprentice to journey worker ratio specified in the applicable
collective bargaining agreement, or in the absence of a collective
bargaining agreement, exceeds the ratio established by practice in the area
for said construction trade. Also the contractor or subcontractor agrees
that, in implementing the procedures of the preceding provision (b), it
shall, where practicable, employ minority workers residing within the
geographical jurisdiction of the residing union.
D.
The contractor agrees to complete monthly Project Manning Reports on
forms provided by the Affirmative Action Office or in the form prescribed
by the Affirmative Action Office and submit a copy of said form no later
than three(3) days after signing a construction contract and said form once
a month thereafter for the duration of this contract the Affirmative Action
Office and to the Public Agency Compliance Officer. The contractor
agrees to cooperate with the Public Agency in the payment of budgeted
funds, as if necessary, for on-the-job programs for outreach and training of
minority trainees employed on the construction projects.
Provision 4 and 5 not required for contractors or subcontractors with
four(4)
or
fewer
employees
or
a
contractor
who
has
presented
evidence
of
a Federally approved or sanctioned Affirmative Action Program.
CERTIFICATE OF BIDDER SHOWING ABILITY TO PERFORM CONTRACT
I,___________________________of the (City, Town, Township, Borough, etc.)
of_________________________in the County of__________________and the
State of ________________of full age, being duly sworn according to law on my
oath depose and say that:
1.
I am a(n) owner, partner, shareholder or officer of the company set forth
below and am duly authorized to execute this affidavit on its behalf.
(Check Appropriate Statements(s))
_____I own, lease or control the necessary equipment required by the plans,
specifications, and advertisements under which bids are asked for.
_____I do not own, lease or control all the necessary equipment required by
plans, specifications, and advertisements under which bids are asked for.
If the bidder is not the actual owner or lessee of all the necessary equipment
provide
the
source
from
which
the
equipment
will
be
obtained
(Attach
additional sheets if necessary.)
_______________________________________________________________
Attach certification from the owner or person in control of the equipment
definitely granting to the bidder the control of the equipment required
during such time as may be necessary for the completion of that portion of
the contract for which it is necessary.)
Subscribed and sworn
________________________
(Title)
before me this_____day
_________________________
of_________,2_______
(Name of Company)
Notary Public of______
My Commission Expires:
(Seal)
CONTRACT FORM
TOWNSHIP OF GLOUCESTER - CAMDEN COUNTY, NEW JERSEY
THIS AGREEMENT made this ________day of ___________20___, by and between the
TOWNSHIP OF GLOUCESTER, COUNTY OF CAMDEN, a Municipal Corporation of the
STATE OF _______________, part of the second part;
The vendor/contractor agrees to sell/construct and the purchaser agrees to buy the following
upon the terms and conditions hereinafter set forth.
The vendor/contractor and the purchaser agrees, to be bound by the terms of the Notice to
Bidders, Instruction to Bidders General Conditions and Specifications attached hereto and made
a part of hereof, and delivery shall be made when and as directed by the purchaser. The
vendor/contractor further agrees to furnish a bond with sufficient surety in the amount
of______________the amount of this contract, guaranteeing performance of the contract or
delivery to be made a part hereof. The purchaser agrees to make payments in accordance with
the terms of proposal.
This contract constitutes the entire agreement between the parties hereto and its provisions shall
not be changed except in writing, agreeable to both parties. This contract shall
expire___________.
_________________________
________________________
___
TOWNSHIP CLERK
MAYOR
(Corporate Seal)
________________________
___
ATTEST:
COMPANY
_________________________
________________________
SIGNATURE
SIGNATURE
_________________________
________________________
TITLE
TITLE
PUBLIC WORKS CONTRACTOR REGISTRATION ACT
N.J.S.A. 34:11-56.25, et seq. Requires that a general or prime contractor and any listed
subcontractors name in the contractor’s bid proposal shall possess a certificate at the time the bid
proposal is submitted. After bid proposals are received and prior to award of contract, the
successful contractor shall submit a copy of the contractor’s certification along with those of all
listed subcontractors at any tier have their certificate prior to starting work on the job.
Under the law a “contractor” is a “person, partnership, association, joint stock company, trust
corporation or other legal business entity or successor thereof who enters into a contract” which
is subject to the provisions of the New Jersey Prevailing Wage Act (N.J.S.A. 34:11-56.25, et
seq.). It applies to contractors bases in New Jersey or in another state.
PUBLIC WORKS CONTRACTOR REGISTRATION FORM
C.34:11-56.48, p.l. 1999, Ch. 238 requires that contractors and subcontractors, in certain
instances, be registered with the New Jersey Department of Labor, Division of Wage and Hour
Compliance. The definition in the law is as follows.
“Contractor means a person, partnership, association, joint stock company, trust, corporation, or
other legal business entity or successor thereof who enters into a contract which is subject to the
provisions of the “New Jersey Prevailing Wage Act”, P.L. 1963, C150 (c.34:11-56.25 et seq.).
For the construction, reconstruction, demolition, alteration, repair or maintenance of a public
building regularly open to and used by the general public or a public institution, and includes any
subcontractor or lower tier subcontractor of a contractor as defined herein, except that, for the
purposes of this act, no pumping station, treatment plant or construction, reconstruction,
demolition, alteration, repair or maintenance shall be regarded as public building regularly open
to and used by the general public or a public institution.
Please indicate below, for the bidder and all subcontractors listed on the “Subcontractor
Declaration” herein, as to their registration with the NJ Department of Labor, Division of Wage
and Hour Compliance in accordance with P.L. 1999, Ch. 238
NAME
REGISTRATION #
Bidder___________________
__________
(Subcontractor)
________________________
__________
(Subcontractor)
________________________
__________
(Subcontractor)
________________________ __________
(Subcontractor)
________________________ ___________
IF IN THE PROCESS OF REGISTRATION, BUT HAVE NOT YET RECEIVED A
REGISTRATION NUMBER, ATTACH PROOF OF APPLICATION FOR CONTRACTOR
AND/OR SUBCONTRACTORS.
Registration forms are available by contacting Contractor Registration Unit at (609) 292-9464.
Subscribed and sworn before me this
______day of ________20______.
________________________
Signature
____________________________
________________________
Notary Public
(Name & Title Type or Print)
(My Commission Expires)_______20_____
AMERICANS WITH DISABILITIES ACT OF 1990
Equal Opportunity for Individuals with disability
The contractor and the Township of Gloucester , do hereby agree that the provisions of Title 11,
of the Americans With Disabilities Act of 1990 42 U.S.C. S12101 et seq, which prohibits
discrimination on the basis of disability by public entities in all services, programs, and activities
provided or made available by public entities, and the rules and regulations promulgated
pursuant there unto, are made a part of this contract. In providing any aid, benefit, or service on
behalf of the owner pursuant to this contract, the contractor agrees that the performance shall be
in strict compliance with the Act. In the event that the contractor, its agents, servants,
employees, or subcontractors violate or are alleged to have violated the Act during the
performance of this contract, the contractor shall defend the owner in any action or
administrative proceeding commenced pursuant to this Act. The contractor shall indemnify,
protect, and save harmless the owner, its agents, servants, and employees from and against any
and all suits, claims, losses, demands, or damages, of whatever kind or nature arising out of or
claimed to arise out of the alleged violation. The contractor shall, at its own expense, appear,
defend, and pay any and all charges for legal services and any and all costs and other expenses
arising from such action or administrative proceeding or incurred in connection therewith. In
any and all complaints brought pursuant to the owner’s grievance procedure, the contractor
agrees to abide by any decision of the owner which is rendered pursuant to said grievance
procedure. If any action or administrative results in an award of damages against the owner, or if
the owner incurs any expense to cure a violation of the ADA which has been brought pursuant to
its grievance procedure, the contractor shall satisfy and discharge the same at its own expense.
The owner shall, as soon as practicable after a claim has been made against it, give written notice
thereof to the contractor along with full and complete particulars of the claim. If any action or
administrative proceeding is brought against the owner or any of its agents, servants, and
employees, the owner shall expeditiously forward or have forwarded to the contractor every
demand, complaint, notice summons, pleading, or other process received by the owner or its
representatives.
It is expressly agreed and understood that any approval by the owner of the services provided by
the contractor pursuant to this contract will not relieve the contractor of the obligation to comply
with the Act and to defend, indemnify, protect, and save harmless the owner pursuant to this
paragraph.
It is further agreed and understood that the owner assumes no obligation to indemnify or save
harmless the contractor, its agents, servants, employees and subcontractor for any claim which
may arise out of their performance of this Agreement. Furthermore, the contractor expressly
understands and agree that the provisions of this indemnification clause shall in no way limit the
contractor’s obligations assumed in this Agreement, nor shall they be construed to relieve the
contractor from any liability, nor preclude the owner from taking any other actions available to it
under any other provisions of the Agreement or otherwise at law.
--- Document: RFP – Professional Services ---
SCHEDULE “A”
1.
PROFESSIONAL SERVICES CONTRACTS TO BE AWARDED BY
ESTABLISHED QUALIFICATION CRITERIA
The Township of Gloucester solicits statements of qualifications for applicants for appointment
to the following professional positions. Responses should address the general criteria and
mandatory minimum criteria for the positions sought. All responses will be treated as
confidential and reviewed only by the governing body, unless otherwise required by law.
Responses must be received in the Office of the Township Clerk, P.O. Box 8, 1261 Chews
Landing Road, Blackwood, NJ 08012, no later than 12:00 PM Wednesday December 14, 2011.
All responses shall be opened and announced publicly, immediately thereafter by the Township
Clerk or her representative. Responses will be reviewed by the governing body. All
appointments will be announced at a public meeting. Unless otherwise noted appointments shall
be for the calendar year of 2012 and subject to the execution of an appropriate contract.
MUNICIPAL LABOR COUNSEL
GENERAL CRITERIA: The Township of Gloucester desires to appoint an attorney or firm
who will be the Township’s primary representative in all matters relating to labor relations.
Applicants should demonstrate knowledge of and experience in the representation of public
employers. Any experience or knowledge of matters that directly affect the Township of
Gloucester should be addressed.
MANDATORY MINIMUM REQUIREMENTS:
1. Must be licensed to practice law in the State of New Jersey and eligible to appear before all
state and federal courts and administrative agencies of the State of New Jersey for a period of not
less than ten(10) years preceding appointment.
2. Must have a minimum of ten(10) years experience representing public employers in labor
relation matters.
3. Must have sufficient support staff to provide all services required by the Township including,
but not limited to, legal research, preparation of legal memoranda, contracts and other legal
documents.
4. Must maintain a bonafide principal office in the State of New Jersey.
5. Must list past and present public employers represented as Labor Counsel.
MUNICIPAL BOND COUNSEL
GENERAL CRITERIA: The Township of Gloucester desires to appoint an attorney or firm
who will be the primary legal representative of the Township in all matters relating to the
issuance of public debt instruments including bonds and bond anticipation notes of the
Township. Applicant should demonstrate knowledge of municipal bond and finance law. Any
experience or knowledge of matters that directly affect the Township of Gloucester should be
addressed.
MANDATORY MINIMUM REQUIREMENTS:
1. Must be licensed to practice law in the State of New Jersey and eligible to appear before all
state and federal courts and administrative offices of the State of New Jersey for a period of not
less than ten(10) years preceding appointment.
2. Must have a minimum of ten(10) years experience representing municipal entities in
connection with the approval of bond ordinances and the issuance of municipal bonds and/or
notes.
3. Must maintain a bonafide office in the State of New Jersey.
4. Must have sufficient support staff to provide all services required by the Township including,
but not limited to, the preparation of all documents necessary and incidental to the issuance of
bonds and other municipal obligations.
5. Must list past and present public entities represented as Bond Counsel.
MUNICIPAL AUDITOR
GENERAL CRITERIA: The Township of Gloucester desires to appoint a firm of certified
public accountants to act as municipal auditors for the Township of Gloucester. Applicant
should demonstrate knowledge of municipal auditing laws and regulations and experience in
providing advice to municipal entities on records compliance issues. Any experience or
knowledge of matters that directly affect the Township of Gloucester should be addressed.
MANDATORY MINIMUM REQUIREMENTS:
1. The firm must employ a minimum of two(2) certified public accountants who have been
licensed in that capacity for a period of not less than three(3) years each prior to the date of
appointments.
2. The firm must employ a minimum of one(1) registered municipal accountants licensed and
qualified in that capacity for a minimum of three(3) years each prior to the appointment.
3. Must have a minimum of ten(10) years experience in providing auditing services to
municipalities within the State of New Jersey.
4. Must maintain a current principal office within the State of New Jersey.
5. Must describe any special services available to municipal clients.
6. Must list all past and present municipal clients.
ECONOMIC DEVELOPMENT CONSULTANT
A
PURPOSE: The purpose of this Request for Proposals is to solicit interest from
qualified firms to provide professional economic development services to the Gloucester
Township Economic Development Corporation. A qualified firm will be selected
through a competitive, quality-based, fair and open process at the sole discretion of the
Township.
B
PROCEDURES FOR RESPONDING TO THIS REQUEST FOR PROPOSALS:
(1) Three(3) Copies of the proposal, inclusive of all information required at Section D
hereof, shall be provided. Proposals must be submitted to the Township of
Gloucester 1261 Chews Landing Road, Gloucester Township, NJ 08012 on or before
the deadline listed above. Any proposals received after said deadline, whether by
mail or otherwise, will be deemed non-responsive. No proposals will be accepted
after the date set forth above. Proposals must be submitted in a sealed envelope with
the name of the firm or individual submitting the proposal clearly marked on the
outside of the envelope. It is recommended that the proposal package be hand-
delivered. The Township assumes no responsibility for delays in any form of carrier,
mail, or delivery service causing the proposal to be received after the above-
referenced due date and time. Submission by fax, telephone, or e-mail is not
permitted. The Township Council shall seek and secure a recommendation from the
Gloucester Township Economic Development Corporation on the selection of the
most qualified firm for this service. The final selection shall be made in the sole
discretion of the Gloucester Township Council.
(2) All questions regarding this Request for Proposals should be made in writing to
Rosemary DiJosie, Township Clerk, Township of Gloucester, 1261 Chews Landing
Road, Laurel Springs, NJ 08021.
C
CRITERIA FOR EVALUATION OF PROPOSALS: The Gloucester Township
Economic Development Corporation will serve as the proposal review committee for this
request for proposals and shall provide a recommendation for the selection of the
consultant to the Gloucester Township Committee based upon the following critera:
(1) Experience and reputation in the field of economic development;
(2) Knowledge of the economic conditions of the Township of Gloucester;
(3) Knowledge of the Township, its economic development programs, plans and
activities;
(4) Availability to attend required meetings and to meet with prospects and local
businesses;
(5) Compensation proposal;
(6) Compliance with the minimum qualifications established by the Gloucester Township
Economic Development Corporation and the Township for this service;
(7) Other factors determined to be in the best interest of the Township.
D
PROPOSAL REQUIREMENTS: The Township is requesting proposals for Economic
Development Consultant which shall include the following:
(1) Scope of Services
(2) Resume of the Firm
(3) Facilities
(4) Conflict of Interest Statement
(5) Compensation
SCOPE OF SERVICE - The Township is seeking a highly qualified and experienced
Economic Development firm to provide economic development planning, program management,
project development, marketing, financial structuring and communications for a comprehensive
economic development program that will create new employment opportunities, expand the
township tax base, assist on the planning and development of redevelopment areas and marketing
of the township to prospective businesses interest in location and expanding into and within the
Township.
MANDATORY MINIMUM QUALIFICATIONS – The responding firm must have a
principal that will perform the duties described above with the following minimum criteria:
1. At least 20 years of experience in the economic development field. This experience must be
described in the resume section of the proposal.
2. Graduation from an accredited college or university with a degree in economics, real estate,
environmental science, urban planning or architecture.
3. Expertise in municipal bond finance, state and federal finance and funding programs, and;
4. At least 5 years of experience providing consulting services to county and/or municipal
clients within the State of New Jersey.
RESUME – The responding firm shall include a resume of the principal that will provide the
services to the Township that includes the following:
(1) Name and address of your firm and the corporate officer authorized to execute
agreements;
(2) A brief description of your firm’s history, ownership, and organizational structure.
(3) A listing of the principal’s economic development experience, skills, training and
certifications:
(4) A listing of local governmental clients with which you have similar contracts; include
the name, address and telephone number of the contact person.
(5) A statement of your firm’s insurance coverage including general liability, automotive,
workers compensation at a minimum. A certificate of insurance will be required
evidences such coverage upon the execution of a contract.
(6) A statement of assurance to the effect that your firm is not currently in violations of
any regulatory rules or regulations that may have an impact on your firm’s operations.
Office Location – Provide information on your office facilities and distance in miles
from your office to the Gloucester Township municipal building.
Conflict of Interest – Disclosure of any potential conflicts of interest that the firm may
have in performing these services for the Township of Gloucester and/or the Gloucester
Township Economic Development Corporation
E
COMPLIANCE – In addition, all proposals shall with P.L. 177, c.33 requiring
submission of a statement of corporate ownership, N.J.S.A. 52:32-44 requiring
submission of a New Jersey Business Registration Certificate; and with P.L. 175,c.127
and N.J.A.C. 17:27-1 et seq., requiring compliance with Equal Employment Opportunity
and Affirmative Action Laws, and the proof of compliance therewith.
F
RESERVATION OF RIGHT: The Township reserves the right to reject any and all
proposals, in whole or in part, and to waive any immaterial defect or informality in any
proposal as may be permitted by law.
ZONING BOARD ATTORNEY
GENERAL CRITERIA: The Township of Gloucester desires to appoint a zoning board
attorney. Applicants should demonstrate knowledge of general New Jersey municipal zoning
law, New Jersey redevelopment law and municipal contract law. Any experience or knowledge
of matters directly affecting the Township of Gloucester should be addressed.
MANADATORY MINIMUM REQUIREMENTS:
1. Must be licensed to practice law in the State of New Jersey for a period of not less than
ten(10) years preceding the proposed appointment, and eligible to appear before all state and
federal courts in New Jersey, as well as New Jersey administrative agencies and the Office of
Administrative Law.
2. Must have a minimum of seven(7) years experience in the general representation of
municipal zoning boards.
3. Must list past and present municipal zoning boards represented.
4. Must maintain a bonafide principal office in the State of New Jersey.
5. Must have sufficient support staff available to provide all general legal services required by
the Township including, but not limited to, legal research, preparation of resolutions,
preparation of ordinances, preparation of contracts and other legal documents.
ZONING BOARD ENGINEERS
GENERAL CRITERIA: The Township of Gloucester desires to appoint a firm or firms to
provide zoning board engineering services to the Township. Applicants should demonstrate
knowledge and experience with respect to all aspects of zoning engineering services required by
a municipal entity. Any experience or knowledge of matters that directly affect the Township of
Gloucester should be addressed.
MANDATORY MINIMUM REQUIREMENTS:
1. Must be certified to provide engineering services in the State of New Jersey
2. Must have a minimum of ten(10) years experience in providing services to municipal zoning
boards
3. Must be experienced in obtaining permits and approvals from various state, county and local
regulatory agencies.
4. Must maintain a staff of New Jersey licensed or certified professionals sufficient to service
the Township of Gloucester including, but not limited to; civil engineers, land surveyors,
planners, environmental scientists and construction administrators.
5. Must maintain a principal office location in close proximity to Gloucester Township so as to
be able to respond to emergent matters promptly.
6. Must have project managers with at least fifteen(15) years of municipal experience.
7. Must list past and present municipalities served as Zoning Board Engineer
ENGINEER – SIDEWALKS
GENERAL CRITERIA: The Township of Gloucester desires to appoint a firm or firms to
provide engineering for sidewalk services to the Township. Applicants should demonstrate
knowledge and experience with respect to all aspects of engineering services required by a
municipal entity. Any experience or knowledge of matters that directly affect the Township of
Gloucester should be addressed.
MANDATORY MINIMUM REQUIREMENTS:
1. Must be certified to provide engineering services in the State of New Jersey.
2. Must have a minimum of ten(10) years experience in providing consulting services to
municipalities including demonstrated experience with sidewalk installation, land surveying and
mapping projects.
3. Must be experienced in obtaining permits and approvals from various state, county and local
regulatory agencies with specific experienced related to waterfront development permits and
Brownfield sites preferred.
4. Must maintain a staff of New Jersey licensed or certified professionals sufficient to service
the Township of Gloucester including, but not limited to: civil engineers, land surveyors,
planners, environmental scientists and construction administrators.
5. Must maintain a principal office location in close proximity to Gloucester Township so as to
be able to respond to emergent matters promptly.
6. Must be experienced in the preparation of grant applications.
7. Must have project managers with at least fifteen(15) years of municipal experience.
8. Must list past and present municipalities served as Engineer.
ENGINEER – STREETS
GENERAL CRITERIA: The Township of Gloucester desires to appoint a firm or firms to
provide engineering for street improvement services to the Township. Applicants should
demonstrate knowledge and experience with respect to all aspects of engineering services
required by a municipal entity. Any experience or knowledge of matters that directly affect the
Township of Gloucester should be addressed.
MANDATORY MINIMUM REQUIREMENTS:
1. Must be certified to provide engineering services in the State of New Jersey.
2. Must have a minimum of ten(10) years experience in providing consulting services to
municipalities including demonstrated experience with road programs and land surveying and
mapping projects.
3. Must be experienced in obtaining permits and approvals from various state, county and local
regulatory agencies with specific experience related to waterfront development permits and
Brownfield sites preferred.
4. Must maintain a staff of New Jersey licensed or certified professionals sufficient to service
the Township of Gloucester including, but not limited to: civil engineers, land surveyors,
planners, environmental scientists and construction administrators.
5. Must maintain a principal office location in close proximity to Gloucester Township so as to
be able to respond to emergent matters promptly.
6. Must be experienced in the preparation of grant applications.
7. Must have project managers with at least fifteen(15) years of municipal experience.
8. Must list past and present municipalities served as Engineer.
ENGINEER - STORM DRAINAGE
GENERAL CRITERIA: The Township of Gloucester desires to appoint a firm or firms to
provide engineering storm drainage services to the Township. Applicants should demonstrate
knowledge and experience with respect to all aspects of engineering services required by a
municipal entity. Any experience or knowledge of matters that directly affect the Township of
Gloucester should be addressed.
MANDATORY MINIMUM REQUIREMENTS:
1. Must be certified to provide engineering services in the State of New Jersey.
2. Must have a minimum of ten(10) years experience in providing consulting services to
municipalities including demonstrated experience with drainage improvement projects, sewer
projects, utility upgrades and replacement land surveying and mapping projects.
3. Must be experienced in obtaining permits and approvals from various state, county and local
regulatory agencies with specific experience related to waterfront development permits and
Brownfield sites preferred.
4. Must maintain a staff of New Jersey licensed or certified professionals sufficient to service
the Township of Gloucester including, but not limited to: civil engineers, land surveyors,
planners, environmental scientists and construction administrators.
5. Must maintain a principal office location in close proximity to Gloucester Township so as to
be able to respond to emergent matters promptly.
6. Must be experienced in the preparation of grant applications.
7. Must have project managers with at least fifteen(15) years of municipal experience.
8. Must list past and present municipalities served as Engineer
ENGINEER – RECREATION
GENERAL CRITERIA: The Township of Gloucester desires to appoint a firm or firms to
provide engineering services to the Township. Applicants should demonstrate knowledge and
experience with respect to all aspects of engineering services required by a municipal entity.
Any experience or knowledge of matters that directly affect the Township of Gloucester should
be addressed.
MANDATORY MINIMUM REQUIREMENTS
1. Must be certified to provide engineering services in the State of New Jersey.
2. Must have a minimum of ten(10) years experience in providing consulting services to
municipalities including demonstrated experience with recreational facilities and land surveying
and mapping projects.
3. Must be experienced in obtaining permits and approvals from various state, county and local
regulatory agencies with specific experience related to waterfront development permits and
Brownfield sites preferred.
4. Must maintain a staff of New Jersey licensed or certified professionals sufficient to service
the Township of Gloucester including, but not limited to : civil engineers, land surveyors,
planners, environmental scientists and construction administrators.
5. Must maintain a principal office location in close proximity to Gloucester Township so as to
be able to respond to emergent matters promptly.
6. Must be experienced in the preparation of grant applications.
7. Must have project managers with at least fifteen(15) years of municipal experience.
8. Must list past and present municipalities served as Engineer.
SPECIAL COUNSEL, WORKERS COMPENSATION INSURANCE PLAN:
GENERAL CRITERIA: The Township of Gloucester desires to appoint a New Jersey licensed
attorney or a firm of attorneys to represent the Township of Gloucester in the administration of
its Workers Compensation Self-Insurance Plan, specifically to represent the Township of
Gloucester as an employer in the Courts of Workers compensation in the State of New Jersey.
Applicants are encouraged to submit information demonstrating particular knowledge relating to
the representation of self-insured municipal governments in workers compensation actions. Any
experience or knowledge of matters directly affecting the Township of Gloucester should be
addressed.
MANDATORY MINIMUM REQUIREMENTS:
1. Must be licensed to practice law in the State of New Jersey and eligible to appear before all
state and federal courts and administrative offices of the State of New Jersey for a period of not
less than ten(10) years preceding appointment.
2. Must have a minimum of ten(10) years experience representing respondents in workers
compensation actions.
3. Must have a minimum of ten(10) years experience in representing municipal governments as
respondents in New Jersey workers compensation actions.
4. Must maintain a bonafide office in the State of New Jersey.
5. Must list past and present public entities represented in worker’s compensation matters.
COMPUTER AND COMPUTER NETWORK CONSULTANT:
GENERAL CRITERIA: The Township of Gloucester desires to appoint a Computer and
Computer Network consultant who will facilitate the Township’s need to maintain Township
data and records via computer network systems. Applicants should demonstrate experience and
knowledge in the field of computers, operating systems and networking especially with existing
systems operating within the Township of Gloucester.
STANDARD REQUIREMENTS OF TECHNICAL PROPOSAL: Proposers should submit a
technical proposal which contains the following:
A.
The name of the proposer, the principal place of business and, if different, the
place where the services will be provided;
B.
The age of the proposer’s firm and average number of employees over the past
three years;
C.
The education, certifications, qualifications, experience, and training of all
persons who would be assigned to provide services along with their names and
titles;
D.
A listing of all other engagements where services of the types being proposed
were provided. This should include other Municipal governments and other
levels of government. Contact information for the recipients of the similar
services must be provided. The Township of Gloucester may obtain references
from any of the parties listed;
E.
A description of all other areas of expertise of the proposer, with emphasis on a
description of those services of interest to a county or municipal government
client;
F.
A detailed plan for providing the proposed services;
G.
Proof of professional liability insurance;
H.
Proof of any necessary professional license or certification from the State of New
Jersey for all professionals assigned to the engagement;
I.
Statement that the firm has Workers’ Compensation and Employer’s Liability
Insurance in accordance with New Jersey law;
J.
Statement that neither the firm nor any individuals assigned to this engagement
are disbarred, suspended, or otherwise prohibited from professional practice by
Any federal, state, or local agency;
K.
A description of the proposer’s office location and an explanation of the
proposer’s availability for meetings, conferences, training and emergency
response at the Township of Gloucester’s facilities.
L.
An Affirmative Action Statement;
M.
A completed Non-Collusion Affidavit;
N.
A completed Owner Disclosure Statement;
O.
A statement that the proposer will comply with the General Terms and Conditions
required by the Township of Gloucester and enter into the Township of
Gloucester’s standard Professional Services Contract;
P.
A copy of the Proposer’s Business Registration Certificate.
Q.
A representation that all services will be performed within the United States
of America;
R.
A statement that the respondent has read the Americans with Disabilities language
that is part of the documents attached hereto and agrees that the provisions
of Title II of the Act are made part of the contract. The contractor is
obligated to comply with the Act and hold the Township of Gloucester harmless.
SPECIALIZED REQUIREMENTS OF TECHNICAL PROPOSAL :
A.
The proposer shall perform management maintenance, and security of the
Township of Gloucester’s network infrastructure.
B.
The proposer shall identify and recommend hardware and software operating
systems and upgrades for network and office technology.
C.
The proposer shall continue to maintain the consolidation and update of the
network to meet the protocols of the Township of Gloucester.
D.
The proposer shall provide remote monitoring services 24/7 on all key
network devices, monitoring key services such as but not limited to virus
scanning, data backup, and security intrusions.
E.
The proposer shall provide call center support with access to real time
phone support to handle all desktop issues.
F.
The proposer shall provide periodic security patch updates remotely for
the operating systems. These updates will occur during off business hours.
G.
The proposer shall provide onsite service to the Township of Gloucester
between the hours of 8:00 a.m. and 5:45 p.m. Monday through Thursday,
excluding public holidays.
H.
The proposer shall provide emergency repair service and maintenance outside the
normal working hours of the Township of Gloucester, defined as 8:00a.m. and
5:45 p.m. Monday through Thursday, excluding public holidays, which shall
include Saturdays and Sundays.
I.
The proposer shall troubleshoot problems with appropriate vendors and
maintenance of software from the application software providers.
Note: Supplemental information may be requested and an interview may be required.
COST PROPOSAL- Proposers should submit a cost proposal which would include any
proposed retainer, the services to be provided for the retainer, and hourly billing rates. The
Township of Gloucester does not provide payment for or reimbursement for travel expenses.
DISCUSSION WITH PROPOSERS- An oral presentation by a proposer to clarify a proposal
may be required at the sole discretion of the Township of Gloucester. However, the Township of
Gloucester may award a contract based on the initial proposals received with discussion with the
proposer. If oral presentations are required, they will be scheduled after the submission of
proposals. Proposer will not be compensated for making the presentation.
PROPOSAL EVALUATION- The Township of Gloucester will select the most advantageous
proposal based on all of the evaluation factors set forth at the end of this RFP. However, cost is
important to the Township of Gloucester. The Township of Gloucester may, if deemed useful,
attempt to negotiate an acceptable fee with the most qualified proposer. The Township of
Gloucester will make the award that is in the best interest of the Township of Gloucester based
on cost and other considerations.
Each proposal must satisfy the objectives and requirements detailed in this RFP. The features of
the proposal, considered together with its economic and other benefits, will form the basis for the
evaluation process.
The successful proposer shall be determined by an evaluation of the total content of the proposal
submitted. The Township of Gloucester reserves the right to:
a) Not select any of the proposals;
b) Select only portions of a particular proposer’s proposal for further consideration
(however, proposers may specify portions of the proposal that they consider “bundled”.);
c) Award a contract for the requested services at any time within 60 days of the selection
of the most advantageous proposal. Every proposal should be valid through this time
period.
The Township of Gloucester shall not be obligated to explain the results of the evaluation
process to any proposer.
The Township of Gloucester may require proposers to demonstrate any services described in
their proposal prior to award.
PROPOSAL LIMITATIONS- This RFP is not intended to be an offer, order or contract and
should not be regarded as such, nor shall any obligation or liability be imposed on the Township
of Gloucester by issuances of this RFP. The Township of Gloucester reserves the right at the
Township of Gloucester’s sole discretion to refuse any proposal submitted.
USE OF INFORMATION- Any specifications, drawings, sketches, models, samples, data,
computer
programs,
documentation,
technical
or
business
information
and
the
like(“Information”) furnishes or disclosed by the Township of Gloucester to the proposer in
connection with this RFP shall remain the property of the Township of Gloucester. When in
tangible form, all copies of such information shall be returned to the Township of Gloucester
upon request. Unless such information was previously known to the proposer, free of any
obligation to keep it confidential, or has been or is subsequently made public by the Township of
Gloucester or a third party, it shall be held in confidence by the proposer, shall be used only for
the purposes of this RFP, and may not be used for other purposed except upon such terms and
conditions as may be mutually agreed upon in writing.
GENERAL TERMS AND CONDITIONS –
A.
The Township of Gloucester reserves the right to reject any or all proposals, if
necessary, or to waive any informalities in the proposals, and unless otherwise
specified by the proposer, to accept any item, items or services in the proposals
should it be deemed in the best interest of the Township of Gloucester to do so.
B.
In case of failure by the successful proposal, the Township of Gloucester may
procure the articles or services from other sources, deduct the cost of the
replacement from money due to the proposer under the contract, and hold the
proposer responsible for any excess cost occasioned thereby.
C.
The proposer or subcontractor, where applicable, shall be responsible for, shall
keep, save and hold the Township of Gloucester harmless from, shall indemnify
and shall defend the Township of Gloucester against any claim, loss, liability,
expense (specifically including but not limited to costs, counsel fees and/or
experts’ fees), or damage resulting from all mental or physical injuries or
disabilities, including death, to employees or recipients of the proposer’s services
or to any other persons, or from any damage to any property sustained in
connection with this contract which results from any acts or omissions, including
negligence or malpractice, of any of its officers, directors, employees, agents,
servants or independent contractors, or from the proposer’s failure to provide for
the safety and protection of its employees, or from proposer’s performance or
failure to perform pursuant to the terms and provisions of this contract. The
proposer’s liability under this agreement shall continue after the termination of
this agreement with respect to any liability, loss, expense or damage resulting
from acts occurring prior to termination.
D.
The proposer shall maintain sufficient insurance to protect against all claims
under Workmen’s Compensation, General Automobile Liability and shall be
subject to approval for adequacy of protection.
E.
Each proposal must be signed by the person authorized to do so.
F.
Where applicable, payments will be made upon approval of vouchers submitted
by the successful proposer in accordance with the requirements of the Township
of Gloucester and subject to the Township of Gloucester’s standard procedures.
G.
The Township of Gloucester is exempt from any State sales tax or Federal excise
tax. In submitting its proposal, the proposer certifies that its total base proposal
does not include any NJ State Sales Tax.
H.
The contract shall be in effect for one(1) year from date of award unless otherwise
stated.
I.
Proposals may be hand delivered or mailed consistent with the provisions of the
legal notice to proposers. In the case of mailed proposals, the Township of
Gloucester assumes no responsibility for proposals received after the designated
date and time and will return late proposals unopened.
J.
If awarded a contract, the successful bidder shall be required to comply with the
requirements of N.J.S.A. 10:5-31 et seq. And N.J.A.C. 17:27, and shall submit
evidence of appropriate affirmative action compliance prior to the execution of a
contract.
K.
All services shall be performed within the United States of America.
L.
All proposals submitted shall include in the price any applicable permits or fees
required by any other government entity that has jurisdiction to require the same.
M.
By submission of the proposal, the proposer certifies that the service to be
furnished will not infringe upon any valid patent, trademark or copyright and the
successful proposer shall, at its expense, defend any and all actions or suits
charging such infringement, and will save the Township of Gloucester harmless in
any case of any such infringement.
N.
No proposer shall influence or attempt to influence or cause to be influenced any
Township of Gloucester officer or employee to use his/her official capacity in any
manner which might tend to impair the objectivity or independence of judgement
or said officer or employee.
O.
No proposer shall cause or influence or attempt to cause or influence any
Township of Gloucester officer or employee to use his/her official capacity to
secure unwarranted privileges or advantages for the proposer or any other person.
ENERGY CONSULTANT
GENERAL CRITERIA: The Township of Gloucester desires to appoint a consultant
responsible for the coordination of various professional disciplines relating to energy efficiency
projects in the Township as needed and to provide general advice relative to energy conservation
initiatives. Applicants should demonstrate knowledge and experience in energy consulting and
its application in municipalities in New Jersey. Any experience involving municipalities in
Camden County should be addressed. Any experience or knowledge of matters directly affecting
energy projects in the Township of Gloucester should be addressed.
MANDATORY MINIMUM REQUIREMENTS:
1. Must have a minimum of two(2) years experience providing consulting services to municipal
governments in New Jersey relative to energy consultant work.
2. Must have prior experience obtaining grants and loans for municipal energy projects.
3. Must have prior experience and knowledge concerning general administration of public
entities.
4. Must maintain a bonafide principal office in the State of New Jersey.
5. Must list all past and present municipal clients.
MUNICIPAL COURT CHIEF PROSECUTOR
AND MUNICIPAL PROSECUTOR
GENERAL CRITERIA: The Township of Gloucester desires to appoint a chief prosecutor who
will be the chief legal representative of the State of New Jersey and the Township of Gloucester
in the prosecution of cases before the Municipal Court of the Township of Gloucester and to
appoint an additional prosecutor(s) who will serve at the direction of the chief prosecutor.
Applicants should demonstrate knowledge and experience in matters relating to prosecution
matters before the municipal courts of the State of New Jersey. Any experience or knowledge of
matters that directly affect the Township of Gloucester or its municipal court should be
addressed.
MANDATORY MINIMUM REQUIREMENTS:
1. Must be licensed to practice law in the State of New Jersey and eligible to appear before all
state and federal courts and administrative offices of the State of New Jersey for a period of not
less than ten(10) years preceding appointment.
2. Must have experience as a municipal court prosecutor.
3. Must provide a description of availability for municipal court sessions as scheduled in the
Township of Gloucester.
4. Must maintain a bonafide principal office in the State of New Jersey.
5. Must list other past and present municipal courts served as prosecutor.
MUNICIPAL PUBLIC DEFENDER
GENERAL CRITERIA: The Township of Gloucester desires to appoint an attorney at law who
will be the principal public defender for those who qualify for public defender services in the
Municipal court of the Township of Gloucester. Applicant should demonstrate knowledge and
experience in the defense of matters in the municipal courts of the State of New Jersey. Any
experience or knowledge of matters that directly affect the Township of Gloucester or its
municipal court should be addressed.
MANDATORY MINIMUM REQUIREMENTS:
1. Must be licensed to practice law in the State of New Jersey and eligible to appear before all
state and federal courts and administrative offices of the State of New Jersey for a period of not
less than ten(10) years preceding appointment.
2. Must have experience in the defense of persons before municipal courts of the State of New
Jersey.
3. Must have experience as a municipal public defender in the municipal courts of the State of
New Jersey.
4. Must maintain a bonafide principal office in the State of New Jersey.
FINANCIAL ADVISOR
GENERAL CRITERIA: The Township of Gloucester desires to appoint a financial advisor
who will assist the Township of Gloucester in the analysis of financial information with respect
to the issuance of bonds, notes and other obligations. Entities should demonstrate knowledge of
municipal finance law and financial practices with particular emphasis on the application of the
knowledge. Any experience or knowledge of matters that directly affect the Township of
Gloucester should be addressed.
MANDATORY MINIMUM REQUIREMENTS
1. Must have a minimum of ten(10) years experience providing financial advisory services to
municipal governments in New Jersey.
2. Must possess in depth experience in municipal bond transactions.
3. Must have a minimum of at least one(1) principal with at least a master’s degree in public
administration or equivalent.
4. Must maintain a bonafide office in the State of New Jersey.
5. Must list all past and present municipal clients.
REDEVELOPMENT PLANNER/ARCHITECT
GENERAL CRITERIA: The Township of Gloucester may from time to time, appoint a planner
and/or architect to provide general advice relative to redevelopment initiatives and to undertake
such other tasks as may advance redevelopment initiatives as determined by the Township
Council. Applicants should demonstrate knowledge and experience in redevelopment planning
and/or redevelopment architect projects and such other areas that may be of application to assist
redevelopment initiatives in municipalities in New Jersey. Any experience involving
municipalities in Camden County should be addressed. Any experience or knowledge of matters
directly affecting redevelopment initiatives in the Township of Gloucester should be addressed.
MANDATORY MINIMUM REQUIREMENTS
1. Must have a minimum of ten(10) years experience in redevelopment planning and/or architect
work in the State of New Jersey.
2. Must have prior experience providing redevelopment planning and/or architect work in New
Jersey municipalities.
3. Must have prior experience and knowledge concerning general administration of public
entities.
4. Any experience in matters involving the Township of Gloucester will be considered and must
be explained.
5. Must maintain a bonafide principal office in the State of New Jersey.
REDEVELOPMENT ENGINEER
GENERAL CRITERIA: The Township of Gloucester may from time to time, appoint an
engineer to provide general advice relative to redevelopment initiatives and to undertake such
other tasks as may advance redevelopment initiatives as determined by the Township Council.
Applicants should demonstrate knowledge and experience in redevelopment engineering projects
and such other areas that may be of application to assist redevelopment initiatives in
municipalities in New Jersey. Any experience involving municipalities in Camden County
should be addressed. Any experience or knowledge of matters directly affecting redevelopment
initiatives in the Township of Gloucester should be addressed.
MANDATORY MINIMUM REGUIREMENTS
1. Must have a minimum of ten(10) years experience in redevelopment engineering work in the
State of New Jersey.
2. Must have prior experience providing redevelopment engineering work in New Jersey
municipalities.
3. Must have prior experience and knowledge concerning general administration of public
entities.
4. Any experience in matters involving the Township of Gloucester will be considered and must
be explained.
5. Must maintain a bonafide principal office in the State of New Jersey.
MEDIA CONSULTANT
GENERAL CRITERIA: The Township of Gloucester may from time to time, appoint a media
consultant to provide public relations assistance. The successful candidate will need to
demonstrate experience with drafting press releases, creation of ad campaigns and the utilization
of social media. Any experience involving municipalities in Camden County should be
addressed
MANDATORY MINIMUM REGUIREMENTS:
1. Must have a minimum of two(2) years experience in media consulting work in the state of
New Jersey.
2. Must have prior experience providing media consultation for governmental entities.
3. Any experience in matters involving the Township of Gloucester will be considered and must
be explained.
4. Must maintain a bonafide principal office in the state of New Jersey
--- Document: RFP – Professional Services – Schedule “B” ---
SCHEDULE “B”
1.
PROFESSIONAL SERVICES CONTRACTS TO BE AWARDED BY
ESTABLISHED QUALIFICATION CRITERIA
The Township of Gloucester solicits statements of qualifications for applicants for appointment
to the following professional positions. Responses should address the general criteria and
mandatory minimum criteria for the positions sought. All responses will be treated as
confidential and reviewed only by the governing body, unless otherwise required by law.
Responses must be received in the Office of the Township Clerk, P.O. Box 8, 1261 Chews
Landing Road, Blackwood, NJ 08012, no later than 12:00 PM Wednesday December 14, 2011.
All responses shall be opened and announced publicly, immediately thereafter by the Township
Clerk or her representative. Responses will be reviewed by the governing body. All
appointments will be announced at a public meeting. Unless otherwise noted appointments shall
be for the calendar year of 2012 and subject to the execution of an appropriate contract.
PLANNING BOARD ATTORNEY
GENERAL CRITERIA: The Township of Gloucester desires to appoint a planning board
attorney. Applicants should demonstrate knowledge of general New Jersey Municipal Land Use
Law, New Jersey Redevelopment Law and Municipal Contract Law. Any experience or
knowledge of matters directly affecting the Township of Gloucester should be addressed.
MANDATORY MINIMUM REQUIREMENTS:
1. Must be licensed to practice law in the State of New Jersey for a period of not less than
ten(10) years preceding the proposed appointment, and eligible to appear before all state and
federal courts in New Jersey, as well as New Jersey administrative agencies and the Office of
Administrative Law.
2. Must have a minimum of seven(7) years experience in the general representation of
municipal planning boards.
3. Must list past and present municipal planning boards represented.
4. Must maintain a bonafide principal office in the State of New Jersey.
5. Must have sufficient support staff available to provide all general legal services required by
the township including, but not limited to, legal research, preparation of resolutions,
preparation of ordinances, preparation of contracts and other legal documents.
PLANNING BOARD ENGINEER
GENERAL CRITERIA: The Township of Gloucester desires to appoint a firm or firms to
provide planning board engineering services to the Township. Applicants should demonstrate
knowledge and experience with respect to all aspects of planning engineering services required
by a municipal entity. Any experience or knowledge of matters that directly affect the Township
of Gloucester should be addressed.
MANDATORY MINIMUM REQUIREMENTS:
1. Must be certified to provide engineering services in the State of New Jersey
2. Must have a minimum of ten(10) years experience in providing services to municipal
planning boards
3. Must be experienced in obtaining permits and approvals from various state, county and local
regulatory agencies.
4. Must maintain a staff of New Jersey licensed or certified professionals sufficient to service
the Township of Gloucester including, but not limited to; civil engineers, land surveyors,
planners, environmental scientists and construction administrators.
5. Must maintain a principal office location in close proximity to Gloucester Township so as to
be able to respond to emergent matters promptly.
6. Must have project managers with at least fifteen(15) years of municipal experience.
7. Must list past and present municipalities served as Planning Board Engineer
PLANNING BOARD CONFLICT ENGINEER
GENERAL CRITERIA: The Township of Gloucester desires to appoint a firm or firms to
provide planning conflict engineering services to the Township. Applicants should demonstrate
knowledge and experience with respect to all aspects of planning conflict engineering services
required by a municipal entity. Any experience or knowledge of matters that directly affect the
Township of Gloucester should be addressed.
MANDATORY MINIMUM REQUIREMENTS:
1. Must be certified to provide planning conflict engineering services in the State of New Jersey
2. Must have a minimum of ten(10) years experience in providing services to municipal
planning boards
3. Must be experienced in obtaining permits and approvals from various state, county and local
regulatory agencies.
4. Must maintain a staff of New Jersey licensed or certified professionals sufficient to service
the Township of Gloucester including, but not limited to; civil engineers, land surveyors,
planners, environmental scientists and construction administrators.
5. Must maintain a principal office location in close proximity to Gloucester Township so as to
be able to respond to emergent matters promptly.
6. Must have project managers with at least fifteen(15) years of municipal experience.
7. Must list past and present municipalities served as Planning Conflict Engineer
--- Document: RFP/RFQ – Banking Services ---
TOWNSHIP OF GLOUCESTER
CAMDEN COUNTY
NEW JERSEY
GENERAL BANKING SERVICE
Project Name:
General Banking Services
Date Packet Available:
November 1, 2011
Bid Due By:
November 15, 2011
Bid Submitted By:
REQUEST FOR PROPOSAL / QUALIFICATIONS
GENERAL BANKING SERVICES
NOTICE IS HEREBY GIVEN that proposals and qualifications are being solicited by the
Township of Gloucester to obtain “General Banking Services” services as described herein for
the Township of Gloucester. Individuals responding to this Request for Proposal/Qualifications
should have extensive experience, a knowledgeable background and qualifications in the
provision of the services described herein.
The RFP/RFQ package for this service is available online at www.glotwp.com and Clerks Office,
Township of Gloucester, 1261 Chews Landing Road, Laurel Springs, NJ 08021 during regular
business hours (8:00 am to 5:45 pm Monday - Thursday).
Interested respondents shall submit one (1) original; and four (4) bound copies of their proposal
of which one (1) must be unbound for further copying (if necessary).
The Township requires that the RFP/RFQ response be submitted by Tuesday, November 15,
2011 prior to 3:00 p.m. in Township Clerks Office of the Gloucester Township Hall.
Rosemary DiJosie
Township Clerk
2
SPECIFICATION AND PROPOSAL FOR
GENERAL BANKING SERVICE FOR THE TOWNSHIP
OF GLOUCESTER
Intent:
The Township of Gloucester is issuing a Request for Proposals/Qualifications
(RFP/RFQ) to financial institutions to provide primary banking services.
The estimated effective date of this agreement is December 1, 2011.
Please submit the completed RFP/RFQ form included in this communication, along with any
additional information regarding services the financial institution offers to municipal
governments.
I.
Terms of the banking agreement:
1. The financial institution must be fully qualified as a “Public Depository”
pursuant to the State of New Jersey Government Unit Depository Protection Act
and must continue to be such.
2. The Township reserves the right to hold oral discussions with all banks prior to
selections.
3. By submitting a proposal, the bank certifies that he or she has fully read and
understands the RFP/RFQ and has full knowledge of the scope, nature, quantity
and quality of the work to be performed.
4. The bank shall furnish such additional information as the Township may
reasonably require. The Township reserves the right to make reasonable
inquires of the qualifications of the bank, as it deems appropriate.
5. The Township reserves the right to reject any/or all proposals, and the right to
accept the proposal that it considers most favorable to the Township’s interests.
In addition, the Township reserves the right to seek new proposals when such a
procedure is in its best interests to do so.
II.
Required Services for Responding Financial Institutions:
1.
Monthly statements are due to the Township by the 10th of each month.
2.
Full monthly reconciliations to be completed for the payroll account and current
fund account. Specifically, all checks must be in numerical order.
3.
Interest paid on all accounts and method of interest calculation.
4.
Next business day availability for deposited checks.
3
5.
Availability of sweep accounts and corresponding interest rates.
6.
Monthly account analysis, detailing all fees and charges as well as earnings
credit.
7.
Web based computer banking (Real Time) allowing access to banking services
such as; book transfers, wire transfers, statements etc. A demonstration of this
service may be requested by the Township.
8.
Proposal must include free checks (laser) and deposit slips on all accounts.
9.
Free daily armored car pick up for deposits.
10.
Any employee banking services.
11.
Must provide most recent Financial Statement.
III.
Please respond to the following questions:
1.
The bank must denote transaction cut off for deposits to be considered received that
day and not carried forward to the next day. Indicate cut off time at branches and the
financial institution’s main office.
2.
The Township requires a bank office in a convenient location where it can
transact business.
3.
Please state the location of this bank or branch and list the number of bank
branches within a fifteen-mile radius of the Township.
4.
In order to maximize the yield on idle Township funds, a sweep account may be
requested. The amount of this investment will vary. The Township welcomes
any methods recommended by the bank on the daily investment of idle funds;
however, any of these proposed methods should be described in detail and must
have the interest rate tied to an effective index rate.
5.
Do you have professional staff dedicated to municipal financing and municipal
debt financing?
Please list the principal members of that Department and their location.
6.
Do you offer credit card and or electronic payments as a service? Is it an internal
service or an outside provider? If this service is offered through an outside
provider please provide the name and background information on the provider
along with the names of other municipalities of similar size to Gloucester
Township currently being serviced. What is your business contingency plan for
Electronic Tax Payments?
4
IV.
General Information:
The Township maintains accounts as listed below.
•
The total property tax levy for fiscal year 2011 was approximately $137,619,910.
•
All tax collections and other receipts are deposited into the Current Fund Account.
•
The Current Operating Budget for 2011 was approximately $50 Million.
•
The Township issues approximately 12,000 checks and direct deposit records
annually from the checking accounts listed below:
1.
Current Fund Account
2.
General Capital Account
3.
Payroll Account
4.
Unemployment Trust Account
5.
Disability Account
6.
Tax Title Lien (Trust Agency) Account
7.
Animal Control Account
8.
Open Space Trust Fund Account
9.
Developers Escrow Account
10.
Affordable Housing Account
11.
Encroachment Account
12.
Grant Rehab Mortgage Account
13.
Multiple Dwelling Account
14.
Recreation Account
15.
Trust Other Account
16.
Special Recreation Open Space
17.
Workers Compensation SW
18.
Twp of Gloucester Health Plan C/O IDA
19.
Scibal Assoc on Behalf of Twp of Gloucester
20.
Court- General
21.
Bail Account
•
The Township pays its employees on a bi-weekly basis. If a scheduled pay day falls
on a legal holiday or the day after Thanksgiving, employees are paid on the last non-
holiday date before the regular payday. Currently, the average payroll (gross) is
$800,000. Approximately 300 full time and part-time employees are paid each
payroll. Approximately 30% are paid via automatic deposit of paychecks to
approximately 15 banks or other financial institutions. Funds must be available to
these employees on the morning of the scheduled pay, no later than 8:00 a.m. The
Township will provide direct deposit information to the bank, the bank must be
capable of processing the file with as little as 24 hours to meet the deadline.
•
The Township currently accepts payment for court fines and property tax payments
by credit card and may expand that service for other fees in the future.
5
V.
Cost Proposal:
1.
The cost proposals submitted to the Township must be all inclusive. All services
not mentioned or general services incidental to the operations of accounts
maintained by the Township and not addressed are expected to be provided at no
additional costs.
The Township reserves the right to accept the proposals for all types of services
from the same financial institution or split the services among different financial
institutions if it’s in the best interest of the Township to do so.
Assume the activity estimates referred to throughout this document to be a
reasonable estimate of activity to be experienced. The rates quoted per item by the
bank will be considered fixed, regardless of activity deviation. The Township does
not guarantee any minimum or maximum volume of activity.
2.
Indicate the financial institutions per item processing fees paid by the Township and
revenues to be paid to the Township. The fees should be presented on a unit cost
basis. The bank shall identify any specific services, which are not included in the
analysis that may be subject to fees or charges payable by the Township.
VI.
Information Requested of the Bank (including mandatory forms):
Please organize your proposals in the following manner:
1. Title page: Show name of the institution, address, telephone, and fax numbers,
name of contact person and the date the proposal was submitted to the Township.
2.
Table of Contents: Include a clear identification of the material by section and
page number.
3.
Letter of Transmittal: The letter is not to exceed two pages in length and should
contain the following information:
a.State the bank’s understanding of the scope of the service to be performed.
b.
Indicate whether bank is a parent or subsidiary associated with a holding
company and describe its relationship to other in the group, if applicable.
c.Financial reports for the previous two years. (Please include as an attachment at
the end of your proposal.)
d.
Current financial rating as issued by Moody’s, Standard and Poor’s and or
Fitch.
e.State if the bank is chartered to do business in the State of New Jersey and attach
a Governmental Unit Depository Protection Act certification of eligibility.
6
VII.
Summary of Financial Institution’s Qualifications:
1.
Indicate the institution’s background in providing banking services to municipal
units of government, in general, and specifically, to municipalities the size of the
Township of Gloucester. Provide a listing of municipal client references that are
presently using the institution’s professional services – i.e., the client name, address,
telephone number and contact person.
2.
Please provide any other material that may be helpful in reviewing the proposal,
including any attachments, schedules, financial information, etc.
VIII.
Evaluation of Proposals:
The contract will be awarded to the bank providing the primary banking services at the
lowest net cost and who meets the needs of the Township most efficiently, provided the
price is reasonable and is in the best interest of the Township to accept it.
The following criteria will be used to evaluate the proposals.
1.
Responsiveness of the proposal related to the scope of the work.
2.
Ability, capacity, and skill of the financial institution to perform the services
on a timely basis.
3.
Responses of client references.
4.
Experience of the financial institution in establishing and maintaining similar
accounts.
5.
Best arrangement and rate for earnings allowance.
6.
The sufficiency of financial resources and ability of the institution to perform
the contract.
7.
The reputation, stability, and longevity of the bank.
8.
The quality, availability, and adaptability of the services to the particular need
required.
9.
Commitment to serving the community within Gloucester Township.
10.
Preference for a branch located within the Township.
7
IX.
Additional information:
1. Any questions relative to interpretation of specifications or the RFP/RFQ process
should be directed to the Chief Financial Officer of the Township.
Please direct inquires to:
Christie Ehret
Chief Financial Officer
Township of Gloucester
Email: cehret@glotwp.com
Phone: 856-374-3535
Fax: 856-374-3535
X.
Receipt of Proposal:
One (1) original, and four (4) bound copies of their proposal of which one (1) must be
unbound for further copying (if necessary) in a sealed envelope marked “General
Banking Services for the Township of Gloucester” submitted by your institution must be
received in Clerks Office no later than 3:00 P.M. on November 15, 2011.
All proposals submitted shall be binding for ninety (90) calendar days following the
above due date.
Proposals received by the Township after the time specified will not be considered.
All information required by the RFP/RFQ must be supplied to constitute a valid proposal.
The Chief Financial Officer will review and evaluate all proposals submitted in response
to the RFP/RFQ. Based on the results of this evaluation, the Chief Financial Officer will
make a recommendation to the Township Administration. A contract will be executed
upon the Council approval.
XI. Bank’s Warranty:
The person signing the proposal warrants that:
1.
He or she is an officer of the organization.
2.
He or she has been specifically authorized to offer a proposal in full compliance
with all requirements and conditions as set forth in the RFP/RFQ.
8
--- Document: RFP/RFQ Independent Third Party Verification of an Energy Savings Plan ---
Notice
Request for Proposals/Qualifications
Independent Third Party Verification of an
Energy Savings Plan
for the Township of Gloucester
The Township of Gloucester (“Township”) is seeking proposals from qualified firms for the
Independent Third Party Verification of an Energy Savings Plan (“ESP”) for various Gloucester
Township and Black Horse Pike Regional School District (the “District”) Facilities pursuant to
the Act authorizing public entities to implement energy savings improvement programs (P.L.
2009, c. 4, referred to herein as, “the Act”).
The Township and the District have participated in the Local Government Energy Audit Program
through the Board of Public Utilities (“BPU”), have received a completed Energy Audit of the
facilities and are in the process of developing an Energy Savings Plan (the “Plan”). The selected
provider will be required to review the Plan, provide independent third party verification of that
the calculation were made in accordance with BPU protocols, ensure all required elements of the
Plan are covered and certify the same, all in accordance with the Act and the guidance provided
in NJ Department of Community Affairs, Division of Local Government Services, Local Finance
Notices 2009-11 and 2011-17, as either may be amended or restated from time to time.
The calculations of energy savings must be made in accordance with protocols for such
calculation adopted by the BPU. The calculations shall include all applicable State and federal
rebates and tax credits, but shall not include the cost of an energy audit and the cost of verifying
energy savings.
Each bidder must be listed or qualified by the State Division of Property Management and
Construction (“DPMC”) and a copy of DPMC consultant prequalification approval must be
submitted with the proposal requested herein. Proposals shall include a schedule of hourly rates
in addition to a lump sum for the proposed work. Proposals shall also include a summary of
relevant experience on similar clean energy and energy efficiency projects and at least three
references.
Proposals are due in the Gloucester Township Office of the Clerk, at the Gloucester Township
Municipal Building, 1261 Chews Landing Road, Gloucester Township, New Jersey 08021 no
later than August 31, 2011 at 1:00 p.m. EDT.
--- Document: Power Purchase Agreement (PPA) for Solar Photovoltaic Facilities with the Township of Gloucester, Gloucester Township Public School District, and Black Horse Pike Regional School District ---
NOTICE
Request for Proposals
Power Purchase Agreement (PPA) for Solar Photovoltaic Facilities
with the Township of Gloucester, Gloucester Township Public School District,
and Black Horse Pike Regional School District
Gloucester Township, New Jersey
The Township of Gloucester is seeking proposals from qualified firms for the design,
development, financing, construction, commissioning, operation, maintenance and ownership
of ground-mounted, roof-mounted and parking canopy-mounted solar photovoltaic (“PV”)
facilities for the Township, the Gloucester Township Public Schools and the Black Horse Pike
Regional School District. The PV facilities are proposed to be located at the following locations
(collectively the “Project”):
Gloucester Township Department of
Public Works
Gloucester Township Municipal Complex
Ann Mullen School
J.W. Lilley School
Loring Flemming School
C.W. Lewis School
Blackwood School
Chews School
Erial School
Glen Landing School
Highland High School
Timber Creek High School
Triton High School
The successful bidder (the “Contractor”) will enter into a maximum 15-year Power Purchase
Agreement (“PPA”) with the Township to sell power produced by the System to the Township
and the School Districts for the respective entities’ facilities. The Contractor shall be
responsible for all costs associated with the development, financing, design, construction and
permitting of the Project. The Contractor shall also be responsible for roofing repairs/upgrades
necessary to ensure that roof warranties are protected and/or extended appropriately. The
Contractor shall retain ownership of the System, as well as to the Solar Renewable Energy
Certificates (“SRECs”) generated by the System.
Bids must be accompanied by a Consent of Surety from a surety company authorized to do
business in the State of New Jersey and acceptable to the Township and either a Bid Bond or a
Certified Check drawn to the order of “Township of Gloucester” for not less than ten percent
(10%) of the bid amount, except that the check shall not exceed $20,000.00. The successful
bidder is hereby notified that a performance bond for the full amount of this project is
required.
A non-mandatory pre-bid meeting will be conducted on June 28, 2011 at 9:00 a.m. at the Board
Meeting Room of the Township of Gloucester Municipal Building, 1261 Chews Landing Road,
Laurel Springs, New Jersey. Site tours with the Township’s consultants will be conducted on
June 28 and June 29 at 10:00 a.m., with an alternate site tour date scheduled for July 6, 2011 at
9:00 a.m. Bids will be received, opened and read in public on August 10, 2011 at 10:00 AM in
the Board Meeting Room at the Township of Gloucester Municipal Building, 1261 Chews
Landing Road, Laurel Springs, New Jersey.
Copies of the Request for Proposals (“RFP”) documents may be obtained by contacting the
Township of Gloucester at the address below:
Office of the Business Administrator
Gloucester Township
P.O. Box 8
Blackwood, NJ 08012
Electronic file copies of the RFP documents may be requested at no cost via email:
mstanger@blueskypower.com, or by phone at (856) 479-9095 x2.
Bidders are hereby notified that any award made pursuant to the RFP will be made subject to
the condition that the successful bidder must negotiate a Public Labor Agreement for the work.
This RFP seeks bids under the competitive bidding provisions of N.J.S.A. 18A:18A-1, et seq. The
Contractor awarded a contract pursuant to this RFP must comply with the requirements of the
New Jersey Local Public Contracts Law, N.J.S.A. 40A:11-1, et seq., the Public School Contracts
Law, N.J.S.A. 18A:18A-1, and any other applicable statutes and regulations as set forth in the
terms and conditions of the RFP.
No bids shall be considered which are received after August 10, 2011 at 10:00 AM, regardless of
the circumstances under which the bid was made untimely. All bids received after said time
shall be returned to the bidder unopened.
BY ORDER OF THE TOWNSHIP COUNCIL, Gloucester Township, New Jersey.
Tom Cardis
Business Administrator
--- Document: Responses to Requests ---
Gloucester Township
Joint Solar PV Project RFP
Responses to Requests for Information
RFI #1 – Is there any way we can also get copies of the electrical plans, roof plans, site plans,
and site utility plans for each location?
Response: All building drawings that are available have been provided to potential bidders and
can be viewed and downloaded via the following website:
https://www.yousendit.com/sharedFolder?phi_action=app/orchestrateSharedFolder&id=jinqjc
BOR3aUJ4lM_sMIbYnj80aZrSGWvskrOKT6LHM
RFI #2 – Do you have a list of attendees for the June 28 site walk?
Response: No.
RFI #3 – Could you please request an underground utility location drawing for the locations
with parking canopies?
Response: Please see Response to RFI #1 above.
RFI #4 – I wanted to get some clarity on Section 4.3 in the RFP document related to the 2 year
maintenance or guarantee bond equal to 10% of the value of the performance bond. Could
you please explain its purpose/structure, why a 2 year tenor, and why it is necessary in
addition to the performance bond? What happens at the end of the 2 years for the balance
of the 15 year PPA contract?
Response: The Township anticipates that the awarded bidder will be permitted to release its
performance bond upon acceptance of the work after construction is completed. At that point,
the Township desires to have a maintenance bond in place, in an amount equal to 10% of the
value of the performance bond, to ensure proper system maintenance and to guarantee
against defects in the contractor’s work for the specified time period. Two years after
commercial operation commences, while the contractor will remain responsible for all
maintenance and repairs of the System, the maintenance bond may be released.
RFI #5 – I am inferring that Blue Sky Power was involved in the creation of the RFP and
performed a detailed feasibility study. Is it possible to get electronic versions of any reports
that were provided to the Township?
2
Response: No.
RFI #6 – Section 3.5 of the RFP contains detailed minimum requirements which will
significantly limit the potential proposers on this project and appear narrowly tailored for a
select few firms. These limits (such as projects managed in US/NJ, NJ Public Works
Contractor Certificate and BPU Approved Vendor requirement and minimum financial
requirements) will impact the quality and quantity of proposals received by the
Township/District. Will the Township consider revising its minimum requirements to expand
competition?
Response: No.
RFI #7 – Given existing economic conditions and the market projections for the SREC market
in out years, the project will be difficult to sufficiently cashflow for financing purposes. Are
there any other incentives the Township/Districts can undertake the make the project more
viable/attractive to potential lenders/financers?
Response: None are currently under consideration.
RFI #8 – Construction risks certainly impact the bottom line for the project. Will there be
significant restrictions on accessing the various project locations for construction and
operation of the solar improvements? Inability to quantify construction risks could compel
firms not to submit proposals.
Response: Construction access will require coordination with the Township and the Districts.
The RFP requests that bidders propose Project timelines for consideration. The Township is
unaware of any significant restrictions for accessing the various projects for construction and
during operations.
RFI #9 – Section 5.2 identifies reimbursement funding to be included in the proposal. Is the
amount identified in Section 5.2 negotiable? – the funding could be used for other project
purposes such as expediting permits, etc. The set amount identified in the RFP may severely
impact the ability to finance the project.
Response: No.
RFI #10 – Kindly explain the need for a bid guarantee? A bid guarantee is more appropriate
in a purely construction contract – not a DBOM contract. A bid guarantee requirement
seems counterintuitive and will place a successful bidder in a negotiating disadvantage in that
a bidder’s failure to complete a PPA, even acting in good faith, would cause the bidder to be
3
compelled to give up the guarantee. This is unfair leverage in favor of the Township which
may not have been intended. Certainly, a guarantee is appropriate if the contract is awarded
to a bidder and the bidder refuses to negotiate or goes bankrupt.
Response: A bid guarantee is required in order to give the Township and the Districts assurance
that the awarded bidder will enter into a contract for the work.
RFI #11 – Are there any restrictions on partners (financing, construction, operations, etc.)?
Response: The only restrictions on team bids are those listed in the RFP document.
RFI #12 – Are contractors, consultants and others preparing the RFP documents for the
Township eligible to submit proposals? This would appear to be a conflict of interest.
Response: No.
RFI #13 – Is it required to submit on the alternate bids?
Response: No. The Alternate bids are optional, not required.
RFI #14 – Is the roofing work noted on pages 44-51 of the RFP required to be part of the base
bid?
Response: The roofing work noted on pages 44-51 of the RFP is required only at those buildings
that are listed under the Base Bid on which bidders propose to construct PV arrays. Much of
the roofing work listed in the aforementioned pages is for buildings included in the Alternates –
if Alternates are not included in a proposal, the roofing work at those buildings is not required.
RFI #15 – Is it possible to exclude certain array locations/sites from the bid if it would be
financially advantageous for the Township?
Response: Yes.
RFI #16 – Can you please provide the single line diagrams for Erial School, Gloucester
Township Municipal Complex, JW Lilley School, Highland High School, CW Lewis School,
Chews School, Glen Landing School and the Gloucester Township DPW?
Response: See Response to RFI #1 above.
RFI #17 – Should we stick to your specified area or system size?
Response: See Response to RFI #15 above.
RFI #18 – Do you need a minimum 10 year warranty on inverters?
4
Response: No.
RFI #19 – There is a shed/garage at Triton Regional High School, can it come down? Also,
there is a passage between the two houses that leads to this garage, can we close this
passage?
Response: For purposes of responding to this RFP, bidders shall assume that the shed on the
referenced property can be demolished and the passage can be closed/secured.
RFI #20 – Can you provide us with electrical drawings for each location, for us to check the PV
tie in point?
Response: See Response to RFI #1 above.
RFI #21 – Should we tie in your existing monitoring system at the Municipal Complex into the
new one?
Response: Proposers may use their own monitoring system or tie in to the existing monitoring
system at the Municipal Complex.
RFI #22 – Are there any issues/concerns with tree removal in the school’s courtyards where
ever necessary? It is just specified on one drawing only.
Response: Bidders should assume that any tree removal necessary to provide unimpeded solar
access to the proposed array areas will be permitted.
RFI #23 – Addendum #4 stated that the Chews Elementary School is Deleted from the scope
of the project. Does this also include the alternates where the Chews School rooftop array
was requested?
Response: Yes. Chews Elementary School has been deleted from the Base Bid and the
Alternates.
RFI #24 – What usage load should we assume the new building at the GTMUA will have?
What is the assumption for the reduction in usage for the Existing GTMUA building once the
new one is completed?
Response: Addendum No. 4 included a Panel Schedule for use by bidders to calculate the
projected usage load for that building. With regard to the usage reduction in the existing
building, bidders should assume no reduction for purposes of preparing bids.
5
RFI #25 – For the GTMUA site are we tying into just 2 locations, the new GTMUA building and
the existing GTMUA building? Utility data provided had 4 meters but are we only tying into
these 2 locations?
Response: Updated utility information was provided under Addendum No. 5. There are 3
existing meters – one account was for lighting. Bidders should propose the most efficient and
advantageous division of system output to the available meters. It is not a requirement of the
RFP or Addendum No. 4 to tie the system into all available meters.
RFI #26 – In reference to the Highland Regional High School Roofing Scope of work: The
building was designed with brick masonry and cmu back-up. The thru-wall flashings should
exist at all rising wall locations; in most cases the weep holes are evident. Whether or not
the insert counter flashings were removed should not impact the original thru wall
installation as long as subsequent roof installations have not buried the original thru-wall
flashing. We cannot determine where the wall panels should be installed. Please show the
locations of work in elevation.
Response:
Gymnasium
Addition Roof
Gym Lobby/Aux. Gym
Penthouse
Shop
17’ x 470’
4 – 2’ x 4’
openings
4 – 6’ x 6’
exhaust
8 ladder
supports
18 gutter straps
21’ x 12’
12’ end cap
110’ x 5’
5’ end cap
4 – 5’ miters
1 – 5’ inside
corner
14’ X 6’
20’ X 12’
58’ x 5’
6’ outside corner
20’ end cap
5’ outside corner
5’ end cap
28’ X 7’
7’ inside corner
2 D.S. brackets
45’ x 3’
1 – 3’ end cap
1 – 3’ outside
corner
1 in 3’
13’6” x 15’
8’ x 5’ window
opening
8’ x 7’4”
156’ x 30”
1 – 30” end cap
RFI #27 – Based upon the site visit on 8/18, it was mentioned that there may be a possible bid
extension. Should we expect one?
Response: No.
RFI #28 – Gloucester Township Municipal Complex—we find that the building is causing a
significant amount of shade on the proposed site for the parking canopy. Is it okay to
relocate the array to a sunny spot in the parking lot?
6
Response: For purposes of bid responses, bidders are required to utilize the designated areas
for installations as shown on the RFP documents, Exhibit A.
RFI #29 – We need some clarifications on the Alternates - there seems to be duplications or
we are not understanding the scope of the Alternates. Why are several of the schools
repeated several times? We do not understand how to bid the alternates - please provide a
clearer explanation.
Response: There are three alternate array scenarios proposed in the RFP. They include:
1. Blackwood School – roof array and corresponding roof upgrades (“Blackwood Roof”)
2. Timber Creek H.S. – roof array and corresponding roof upgrades (“Timber Creek
Roof”)
3. Timber Creek H.S., Highland H.S. and Triton H.S. (the “High Schools”) – canopy arrays
(“High School Canopies”)
The Alternates are combinations of the three alternate array scenarios listed above. Some
Alternates are simply cumulative. The Alternates are described below:
Alternate No.1 – Blackwood Roof
Alternate No.2 – Blackwood Roof and Timber Creek Roof
Alternate No. 3 – High School Canopies
Alternate No. 4 – Blackwood Roof and High School Canopies
Alternate No. 5 – Blackwood Roof and Timber Creek Roof and High School Canopies
Please note that bidding on the Alternates is optional and not required.
RFI #30 – Can approved equals be approved after bid submission or are they required to be
approved before submission? This is in regards to the Solar panels, inverters, ground mount,
carports, DAS systems etc. As long as the solutions meet the specifications is that considered
an approved equal?
Response: Approved equals can be approved after bid submission. If the equipment meets the
specifications, it may be considered an approved equal.
RFI #31 – What is meant by page 5, #7 Consideration of Security? What is required here?
Response: The Township will evaluate the extent to which the bidders propose and/or consider
site and equipment security as part of the bid evaluation. For purposes of this RFP, there is no
specific requirement.
7
RFI #32 – Surety value - on page 12 it says 100% of the estimated cost of capital for the
surety/performance bond but then checklist on page 14 item 18. Says Surety for 10% of the
estimated capital cost? We would ask the 10% value be utilized?
Response: The bid bond is required to be 10% of the estimated capital cost of the Project (to a
maximum of $20,000). The performance bond is required to be 100% of the estimated capital
cost of the Project.
RFI #33 – Are we locked into Protek for structures and if not do we need to submit our
proposed structure for approval prior to bid date?
Response: No. Structures that are of similar quality to ProtekPark canopies, approved by the
Township, are permitted. Pre-approval of equivalents is not required before the bids are due.
RFI #34 – I have not seen mention of ARRA compliance for Gloucester. Can you please
confirm whether or not this project requires ARRA compliant major equipment?
Response: There is no ARRA compliance requirement associated with this RFP.
RFI #35 – To help us determine our bid amount, we would like to obtain an itemized
breakdown of costs incurred for the feasibility study, the engineering analysis, the
development of this RFP, and the projected costs for project management. Collectively, the
RFP states that these costs are $565,000, and are discussed on page 15 of this document.
Response: See Response to RFI #9 above.
RFI #36 – 7.2.2. PV Modules: The list of modules implies "Buy American." Are non “Buy
American” modules acceptable?
Response: See Response to RFI #34 above.
RFI #37 – How many copies of the bid responses are required?
Response: Please submit one original and two copies of all submitted documents.
--- Document: File 1 ---
Public Notice
Gloucester Township Joint Solar Project
NOTICE OF ADDENDUM No. 5
Notice to all potential bidders for the Gloucester Township Joint Solar Project PPA Project Request for
Proposals dated June 20, 2011:
Addendum No. 5
Issued August 24, 2011
The Township of Gloucester has issued Addendum No. 5 to the above-referenced Request for Proposals:
1. Roof plans and a clarified scope of work for the relevant facilities where roof work is required
have been posted and can be viewed under the “Addenda” folder and the “Addendum 5”
subfolder at the following website:
https://www.yousendit.com/sharedFolder?phi_action=app/orchestrateSharedFolder&id=jinqjcB
OR3aUJ4lM_sMIbYnj80aZrSGWvskrOKT6LHM
2. Electric utility invoices for the Gloucester Township Municipal Utilities Authority (“GTMUA”)
have been posted and can be viewed under the “Addenda” folder and the “Addendum 5”
subfolder at the website referenced above.
3. An inspection of the GTMUA facility is scheduled for September 2, 2011 at 9:00 a.m. at 71
Landing Road, Blackwood, New Jersey. Those planning to attend the site inspection must
notify the Township’s consultants via phone: 856-479-9095 x2, or via email:
MStanger@BlueSkyPower.com, by 5:00 p.m. on September 1, 2011.
Documents can also be requested from the Township’s consultants at Waterfront Technology Center,
200 Federal Street, Suite 435, Camden, NJ 08103, 856-479-9095 x2, or via email:
MStanger@BlueSkyPower.com.
Addendum No. 5 is posted on the Township’s website at http://www.glotwp.com/. Addendum No. 5
may also be viewed at the following website:
https://www.yousendit.com/sharedFolder?phi_action=app/orchestrateSharedFolder&id=jinqjcBOR3aUJ
4lM_sMIbYnj80aZrSGWvskrOKT6LHM
This Addendum No. 5 is issued by order of Tom Cardis, Business Administrator of the Township of
Gloucester.
--- Document: File 2 ---
GLOUCESTER TOWNSHIP – JOINT SOLAR PROJECT
Addendum No. 5
Issued August 24, 2011
NOTE - Bidders must acknowledge in writing receipt of Addendum No. 5 for Bids
to be considered valid. Emailed acknowledgments are acceptable, and should
be directed to mstanger@blueskypower.com.
1. Roof plans and a clarified scope of work for the relevant facilities where roof work is
required have been posted and can be viewed under the “Addenda” folder and the
“Addendum 5” subfolder at the following website:
https://www.yousendit.com/sharedFolder?phi_action=app/orchestrateSharedFolder&i
d=jinqjcBOR3aUJ4lM_sMIbYnj80aZrSGWvskrOKT6LHM
2. Electric utility invoices for the Gloucester Township Municipal Utilities Authority
(“GTMUA”) have been posted and can be viewed under the “Addenda” folder and the
“Addendum 5” subfolder at the website referenced above.
3. An inspection of the GTMUA facility is scheduled for September 2, 2011 at 9:00 a.m. at
71 Landing Road, Blackwood, New Jersey. Those planning to attend the site
inspection must notify the Township’s consultants via phone: 856-479-9095 x2, or via
email: MStanger@BlueSkyPower.com, by 5:00 p.m. on September 1, 2011.
End of Addendum.
--- Document: File 1 ---
Public Notice
Gloucester Township Joint Solar Project
NOTICE OF ADDENDUM No. 4
Notice to all potential bidders for the Gloucester Township Joint Solar Project PPA Project Request for
Proposals dated June 20, 2011:
Addendum No. 4
Issued August 12, 2011
The Township of Gloucester has issued Addendum No. 4 to the above-referenced Request for Proposals:
1. Chews Elementary School is DELETED from the scope of the Project.
2. The Gloucester Township Municipal Utilities Authority (“GTMUA”) site, located at 71 Landing
Road, Blackwood, NJ 08012, has been added to the scope of the Project. Documents
describing and supporting the added scope can be viewed under the “Addenda” folder and
the “GT PPA RFP - Addendum 4” subfolder at the following website:
https://www.yousendit.com/sharedFolder?phi_action=app/orchestrateSharedFolder&id=jinqjcBOR
3aUJ4lM_sMIbYnj80aZrSGWvskrOKT6LHM
Documents can also be requested from the Township’s consultants at Waterfront Technology
Center, 200 Federal Street, Suite 435, Camden, NJ 08103, 856-479-9095 x2, or via email:
MStanger@BlueSkyPower.com.
3. A tour of the GTMUA site is scheduled for August 18, 2011 at 11:00 a.m. at 71 Landing Road,
Blackwood, New Jersey.
4. Bidders shall use the revised Bid Quote Sheet (Revised Exhibit C to the RFP), which can
be obtained under the “Addenda” folder and the “GT PPA RFP - Addendum 4”
subfolder at the following website:
https://www.yousendit.com/sharedFolder?phi_action=app/orchestrateSharedFolder&id=ji
nqjcBOR3aUJ4lM_sMIbYnj80aZrSGWvskrOKT6LHM
Addendum No. 4 is posted on the Township’s website at http://www.glotwp.com/. Addendum No. 4
may also be viewed at the following website:
https://www.yousendit.com/sharedFolder?phi_action=app/orchestrateSharedFolder&id=jinqjcBOR3aUJ
4lM_sMIbYnj80aZrSGWvskrOKT6LHM
This Addendum No. 4 is issued by order of Tom Cardis, Business Administrator of the Township of
Gloucester.
--- Document: File 2 ---
GLOUCESTER TOWNSHIP – JOINT SOLAR PROJECT
Addendum No. 4
Issued August 12, 2011
NOTE - Bidders must acknowledge in writing receipt of Addendum No. 4 for Bids
to be considered valid. Emailed acknowledgments are acceptable, and should
be directed to mstanger@blueskypower.com.
1. Chews Elementary School is DELETED from the scope of the Project.
2. The Gloucester Township Municipal Utilities Authority (“GTMUA”) site, located at 71
Landing Road, Blackwood, NJ 08012, has been added to the Base Bid scope of the
Project. Documents describing and supporting the added scope can be viewed under
the “Addenda” folder and the “GT PPA RFP - Addendum 4” subfolder at the following
website:
https://www.yousendit.com/sharedFolder?phi_action=app/orchestrateSharedFolder&id=ji
nqjcBOR3aUJ4lM_sMIbYnj80aZrSGWvskrOKT6LHM
Documents can also be requested from the Township’s consultants at Waterfront
Technology Center, 200 Federal Street, Suite 435, Camden, NJ 08103, 856-479-9095 x2,
or via email: MStanger@BlueSkyPower.com.
The area being made available for the ground-mounted solar array at the GTMUA site
(indicated on the supporting documents) may require significant regrading and the
construction of a retaining wall, depending upon bidders’ proposed designs. GTMUA
will provide fill for any required regrading.
3. A tour of the GTMUA site is scheduled for August 18, 2011 at 11:00 a.m. at 71 Landing
Road, Blackwood, New Jersey.
4. Bidders shall use the revised Bid Quote Sheet (Revised Exhibit C to the RFP), which can
be obtained under the “Addenda” folder and the “GT PPA RFP - Addendum 4”
subfolder at the following website:
https://www.yousendit.com/sharedFolder?phi_action=app/orchestrateSharedFolder&id=ji
nqjcBOR3aUJ4lM_sMIbYnj80aZrSGWvskrOKT6LHM
End of Addendum.
--- Document: File 1 ---
Public Notice
Gloucester Township Joint Solar Project
NOTICE OF ADDENDUM No. 3
Notice to all potential bidders for the Gloucester Township Joint Solar Project PPA Project Request for
Proposals dated June 20, 2011:
Addendum No. 3
Issued August 1, 2011
The Township of Gloucester has issued Addendum No. 3 to the above-referenced Request for Proposals:
Please submit all Requests for Information by 5:00 p.m. on August 22, 2011.
Responses to Requests for Information shall be provided by the Township by 5:00 p.m. on
August 29, 2011
Bids shall be due by 10:00 a.m. on September 8, 2011 in the Board Meeting Room at the
Township of Gloucester Municipal Building, 1261 Chews Landing Road, Laurel Springs, New Jersey.
Addendum No. 3 is posted on the Township’s website at http://www.glotwp.com/. Addendum No. 3
may also be viewed at the following website:
https://www.yousendit.com/sharedFolder?phi_action=app/orchestrateSharedFolder&id=jinqjcBOR3aUJ
4lM_sMIbYnj80aZrSGWvskrOKT6LHM
This Addendum No. 3 is issued by order of Tom Cardis, Business Administrator of the Township of
Gloucester.
--- Document: File 2 ---
GLOUCESTER TOWNSHIP – JOINT SOLAR PROJECT
Addendum No. 3
Issued August 1, 2011
NOTE - Bidders must acknowledge in writing receipt of Addendum No. 3 for Bids
to be considered valid. Emailed acknowledgments are acceptable, and should
be directed to mstanger@blueskypower.com.
Change of dates:
Please submit all Requests for Information by 5:00 p.m. on August 22, 2011.
Responses to Requests for Information shall be provided by the Township by 5:00 p.m.
on August 29, 2011
Bids shall be due by 10:00 a.m. on September 8, 2011 in the Board Meeting Room at
the Township of Gloucester Municipal Building, 1261 Chews Landing Road, Laurel Springs,
New Jersey.
End of Addendum.
--- Document: File 1 ---
Public Notice
Gloucester Township Joint Solar Project
NOTICE OF ADDENDUM No. 2
Notice to all potential bidders for the Gloucester Township Joint Solar Project PPA Project Request for
Proposals dated June 20, 2011:
Addendum No. 2
Issued July 13, 2011
The Township of Gloucester has issued Addendum No. 2 to the above-referenced Request for Proposals.
Addendum No. 2 is posted on the Township’s website at http://www.glotwp.com/. Addendum No. 2
may also be viewed at the following website:
https://www.yousendit.com/sharedFolder?phi_action=app/orchestrateSharedFolder&id=jinqjcBOR3aUJ
4lM_sMIbYnj80aZrSGWvskrOKT6LHM
This Addendum No. 2 is issued by order of Tom Cardis, Business Administrator of the Township of
Gloucester.
--- Document: File 2 ---
GLOUCESTER TOWNSHIP – JOINT SOLAR PROJECT
Addendum No. 2
Issued July 13, 2011
NOTE - Bidders must acknowledge in writing receipt of Addendum No. 2 for Bids
to be considered valid. Emailed acknowledgments are acceptable, and should
be directed to mstanger@blueskypower.com.
Additional plans for school buildings:
Additional roof plans, site plans, electrical plans and mechanical plans are available for each
of the eleven (11) schools in the Gloucester Township and Black Horse Pike Regional School
Districts, and may be viewed at the following website:
https://www.yousendit.com/sharedFolder?phi_action=app/orchestrateSharedFolder&id=jinqjcBOR3aUJ
4lM_sMIbYnj80aZrSGWvskrOKT6LHM
End of Addendum.
--- Document: File 1 ---
GLOUCESTER TOWNSHIP – JOINT SOLAR PROJECT
Addendum No. 1
Issued July 7, 2011
NOTE - Bidders must acknowledge in writing receipt of Addendum No. 1 for Bids
to be considered valid. Emailed acknowledgments are acceptable, and should
be directed to mstanger@blueskypower.com.
Clarification regarding date for Requests for Information:
Please submit all Requests for Information by 5:00 p.m. on July 22, 2011.
End of Addendum.
--- Document: File 2 ---
Public Notice
Gloucester Township Joint Solar Project
NOTICE OF ADDENDUM No. 1
Notice to all potential bidders for the Gloucester Township Joint Solar Project PPA Project Request for
Proposals dated June 20, 2011:
Addendum No. 1
Issued July 7, 2011
The Township of Gloucester has issued Addendum No. 1 to the above-referenced Request for Proposals.
Addendum No. 1 is posted on the Township’s website at http://www.glotwp.com/. Addendum No. 1
may also be viewed at the following website:
https://www.yousendit.com/sharedFolder?phi_action=app/orchestrateSharedFolder&id=jinqjcBOR3aUJ
4lM_sMIbYnj80aZrSGWvskrOKT6LHM
This Addendum No. 1 is issued by order of Tom Cardis, Business Administrator of the Township of
Gloucester.
--- Document: Owens Corning Solar Project RFP ---
NOTICE
Request for Proposals
Purchase or Lease of the Owens Corning Site
300 Somerdale Road, Gloucester Township, New Jersey
for Purposes of Developing a Solar Project
The Township of Gloucester is seeking proposals from qualified firms for the purchase or lease
of the Owens Corning site, located at 300 Somerdale Road in the Township of Gloucester,
Camden County, New Jersey. The Township intends that the site be developed by a qualified
bidder to develop a solar photovoltaic project for injection of power directly into the electric
utility grid and/or for a net-metered energy project under a power purchase agreement (“PPA”)
with the Gloucester Township School District (the “District”) to provide power to the Chews
Elementary School located on an adjacent property to the Owens Corning Site.
The successful bidder will enter into a purchase and sale agreement for the property or a
minimum 15-year Lease with the Township. Subject to acceptance of an alternate bid, the
successful bidder will also enter into a 15-year PPA with the District. The Contractor shall be
responsible for all costs associated with the development, financing, design, construction and
permitting of the Project. The Contractor shall retain ownership of the System, as well as to the
Solar Renewable Energy Certificates (“SRECs”) generated by the System.
Bids must be accompanied by a Consent of Surety from a surety company authorized to do
business in the State of New Jersey and acceptable to the Township. The successful bidder is
hereby notified that a performance bond for the full amount of this project is required.
A non-mandatory pre-bid meeting and site tour will be conducted on June 2, 2011 at 10:00 AM.
Bids will be received, opened and read in public on July 1, 2011 at 1:00 PM at the Gloucester
Township Municipal Building, 1261 Chews Landing Road, Laurel Springs, New Jersey 08021 in
the Board Meeting Room.
Copies of the Request for Proposals (“RFP”) documents may be obtained by contacting the
Township of Gloucester at the address below:
Office of the Business Administrator
Gloucester Township Municipal Building
1261 Chews Landing Road
Laurel Springs, New Jersey 08021
Electronic copies of the RFP documents may be requested, at no charge, via email:
mstanger@blueskypower.com.
This RFP seeks bids under the provisions of N.J.S.A. 40A:12-1, et seq. (for purchase/lease of the
property), and under the competitive bidding provisions of N.J.S.A. 18A:18A-1, et seq. (for the
PPA). The Contractor awarded a contract pursuant to this RFP must comply with the
requirements of the Local Lands and Buildings Law, N.J.S.A. 40A:12-1, et seq., and Public
Schools Contracts Law, N.J.S.A. 18A:18A-1, and any other applicable statutes and regulations as
set forth in the terms and conditions of the RFP.
Bids received after July 1, 2011 at 1:00 PM may not be considered, regardless of the
circumstances under which the bid was made untimely. All bids received after said time shall
be returned to the bidder unopened.
BY ORDER OF THE TOWNSHIP COUNCIL, Gloucester Township, New Jersey.
Tom Cardis
Business Administrator
--- Document: Specifications for the Purchase of Renovation of Kiwanis Ballfield Club House ---
COMPANY
SIGNATURE
SPECIFICATIONS FOR THE PURCHASE OF
RENOVATION OF KIWANIS BALLFIELD CLUB HOUSE
FOR THE TOWNSHIP OF GLOUCESTER
COUNTY OF CAMDEN
BID OPENING DATE: 5-25-11 @ 10:30am
SPECIFICATIONS #: P.W.: 11-12
DATE
MAYOR
SPECIFICATIONS FOR
RENOVATION OF KIWANIS BALLFIELD CLUB HOUSE
FOR THE TOWNSHIP OF GLOUCESTER
COUNTY OF CAMDEN
BUSINESS ADMINISTRATOR
BID OPENING DATE:
SPECIFICATIONS # PW11-12
DEPARTMENT HEAD
SOLICITOR
TOWNSHIP OF GLOUCESTER
COUNTY OF CAMDEN
NOTICE TO BIDDERS
NOTICE is hereby given that sealed proposals for the Renovation of Kiwanis Ballfield Club
House
BID SPECIFICATION NUMBER PW-11-12
will be received not later than May 25, 2011 prevailing time 10:30 A.M.
at the Municipal Building, 1261 Chews Landing Road, Laurel Springs, New Jersey 08021
PROPOSALS must be addressed to the Township Clerk, P.O. Box 8, Blackwood, New Jersey
08012 and will be opened and read publicly at the time and date, and should be in sealed
envelopes marked:
RENOVATION F KIWANIS BALLFIELD CLUB HOUSE
DO NOT OPEN UNTIL May 25, 2011 at 10:30 AM.
PROPOSAL forms, instructions to bidders, specifications and other bidding documents may be
examined or obtained at the office of the Township Clerk during normal office hours at the
above address.
THE Township Council reserves the right to reject any or all proposals in whole or in part, and to
waive such informalities as may be permitted by law.
BIDDERS are required to comply with the requirement of P.L. 1975, Chapter 127, and P.L.
1977, Chapter 33.
INFORMATION on Affirmative Action Program requirements is available at the Office of the
Township Clerk.
BID PROPOSAL FORM
(Contract Title and Bid Number, if applicables
(Description of goods/services being bid)
The undersigned proposes to furnish and deliver the above goods services pursuant to the bid
specification and made part hereof:
Amount in words
S
Amount in numbers
Company Name
Address
Signature of Authorized Agent
Title
Telephone Number
Date
Federal I.D. # or Social Security #
Type or Print Name
PROPOSAL FORM SIGNATURE PAGES
Го:
Council:
Township Council
Gloucester Township
1261 Chews Landing Road
Laurel Springs. NJ 08021
Date:
This proposal is submitted in accordance with your advertisement inviting proposals to be received
for the project identified as:
Having carefully examined the "Advertisement for Bids:, Bidding Instruction", General Clauses",
"Plans", etc. hereinafter, bulletins applying thereto, and being familiar with the various conditions
affecting the work, the undersigned hereby agrees to furnish all materials, perform all labor, and all
else necessary to complete the work in strict accordance with the specifications for prices as follows:
In case this proposal is accepted, the undersigned is hereby bound to enter into contract within
ten(10) days after receipt of notice of acceptance for at ove mentioned work, in accordance with such
specifications.
Subscribed and Sworn
before me this
of
day
.2
Notary public of
My commission expires
(Seal)
(Type or Print Name)
Signature
INSTRUCTIONS TO BIDDERS
NO DEPOSIT OR FEE IS REQUIRED FOR SPECIFICATIONS
QUALIFICATIONS OF BIDDERS
Ali bidders must be prepared to present suitable evidence of their financial standing and to furnish
a list of similar work recently completed.
No verbal instructions or information to bidders will be binding. The specifications will be
considered as clear and complete unless written attention is called to any discrepancies or
incompleteness before the opening of bids. Should any written inquiries be received by the Business
Administrator, these inquiries will be answered in the form of bulletins and issued to all bidders.
These bulletins shall be considered a part of these specifications.
Bids will be considered as conclusive evidence of complete examination of specifications and
samples. It is understood that parties making bids accept all the terms and conditions expressed and
contained in the specifications attached to the proposal submitted.
A proposal Form/Signature Page is provided in these specifications. This form must be used in
submitting a proposal and all pages of the form must be completely filled out and signed by the
bidder.
PRESENTATION OF BIDS
Each bid must be enclosed in a sealed envelope and clearly marked on the outside:
"BID PROPOSAL
"(see advertisement, page 1), and delivered to the Office of the
Township Clerk, 1261 Chews Landing Rd., Laurel Springs, New Jersey 08021.
WITHDRAWALS
No proposal may be withdrawn later than 4:30 p.m. prevailing time on the day of the opening of the
bids. No modifications or explanations of any bid will be allowed after the same is sealed and
delivered to the Township Clerk. The proposals will be opened and read publicly by the Township
Council.
The Township Council reserves the right to reject any or all bids or parts thereof as deemed to be in
the best interest of the Township and to waive any immaterial informalities as may be permitted by
law.
FORM OF CONTRACT
The successful bidder will be required to execute a written contract with the Township Council
within tent 10) days after notice of the acceptance of their proposal.
BID BOND
Each ord shall be accompanied by a certified check, cashier's check or bid bond duly executed by
the bidder as the principal and having as surety thereon a surety company approved by the
Township of Gloucester in the amount not less than ten percent (1076), but in no case in excess
of $20.000,00 or the amount of bid. Any such bid bond shall be without endorsement or
conditions. Bid shall also be accompanied with a certificate letter from a surety company stating
that it will provide the bidder with the completion bond.
SURETY BOND
The successful bidder will be required to furnish a surety bond in the amount of one hundred
percent (100%) of the contract price, the condition of which shall be in the full and complete
execution and performance of each and all of the terms contained in the contract, proposal,
specifications and instructions to bidders. The bond shall meet all requirements of the Township
Council.
NOTE: Surety bond is automatically required when the contract price exceeds nine hundred
ninety nine dollars and ninety nine cents, ($999.99); when the contract price is under $999.99,
surety bond may be required by the Township Council if they deem it necessary and in the best
interest of the Township.
Entire cost of bond(s) shall be paid for by the individuals, firms, or corporations with whom the
contract(s) are entered into for the execution of any other purchases, or the furnishing or hiring of
any materials or supplies.
CONSENT OF SURETY
A performance bond will be required from the successful contractor on this project, and
consequent, all bidders shall, with their bid, a certificate in substantially the following form
TO:
(Owner)
RE:
(Contractor)
This is to certify that the
(Surety Company)
will provide to
(Owner)
(Project Description)
a performance bond
in the full amount of awarded contract in the event that said contractor is awarded a contract for
the above project.
(CONTRACTOR)
(Authorized Agent of Surety Company)
Date:
CERTIFICATE OF SURETY MUST BE SIGNED BY AN AUTHORISED AGENT
OR REPRESENTATIVE OF A SURETY COMPANY AND NOT BY THE
INDIVIDUAL OR COMPANY REPRESENTATIVE SUBMITTING THE BID.
PECIFICATIONS
"hese specifications are intended to cover the furnishing of all materials and the performance ofali
work inat may be required or necessary for the complete compliance of the contract and the
contractor v. ill he required to do all things. Where plans, drawings or schematics accompany certain
ctions of the specifications, these shall be considered as a part of these specifications.
INTERPRETATIONS OF SPECIFICATIONS
Thould the contractor discover discrepancies in the specifications, the matter shall be immediately
Prought to the attention of the Township of Ciloucester and the discrepancies corrected by written
greement before proceeding further.
All explanation, interpretations and instructions required under these specifications will be given by
the Township upon written request from bidders.
Equipment to be furnished (if applicable) shall be new, first-class, or as specifically stipulated in the
detailed specifications and shall meet with the approval of the Township Council or their designated
representative.
All equipment if applicable, shall conform to the requirements of these specifications and any
equipment rejected by the Council as not complying with these specifications shall be immediately
removed and replaced with acceptable equipment.
EXTRA WORK
No extras or additional work will be allowed or paid for unless such extras or additional work is
ordered in writing by the Township and the price fixed and agreed before such work is performed.
ADDITIONS OR DEDUCTIONS
The Council of the Township of Gloucester shall have the right, without invalidating the contract,
to make additions to or deductions from the work covered by these specifications and in case such
deductions in cost shall be made between the Coune I and the contractor, but must be agreed to in
writing.
PROTECTION BY CONTRACTOR
The contractor agrees to indemnify and save harmless the Township and their representatives frum
all suits or actions of every nature and description brought against them or either of them, or or
account of the use of patented or copyrighted material, appliances, products, or processes, with legal
protection. The contractor shall not transfer or sublet any portion of the work covered by these
specifications without written consent of the Township.
GENERAL CLAUSI
PROPOSAL FORMS
As noted under "instructions to bidders", attached to these specifications is a "Proposal
Form Signature Forni", which must be completely filled out and signed by each bidder.
As these Instructions to Bidders. Specifications. Form of Proposal. Signature Page. General and
Special Clauses, etc. all refer to each other and together constitute a whole legal binding agreement
and must be returned together as when delivered to bidder.
NO BID WILL BE ACCEPTED UNLESS SUBMITTED ON THE FORMS FURNISHED HEREIN
All bids must be sealed, marked and delivered in accordance with the instructions in paragraph 5,
and 6. Bids will be opened and read publicly by the Business Administrator at the time and day
specified in the Advertisement for Bids. Reading of the bids will take place at the Municipal
Building, 1261 Chews Landing Road, Laurel Springs, NJ 08021.
DELIVERY
In general, deliveries shall be at such time and place as may be fixed by Council and shall not be
made except upon definite instructions. See "Specifications" for delivery required under these
present specifications.
DISPOSAL OF MATERIALS, SUPPLIED ETC...NOT APPROVED.
Bidders shall understand that when materials, supplies, etc. have been delivered to the job which do
not comply with the specifications and have not been approved, they shall be immediately removed
upon notification to the contractor and replaced with material, supplied, etc., in full accordance with
the specifications.
PAYMENTS
Payments shall be made to the contractor within sixty(60) days of receipt of invoice, after inspection
and acceptance of the material and or work and approval of the invoice by the Township Council
unless otherwise stipulated by the Township in the form of a contract.
NUMBER OF WORKING DAYS
The contract shall contain the dare which the work shall be completed or shall specify the number
of working days to be allowed for its completion and or delivery of materials equipmem and
supplies.
EXEMPTION FROM FEDERAL EXCISE AND NEW JERSEY SALES TAN
The Township of Gloucester is exempt from Federal Excise Taxes and the New Jersey Sales Tax,
Set prices as shown in the proposal shall exclude said Federal and State Tax amounts.
SOTE: This provision shall not apply to construction, repair and or maintenance contracts where
Lidder purchases supplies, materiais, and or equipment and includes costs thereof in computation
This bid or proposal.
NEW JERSEY PREVAILING WAGE ACT
All work on this project shall comply with the requirements under the 1963 Revised Statutes of New
Jersey Chapter 150, "Prevailing Rate of Wages on Public Contracts".
Current applicable Wage Rate Determination of the State of the New Jersey Department of Labor
shall become part of the contract.
DOMESTIC PRODUCTS
Only manufactured products of the United States, wherever available, shall be used in connection
with this undertaking, pursuant to 40A:11-18 of the Revised Statutes of the State of New Jersey.
PUBLIC DISCLOSURE
Chapter 33 of the Public Laws of 1977 provides that no Corporation or Partnership shall be awarded
any State, County, Municipal, or School District contract for the performance of any work or the
furnishing of any materials or supplies, unless prior to the receipt of the bid or accompanying the bid
of said Corporation or Partnership there is submitted a statement. The statement shall set forth the
names and addresses of all stockholders in the Corporation or Partnership who own ten percent
(10%) or more if its stock or any class, or of all individual partners in the Partnership who owns a
ten percent(10%) or greater interest therein.
FAILURE TO SUPPLY THIS INFORMATION WITH "FORM OF PROPOSAL" WILL BE
CAUSE TO REJECT THE BID
AFFIRMATIVE ACTION COMPLIANCE NOTICE
NJ.SA 10:5-31 and N.LA.C. 17:27
GOODS AND SERVICES CONTRACTS
(INCLUDING PROFESSIONAL SERVICES)
This form is a summary of the successful bidder's requirement to comply with requirements of
N.JSA. 10:5-31 and N.J.A.C. 17:27.
The successtui bidder shall submit to the public agency, after notifications of award but prior to
execution of this contract, one of the following three documents as forms of evidence.:
(a) A photocopy of a valid letter that the contractor is operating under an existing Federally
approved or sanctioned Affirmative Action Program (good for one year from the date of the
letter):
OR
(b) A photocopy of a Certificate of Employee Information Report approval, issued in
accordance with N.J.A.C. 17:27-4
OR
c) A photocopy of an Employee Information Report (Form AA302) provided by the Division
and distributed to the public agency to be completed by the contractor
The successful vendor may obtain the Affirmative Action Employee Information Report (AA302)
from the contraction unit during normal business hours.
The successful vendor(s) must submit the copies of the AA302 Report to the Division of Contract
Compliance and Equal Employment Opportunity in Public Contracts (Division). The Public Agency
copy is submitted to the public agency, and the vendor copy is retained by the vendor.
The undersigned vendor certifies that he/she is aware of the commitment to comply with the
requirements of N.J.S.A. 10:5-31 and N.J.A.C. 17:27 and agrees to furnish the required forms of
evidence.
The undersigned vendor further understands that his/her bid shall be rejected as non-responsive if
said contractor fails to comply with the requirements of N.J.S.A. 10:5-31 and N.J.A.C. 17:27.
COMPANY:
PRINT NAME:
SIGNATURE
TITLE:
DATE:
SUPPLEMENT TO BID SPECIFICATIONS
NON-DISCRIMINATION
During the peribmance of a contract, the contractor agrees as follows:
1.
The contractor or subcontractor, where applicable, will not discriminate against any
employee or applicants for employment because of age, race, creed, color, national origin,
ancestry, marital status, or sex. The contractor will take affirmative action to ensure that
such applicants are recruited and employed, and that employees are treated during
employment, without regard to their age, race, creed, color, national origin, ancestry, marital
status or sex. Such action shall include, but not be limited to the following: employment,
upgrading, demotion or transfer; recruitment or recruitment advertising; layoff or
termination; rates of pay or other forms of compensation; and selection for training, including
apprenticeship. The contractor agrees to post in conspicuous places, available to employees
and applicants for employment, notice to be provided by the Public Agency Equal
Employment Opportunity Officer setting forth provisions of the non-discrimination clause.
2.
The contractor or subcontractor, where applicable, will in all solicitations or advertisements
for employees placed by or on behalf of the contractor, state that all qualified applicants will
receive consideration for employment without regard to age, race, creed, color, national
origin, ancestry, marital status or sex.
3.
The contractor or subcontractor, where applicable, will send to each labor union or
representative of workers with which it has collective bargaining agreement or other contract
or understanding a notice, to be provided by the Public Agency Equal Employment
Opportunity Officer advising the labor union or workers representative of the contractor's
commitments under this act and shall post copies of the notice in a conspicuous place
available to employees and applicants for employment.
4
The contractor or subcontractor, where applicable agrees to comply with any regulations
promulgated by the Treasurer pursuant to P.L., c.127, as amended and supplemented from
time-to-time.
5.
The contractor or subcontractor agrees to attempt in good faith to employ minority and
female workers consistent with the applicable county employment goals prescribed by
section 5.2 of the regulations promulgated by the Treasurer pursuant to P.L. 1975. c. 127 as
amended and supplemented from time-to-time or in accordance with a binding determination
of applicable county employment goa's. determined by the Affirmative Action Office
pursuant to section 5.2 of the regulations promulgated by Treasurer pursuant to P.L. 1975.
4. 12 as amended and supplemented from time-to-time.
7.
8.
The contractor or subcontractor agrees to inform in writing all recruitment agencies.
including employment agencies, placement bureaus,colleges, universities, laborucions, that
it does not discriminate on the basis of age, creed, color, national origin, ancestry,, marital
status, or sex, and that it will discontinue the use of any recruitment agency which engages
in direct or indirect discriminatory practices.
The contractor or subcontractor agrees to revise any of its testing procedures, if necessary,
to assure that all personnel testing conforms with the principles of job-related testing, as
established by the statues and court decisions of the State of New Jersey and as established
and by application Federal Law and applicable Federal Court decisions.
The contractor or subcontractor agrees to review all procedures relating to transfer,
upgrading, downgrading and layoff to ensure that all such actions are taken without regard
to age, creed, color, national origin, ancestry, marital status or sex and conform with the
applicable employment goals consistent with the statutes and court decisions of the State of
New Jersey, and applicable Federal Law and applicable Federal Court decisions.
Provisions 4, 5, 6, 7, or 8 not required for subcontractors with (4) or fewer employees or a
contractor who has presented evidence of a Federally approved or sanctioned Affirmative
Action Program
Submitted By:
Name of Firm
Signature
Title
Date
AFFIDAVIT FOR AFFIRMATIVE ACTION
(This Aflidavit is part of the Proposal)
STATE OF:
COUNTY OF:
being duly sworn, deposes and says that he/she resides at:
and that he/she is the
of
who signed the foregoing Proposal of Bids, that during the course of this contract, he/she will agree
to the Plan for Affirmative Action.
Subscribed and Sworn to
before me on the
day
of
20
(Notary Public)
My Commission Expires:
(Seal)
GOODS. PROFESSIONAL SERVICES AND
GENERAL, SERVICE CONTRACTS
During the peri rmance of this contract the contractor agrees as follows:
The comractor or subcontractor, where applicable, will not discriminate against any employee or
applicant for employment because of age, race, creed, color, national origin, ancestry, marital status,
sex. affectional or sexual orientation. The contractor will take affirmative action to ensure that such
applicants are recruited and employed, and that employees are treated during employment, without
regard to their age, race, creed, color, national origin, ancestry, marital status, sex, affectional or
sexual orientation. Such action shall include, but not be limited to the following: employment.
upgrading, demotion, or transfer: recruitment or recruitment advertising: layoffor termination: rates
of pay or other forms of compensation; and selection for training, including apprenticeship. The
contractor agrees to post in conspicuous places, available to employees and applicants for
employment, notices to be provided by the Public Agency Compliance Officer setting forth
provisions of the nondiscrimination clause.
The contractor or subcontractor, where applicable will, in all solicitations or advertisements for
employees placed by or on behalf of the contractor, state that all qualified applicants will receive
consideration for employment without regard to age, race, creed, color, national origin, ancestry,
marital status, sex, affectional or sexual orientation. The contractor or subcontractor, where
applicable, will send to each labor union or representative or workers with which it has a collective
bargaining agreement or other contract or understanding, a notice, to be provided by the agency
contracting officer advising the labor union or workers' representative of the contractor's
commitments under this act and shall post copies of the notice in conspicuous places available to
employees and applicants for employment.
The contractor or subcontractor, where applicable, agrees to comply with the regulations
promulgated by the Treasurer to P.L. 1975, c.127, as amended and supplemented from time-to-time
and the Americans with Disabilities Act. The contractor or subcontractor agrees to attempt in good
faith to employ minority and female workers consistent with the applicable county employment goals
prescribed by N.J.A.C. 17:27-5.2 promulgated by the Treasurer pursuant to P.L. 1975, c.127 as
amended and supplemented from time-to-time or in accordance with a binding determination of the
applicable county employment goals determined by the Affirmative Action Office pursuant to
N.J.A.C. 17:27-5.2 promulgated by the Treasurer pursuant to P.L. 1975. с.127, as amended and
supplemented from time-to-time.
The contractor or subcontractor agrees to inform in writing appropriate recruitment agencies in the
area, including employment agencies, placement bureaus, colleges, universities, labor unions, that
i: does not discriminate on the basis of age, creed, color, national origin, ancestry, marital stanis, sex,
afrectional or sexual orientation, and that it will discontinue the use of any recruitment agency which
engages in direct or indirect discriminatory practices. The contractor or subcontractor agrees to
revise any of its testing procedures. if necessary, to assure that all personnel testing conforms with
the principles of job-related testing, as established by the statutes and court decisions of the State of
New Jersey and as established by applicable Federal Law and applicable Federal Court decisions.
The contractor or subcontractor agrees to review all procedures relating to transfer, upgrading.
downgrading and layoff to ensure that all such actions are taken without regard to age, creed, color,
national origin, ancestry, marital status, sex, affectional or sexual orientations, and conform with the
applicable employment goals, consistent with the statutes and court decisions of the State of New
fersey, and applicable Federal law and applicable Federal Court decisions. The contractor and its
subcontractors shall furnish such reports or other documents to the Affirmative Action Officetes may
he requested by the office from time-to-time in order to carry out the purposes of these regulations,
and publie agencies shall furnish such information as may be requested by the Affirmative Action
Office for conducting a compliance investigation pursuant to Subchapter 10 of the Administrative
Code(NIAC 17:271.
SIGNATURE
(NAME) PRINT OR TYPE
COMPANY NAME:
DATE:
State of New Jersey
County of
NON-COLLUSION AFFIDAVIT
SS:
1.
residing in
(Name of Affianty
(Name of Municipality,
in the County of
and State of
age, being duly sworn according to law on my oath depose and say that:
of full
ר 1
(Title or Position)
of the firm of
(Name of Firm)
and that I
(Title of Bid Proposal)
the bidder making this Proposal for the bid entitled
executed the said proposal with full authority to do so that said bidder has not, directly or indirectly
entered into any agreement, participated in any collusion, or otherwise taken any action in restraint
of free, competitive bidding in connection with the above named project; and that all statements
contained in said proposal and in this affidavit are true and correct, and made with full knowledge
relies upon the truth of the statements contained in said Proposal
(Name of contracting unit)
that the
and in the statements contained in this affidavit in awarding the contract for the said project.
I further warrant that no person or selling agency has been employed or retained to solicit or secure
such contract upon an agreement or understanding for a commission, percentage, brokerage, of
contingent fee, except bona fide employees or bona fide established commercial or selling agencies
maintained by
Subscribed and sworn
before me this
of 2
Notary public of
My Commission expires
(Seal
(Type or Print Namei
Signature:
CERTIFICATE OF BIDDER SHOWING ABILITY TO PERFORM CONTRACT
1.
of the City, Town, Township. Borough, etc.
of
State of
outh depose and say that:
1.
in the County d
and the
or full age, being duly sworn according to laa on my
I am a(n) owner, partner, shareholder or officer of the company set forth
below and am duly authorized to execute this affidavit on its behalf.
(Check Appropriate Statements(s))
I own, lease or control the necessary equipment required by the plans,
specifications, and advertisements under which bids are asked for.
I do not own, lease or control all the necessary equipment required by plans,
specifications, and advertisements under which bids are asked for.
If the bidder is not the actual owner or lessee of all the necessary equipment
provide the source from which the equipment will be obtained (Attach
additional sheets if necessary.)
Attach certification from the owner or person in control of the equipment
definitely granting to the bidder the control of the equipment required during
such time as may be necessary for the completion of that portion of the
contract for which it is necessary.)
Subscribed and sworn
before me this
dav
of
Notary Public of
My Commission Expires:
(Title)
Name of Company)
Sea!!
PROOF OF BUSINESS REGISTRATION
N.USA. 52:32-44 required that each contractor submit proof of basiness registration with the bid
proposal. Proof of registration shall be a copy of the bidder's Business Registration
Certificate(BRC). A BRC is obtained from the New Jersey Division of Revenue. Information on
obtaining a BRC is available on the internet at www.nj.gov.dearigs Ipel busregis bus or by phone
at (609) 292-1730. N.J.S.A. 52:32-44 imposes the following requirements on contractors and all
subcomractors that knowingly provide goods or perform services for a contractor fulfilling this
contract:
1)
2)
3)
The contractor shall provide written notice to its subcontractors and suppliers to submit proof
of business registration to the contractor;
Prior to receipt of final payment from a contracting agency, a contractor must submit to the
contracting agency an accurate list of all subcontractors or attest that none was used;
During the term of this contract, the contractor and its affiliates shall collect and remit and
shall notify all subcontractors and their affiliates that they must collect and remit to the
Director, New Jersey Division of Taxation, the Use Tax due pursuant to the Sales and Use
Tax Act, (N.J.S.A. 54:32B-1 et seq) on all sales of tangible personal property delivered into
this state.
A contractor, subcontractor or supplier who fails to provide proof of business registration or provides
false business registration information shall be liable to a penalty of $25 for each day of violation,
not to exceed $50,000 for each business registration not properly provided or maintained under a
contract with a contracting agency. Information on the law and its requirements is available by
calling (609) 292-9292.
NEW JERSEY "BUSINESS REGISTRATION CERTIFICATE" FORM
PL. 2004 Ch. 57 requires that Business Organization's. be registered with the New Jersey
Department of Treasury, Division of Reventre. The definition in the law is as follows:
"Contractor" means a business organization that seeks to enter or has entered into a contract with
a contracting agency, to provide goods, services, or a construction project, the cost of which exceeds
1576 of the contracting unit's bid threshold.
Please indicate below. for the bidder and all subcontractors listed on the "Subcontractor Declaration"
herein, as to their registration with the NJ Department of Treasury. Division of Revenue in
accordance with P.L. 2004, Ch57.
Proof of registration is required for all contractor's and named subcontractor's. Proof of registration
means a copy of the organization's Business Registration Certificate". No other form can be
substituted to fulfill this requirement.
Copies of the Business Registration Certificate shall be submitted and attached to this form.
Bidder
(Subcontractor)
(Subcontractor)
(Subcontractor)
(Subcontractor)
Name
Subscribed and Sworn
before me this
of
day
20
Not Registered
Notary Public of
Signature
My Commission Expires
(Type or Print Name)
(Seal)
Registration
Number
PUBLIC WORKS CONTRACTOR REGISTRATION ACT
NJ.S.A. 34:11-56.25. et seq. Requires that a general or prime contrastoor and any listed
subcontractors name in the contractor's bid proposal shali possess a certificate at the time the bid
proposal is submitted. After bid proposals are received and prior to arward of contract, the success ful
contractor shali submit a copy of the contractor's certification along with those of all listed
subcontractors at any tier have their certificate prior to starting work on the job.
Under the law a "contractor" is a "person, partnership, association, joint stock company, trust
corporation or other legal business entity or successor thereof who enters into a contract" which is
subject to the provisions of the New Jersey Prevailing Wage Act (N.J.S.A. 34:11-56.25. et seq.). It
applies to contractors bases in New Jersey or in another state.
PUBLIC WORKS CONTRACTOR REGISTRATION FORM
34:11-56.48, p.1. 1999. Ch. 238 requires that contractors and subcontractors, in certain instances.
be registered with the New Jersey Department of Labor. Division of Wage and Hour Compliance.
The definition in the law is as follows,
"Contractor means a person, partnership, association, joint stock company, trust, corporation, or
other legal business entity or successor thereof who enters into a contract which is subject to the
provisions of the "New Jersey Prevailing Wage Act", P.L. 1963, ('150 (c.34:11-56.25 et seq.). For
the construction, reconstruction, demolition, alteration, repair or maintenance of a public building
regularly open to and used by the general public or a public institution, and includes any
subcontractor or lower tier subcontractor of a contractor as detmed herein, except that, for the
purposes of this act, no pumping station, treatment plant or construction, reconstruction, demolition,
alteration, repair or maintenance shall be regarded as public building regularly open to and used by
the general public or a public institution.
Please indicate below, for the bidder and all subcontractors listed on the "Subcontractor Declaration"
herein, as to their registration with the NJ Department of Labor, Division of Wage and Hour
Compliance in accordance with P.L. 1999, Ch. 238
NOT REGISTERED
REGISTRATION #
NAME
Bidder
(Subcontractor)
(Subcontractor)
(Subcontractor)
(Subcontractor)
IF IN THE PROCESS OF REGISTRATION, BUT HAVE NOT YET RECEIVED A
REGISTRATION NUMBER, ATTACH PROOF OF APPLICATION FOR CONTRACTOR
AND/OR SUBCONTRACTORS.
Registration forms are available by contacting Contractor Registration Unit at (609) 292-9464,
Subscribed and sworn before me this
day of
20
Signature
Notary Public
(Name & Title Type or Print)
My Commission Expires) 20
AMERICANS WITH DISABILITIES ACT OF 1990
Equal Opportunity for Individuals with disability
The contractor and the Township of Gloucester, do hereby agree that the provisions of Title 11, of
the Americans With Disabilities Act of 1990 42 US.C. $12101 et seq. which prohibits
discrimination on the basis of disability by public entities in all services, programs, and activities
provided or made available by public entities, and the rules and regulations promulgated pursuant
there unto, are made a part of this contract. In providing any aid, benefit, or service on behalf of the
owner pursuant to this contract, the contractor agrees that the performance shall be in strict
compliance with the Act. In the event that the contractor, its agents, servants, employees, or
subcontractors violate or are alleged to have violated the Act during the performance of this contract,
the contractor shall defend the owner in any action or administrative proceeding commenced
pursuant to this Act. The contractor shall indemnify, protect, and save harmless the owner, its
agents, servants, and employees from and against any and all suits, claims, losses, demands, or
damages, of whatever kind or nature arising out of or claimed to arise out of the alleged violation.
The contractor shall, at its own expense, appear, defend, and pay any and all charges for legal
services and any and all costs and other expenses arising from such action or administrative
proceeding or incurred in connection therewith. In any and all complaints brought pursuant to the
owner's grievance procedure, the contractor agrees to abide by any decision of the owner which is
rendered pursuant to said grievance procedure. If any action or administrative results in an award
of damages against the owner, or if the owner incurs any expense to cure a violation of the ADA
which has been brought pursuant to its grievance procedure, the contractor shall satisfy and discharge
the same at its own expense.
The owner shall, as soon as practicable after a claim has been made against it, give written notice
thereof to the contractor along with full and complete particulars of the claim. If any action or
administrative proceeding is brought against the owner or any of its agents, servants, and employees,
the owner shall expeditiously forward or have forwarded to the contractor every demand, complaint,
notice summons, pleading, or other process received by the owner or its representatives.
It is expressly agreed and understood that any approval by the owner of the services provided by the
contractor pursuant to this contract will not relieve the contractor of the obligation to comply with
the Act and to defend. indemnify, protect, and save harmless the owner pursuant to this paragraph.
It is further agreed and understood that the owner assumes no obligation to indemnify or save
harmless the contractor, its agents, servants, employees and subcontractor for any claim which may
arise out of their performance of this Agreement. Furthermore, the contractor expressly understands
and agree that the provisions of this indemnification clause shall in no way limit the contractor's
obligations assumed in this Agreement, ror shal they be construed to relieve the contractor from any
liability, nor preclude the owner from taking any other actions available to it under any other
provisions of the Agreement or otherwise at law.
!
:
SPECIFICATIONS
25
BLACKWOOD KIWANIS LITTLE LEAGUE CLUBHOUSE
MARSHAL AVENUE & RAILROAD AVENUE
BLACKWOOD, NEW JERSEY 08012
Drawings dated 2/19/09
Revised 6/26/09
ADDENDUM NO.1
12/26/10
Sheet A-1
1) Remove all existing heating and air conditioning equipment, oil tank and hot water heater
in ground floor mechanical area adjacent to existing stairs.
2) Prepare new stair opening on both floors. Remove existing closet on
--- Document: Specifications for Purchase of Temperature Control System (TCS) and Facility Management Control System (TMCS) ---
SPECIFICATIONS FOR PURCHASE OF
TEMPERATURE CONTROL SYSTEM (TCS) AND
FACILITY MANAGEMENT CONTROL SYSTE (FMCS)
FOR THE TOWNSHIP OF GLOUCESTER
COUNTY OF CAMDEN
MAYOR
DEPARTMENTAWAD
BUSINESS ADMINISTRATOR
BID OPENING DATE:
SPECIFICATIONS # PW 11-13
SOLICDOR
TOWNSHIP OF GLOUCESTER
COUNTY OF CAMDEN
NOTICE TO BIDDERS
NOTICE is hereby given that sealed proposals for the:
TEMPERATURE CONTROL SYSTEM (TCS) AND FACILITY MANAGEMENT CONTROL
SYSTEM (FMCS)
BID SPECIFICATION NUMBER PW 11-13
will be received not later than 10:00 am prevailing time on June 22, 2011
at the Municipal Building, 1261 Chews Landing Road, Laurel Springs, New Jersey 08021
PROPOSALS must be addressed to the Township Clerk, P.O. Box 8, Blackwood, New Jersey
08012 and will be opened and read publicly at the time and date, and should be in sealed
envelopes marked:
TEMPERATURE CONTROL SYSTEM (TCS) AND FACILITY MANAGEMENT CONTROL
SYSTEM (FMCS)
DO NOT OPEN UNTIL June 22, 2011 at 10:00 AM.
PROPOSAL forms, instructions to bidders, specifications and other bidding documents may be
examined or obtained at the office of the Township Clerk during normal office hours at the
above address.
The Township Council reserves the right to reject any or all proposals in whole or in part, and to
waive such informalities as may be permitted by law.
BIDDERS are required to comply with the requirement of P.L. 1975, Chapter 127, and P.L.
1977, Chapter 33.
INFORMATION on Affirmative Action Program requirements is available at the Office of the
Township Clerk.
Rosemary DiJosie
Township Clerk
BID PROPOSAL FORM
(Contract Title and Bid Number, if applicable)
(Description of goods/services being bid)
The undersigned proposes to furnish and deliver the above goods/services pursuant to the bid
specification and made part hereof:
Amount in words
S
Amount in numbers
Company Name
Address
Signature of Authorized Agent
Title
Telephone Number
Date
Federal I.D. # or Social Security #
Type or Print Name
PROPOSAL FORM/SIGNATURE PAGES
To:
Council:
Township Council
Gloucester Township
1261 Chews Landing Road
Laurel Springs, NJ 08021
Date:
This proposal is submitted in accordance with your advertisement inviting proposals to be received
for the project identified as:
Having carefully examined the "Advertisement for Bids:, Bidding Instruction", General Clauses",
"Plans", etc. hereinafter, bulletins applying thereto, and being familiar with the various conditions
affecting the work, the undersigned hereby agrees to furnish all materials, perform all labor, and all
else necessary to complete the work in strict accordance with the specifications for prices as follows:
In case this proposal is accepted, the undersigned is hereby bound to enter into contract within
ten (10) days after receipt of notice of acceptance for above mentioned work, in accordance with such
specifications.
day
(Type or Print Name)
2
Subscribed and Sworn
before me this
of
Notary public of
My commission expires
(Seal)
Signature
INSTRUCTIONS TO BIDDERS
NO DEPOSIT OR FEE IS REQUIRED FOR SPECIFICATIONS
QUALIFICATIONS OF BIDDERS
All bidders must be prepared to present suitable evidence of their financial standing and to furnish
a list of similar work recently completed.
No verbal instructions or information to bidders will be binding. The specifications will be
considered as clear and complete unless written attention is called to any discrepancies or
incompleteness before the opening of bids. Should any written inquiries be received by the Business
Administrator, these inquiries will be answered in the form of bulletins and issued to all bidders.
These bulletins shall be considered a part of these specifications.
Bids will be considered as conclusive evidence of complete examination of specifications and
samples. It is understood that parties making bids accept all the terms and conditions expressed and
contained in the specifications attached to the proposal submitted.
A proposal Form/Signature Page is provided in these specifications. This form must be used in
submitting a proposal and all pages of the form must be completely filled out and signed by the
bidder.
PRESENTATION OF BIDS
Each bid must be enclosed in a sealed envelope and clearly marked on the outside:
"BID PROPOSAL
"(see advertisement, page 1), and delivered to the Office of the
Township Clerk, 1261 Chews Landing Rd., Laurel Springs, New Jersey 08021.
WITHDRAWALS
No proposal may be withdrawn later than 4:30 p.m. prevailing time on the day of the opening of the
bids. No modifications or explanations of any bid will be allowed after the same is sealed and
delivered to the Township Clerk. The proposals will be opened and read publicly by the Township
Council.
The Township Council reserves the right to reject any or all bids or parts thereof as deemed to be in
the best interest of the Township and to waive any immaterial informalities as may be permitted by
law.
FORM OF CONTRACT
The successful bidder will be required to execute a written contract with the Township Council
within ten(10) days after notice of the acceptance of their proposal.
BID BOND
Each bid shall be accompanied by a certified check, cashier's check or bid bond duly executed by
the bidder as the principal and having as surety thereon a surety company approved by the
Township of Gloucester in the amount not less than ten percent (10%), but in no case in excess
of $20,000.00 or the amount of bid. Any such bid bond shall be without endorsement or
conditions. Bid shall also be accompanied with a certificate letter from a surety company stating
that it will provide the bidder with the completion bond.
SURETY BOND
The successful bidder will be required to furnish a surety bond in the amount of one hundred
percent (100%) of the contract price, the condition of which shall be in the full and complete
execution and performance of each and all of the terms contained in the contract, proposal,
specifications and instructions to bidders. The bond shall meet all requirements of the Township
Council.
NOTE: Surety bond is automatically required when the contract price exceeds nine hundred
ninety nine dollars and ninety nine cents, ($999.99); when the contract price is under $999.99,
surety bond may be required by the Township Council if they deem it necessary and in the best
interest of the Township.
Entire cost of bond(s) shall be paid for by the individuals, firms, or corporations with whom the
contract(s) are entered into for the execution of any other purchases, or the furnishing or hiring of
any materials or supplies.
WE ARE WAIVING
THE REQUIREMENT FOR A
SURETY BOND
NOT THE BID BOND
WHICH IS LOCATED ON
PAGE 7
CONSENT OF SURETY
A performance bond will be required from the successful contractor on this project, and
consequent, all bidders shall, with their bid, a certificate in substantially the following form:
TO:
(Owner)
RE:
(Contractor)
(Project Description)
This is to certify that the
(Surety Company)
will provide to
(Owner)
a performance bond
in the full amount of awarded contract in the event that said contractor is awarded a contract for
the above project.
(CONTRACTOR)
(Authorized Agent of Surety Company)
Date:
CERTIFICATE OF SURETY MUST BE SIGNED BY AN AUTHORISED AGENT
OR REPRESENTATIVE OF A SURETY COMPANY AND NOT BY THE
INDIVIDUAL OR COMPANY REPRESENTATIVE SUBMITTING THE BID.
SPECIFICATIONS
These specifications are intended to cover the furnishing of all materials and the performance of all
work that may be required or necessary for the complete compliance of the contract and the
contractor will be required to do all things. Where plans, drawings or schematics accompany certain
sections of the specifications, these shall be considered as a part of these specifications.
INTERPRETATIONS OF SPECIFICATIONS
Should the contractor discover discrepancies in the specifications, the matter shall be immediately
brought to the attention of the Township of Gloucester and the discrepancies corrected by written
agreement before preceding further.
All explanation, interpretations and instructions required under these specifications will be given by
the Township upon written request from bidders.
Equipment to be furnished (if applicable) shall be new, first-class, or as specifically stipulated in the
detailed specifications and shall meet with the approval of the Township Council or their designated
representative.
All equipment if applicable, shall conform to the requirements of these specifications and any
equipment rejected by the Council as not complying with these specifications shall be immediately
removed and replaced with acceptable equipment.
EXTRA WORK
No extras or additional work will be allowed or paid for unless such extras or additional work is
ordered in writing by the Township and the price fixed and agreed before such work is performed.
ADDITIONS OR DEDUCTIONS
The Council of the Township of Gloucester shall have the right, without invalidating the contract,
to make additions to or deductions from the work covered by these specifications and in case such
deductions in cost shall be made between the Counced and the contractor, but must be agreed to in
writing.
PROTECTION BY CONTRACTOR
The contractor agrees to indemnify and save harmless the Township and their representatives from
all suits or actions of every nature and description brought against them or either of them, or on
account of the use of patented or copyrighted material, appliances, products, or processes, with legal
protection. The contractor shall not transfer or sublet any portion of the work covered by these
specifications without written consent of the Township.
GENERAL CLAUSE
PROPOSAL FORMS
As noted under "instructions to bidders", attached to these specifications is a "Proposal
Form/Signature Form", which must be completely filled out and signed by each bidder.
As these Instructions to Bidders, Specifications, Form of Proposal, Signature Page, General and
Special Clauses, etc. all refer to each other and together constitute a whole legal binding agreement
and must be returned together as when delivered to bidder.
NO BID WILL BE ACCEPTED UNLESS SUBMITTED ON THE FORMS FURNISHED HEREIN
All bids must be sealed, marked and delivered in accordance with the instructions in paragraph 5,
and 6. Bids will be opened and read publicly by the Business Administrator at the time and day
specified in the Advertisement for Bids. Reading of the bids will take place at the Municipal
Building, 1261 Chews Landing Road, Laurel Springs, NJ 08021.
DELIVERY
In general, deliveries shall be at such time and place as may be fixed by Council and shall not be
made except upon definite instructions. See "Specifications" for delivery required under these
present specifications.
DISPOSAL OF MATERIALS, SUPPLIED ETC...NOT APPROVED.
Bidders shall understand that when materials, supplies, etc. have been delivered to the job which do
not comply with the specifications and have not been approved, they shall be immediately removed
upon notification to the contractor and replaced with material, supplied, etc., in full accordance with
the specifications.
PAYMENTS
Payments shall be made to the contractor within sixty(60) days of receipt of invoice, after inspection
and acceptance of the material and/or work and approval of the invoice by the Township Council
unless otherwise stipulated by the Township in the form of a contract.
NUMBER OF WORKING DAYS
The contract shall contain the date which the work shall be completed or shall specify the number
of working days to be allowed for its completion and/or delivery of materials equipment and
supplies.
EXEMPTION FROM FEDERAL EXCISE AND NEW JERSEY SALES TAX
The Township of Gloucester is exempt from Federal Excise Taxes and the New Jersey Sales Tax.
Net prices as shown in the proposal shall exclude said Federal and State Tax amounts.
NOTE: This provision shall not apply to construction, repair and/or maintenance contracts where
bidder purchases supplies, materials, and/or equipment and includes costs thereof in computation
of his bid or proposal.
NEW JERSEY PREVAILING WAGE ACT
All work on this project shall comply with the requirements under the 1963 Revised Statutes of New
Jersey Chapter 150, "Prevailing Rate of Wages on Public Contracts".
Current applicable Wage Rate Determination of the State of the New Jersey Department of Labor
shall become part of the contract.
DOMESTIC PRODUCTS
Only manufactured products of the United States, wherever available, shall be used in connection
with this undertaking, pursuant to 40A:11-18 of the Revised Statutes of the State of New Jersey.
PUBLIC DISCLOSURE
Chapter 33 of the Public Laws of 1977 provides that no Corporation or Partnership shall be awarded
any State, County, Municipal, or School District contract for the performance of any work or the
fumishing of any materials or supplies, unless prior to the receipt of the bid or accompanying the bid
of said Corporation or Partnership there is submitted a statement. The statement shall set forth the
names and addresses of all stockholders in the Corporation or Partnership who own ten percent
(10%) or more if its stock or any class, or of all individual partners in the Partnership who owns a
ten percent(10%) or greater interest therein.
FAILURE TO SUPPLY THIS INFORMATION WITH “FORM OF PROPOSAL" WILL BE
CAUSE TO REJECT THE BID
Full firm name of Bidder
Address
City, State, Zip Code
Phone Number
Signature of Bidder
Fax Number
PART 1 GENERAL
1.1
1.2
SUMMARY
TEMPERATURE CONTROL SYSTEM (TCS)
and
FACILITY MANAGEMENT CONTROL SYSTEM (FMCS)
A. Furnish all labor, materials, equipment, and service necessary for a complete and operating Temperature
Control System (TCS) and Facility Management system (FMCS), utilizing Direct Digital Controls as as
described herein.
B. All labor, material, equipment and software not specifically referred to herein or on the plans, that is
required to meet the functional intent of this specification, shall be provided without additional cost to
the Owner.
C. The Owner shall be the named license holder of all software associated with any and all incremental
work on the project(s).
D. Project consists of replacing the Solidyne DDC control systems for four buildings: Municipal Complex,
Old Erial School and Recreation Center. In addition the Library electronic controls to be replaced as
part of this project. Including all necessary field devices as needed for proper system control. New
system sequence of operation to match existing operation.
E. It is the responsibility of all bidders to survey existing site conditions for each building.
SYSTEM DESCRIPTION
A. All controllers supplied for this project shall communicate on a peer-to-peer bus over a single LonTalk
open protocol bus.
1.
2.
3.
4.
5.
The intent of this specification is to provide a system that is running the Niagara AXT™ Open
NICS Framework.
OPEN NIC STATEMENTS - All NiagaraAX software licenses shall have the following NICS:
"accept.station.in=*'"; "accept.station.out=*"and "accept.wb.in=*"and "accept.wb.out=*". All
open NIC Statements shall follow Tridium Open NIC specifications
System architecture shall fully support a multi-vendor environment and be able to integrate third
party systems via existing vendor protocols including, as a minimum, LonTalk, BACnet, and
Modbus.
System architecture shall provide secure Web access using MS Internet Explorer from any
computer on the owner's LAN.
All control devices furnished with this Section shall be programmable directly from Tridium's
AXTM Workbench upon completion of this project. The use of configurable or programmable
controllers that require additional software tools for post-installation maintenance shall not be
acceptable.
6. Any control vendor that must provide additional BMS server software shall be unacceptable.
B. The entire Temperature Control System (TCS) shall be comprised of a network of interoperable, stand-
alone digital controllers networked and communicating via LonMark/LonTalk communication protocols
1.3
1.4
1.5
to a Network Area Controller (NAC). Temperature Control System products shall be manufactured by
Honeywell.
C. The Facility Management and Control System (FMCS) shall be comprised of Network Area Controller
or Controllers (NAC) within each facility. The NAC shall connect to the owner's local or wide area
network, depending on configuration. Access to the system, either locally in each building, or remotely
from a central site or sites, shall be accomplished through standard Web browsers, via the Internet
and/or local area network.
D. The Facility Management and Control System (FMCS) as provided in this Division shall be based on
the Honeywell WEBs System incorporating the Niagara Framework™™, Systems not developed on the
Niagara Framework platform are unacceptable.
Quality Assurance
A. The ATC contractor shall be a Honeywell ACS contractor for a minimum of 3 years. Documents to be
provided with the bid to demonstrate qualifications.
B. The ATC contractor shall have a minimum of three full time electronic service personnel within a 60
mile radius of the project location. One of the three full time electronic service personnel must work
within a 30 mile radius of the project location.
C. The ATC contractor shall have a designated engineering department composed of at least one full time
degreed engineer within a 60 mile radius of the project location.
D. The ATC contractor shall have completed a minimum of twenty projects within the last five years which
are at least equal in dollar value and scope to this project. A list of similar projects, dollar volume,
scope, contact name and contact number shall be provided by the ATC contractor if asked for by the
owner.
SUBMITTAL
A. Eight copies of shop drawings of the components and devices for the entire control system shall be
submitted and shall consist of a complete list of equipment and materials, including manufacturers
catalog data sheets and installation instructions for all controllers, valves, dampers, sensors, routers, etc.
Shop drawings shall also contain complete wiring and schematic diagrams, software descriptions,
calculations, and any other details required to demonstrate that the system has been coordinated and will
properly function as a system. Terminal identification for all control wiring shall be shown on the shop
drawings. A complete written Sequence of Operation shall also be included with the submittal package.
B. Submittal shall also include a trunk cable schematic diagram depicting operator workstations, control
panel locations and a description of the communication type, media and protocol.
C. Submittal shall also include a complete point list of all points to be connected to the TCS and FMCS.
D. Upon completion of the work, provide a complete set of 'as-built' drawings and application software on
compact disk. Drawings shall be provided as AutoCAD™™ or Visio™ compatible files. Eight copies of
the 'as-built' drawings shall be provided in addition to the documents on compact disk.
SPECIFICATION NOMENCLATURE
A. Acronyms used in this specification are as follows:
1.6
1.7
1.8
FMCS
TCS
NAC
IDC
IBC
GUI
WBI
POT
PMI
DDC
LAN
WAN
OOT
PICS
Facility Management and Control System
Temperature Control System
Network Area Controller
Interoperable Digital Controller
Interoperable BACnet Controller
Graphical User Interface
Web Browser Interface
Portable Operator's Terminal
Power Measurement Interface
Direct Digital Controls
Local Area Network
Wide Area Network
Object Oriented Technology
Product Interoperability Compliance Statement
AGENCY AND CODE APPROVALS
A. All products of the TCS and FMCS shall be provided with the following agency approvals. Verification
'that the approvals exist for all submitted products shall be provided with the submittal package.
Systems or products not currently offering the following approvals are not acceptable.
1.
2.
3.
4.
UL-916; Energy Management Systems
C-UL listed to Canadian Standards Association C22.2 No. 205-M1983 "signal Equipment"
CE
FCC, Part 15, Subpart J, Class A Computing Devices
SOFTWARE LICENSE AGREEMENT
A. The Owner shall agree to the manufacturer's standard software and firmware licensing agreement as a
condition of this contract. Such license shall grant use of all programs and application software to
Owner as defined by the manufacturer's license agreement, but shall protect manufacturer's rights to
disclosure of trade secrets contained within such software.
B. The Owner shall be the named license holder of all software associated with any and all incremental
work on the project(s). In addition, the Owner shall receive ownership of all job specific configuration
documentation, data files, and application-level software developed for the project. This shall include
all custom, job specific software code and documentation for all configuration and programming that is
generated for a given project and/or configured for use with the NAC, FMCS Server(s), and any related
LAN/WAN/Intranet and Internet connected routers and devices. Any and all required IDs and
passwords for access to any component or software program shall be provided to the owner. The owner
shall determine which organizations to be named in the SI organization ID ("orgid") of all software
licenses. Owner shall be free to direct the modification of the "orgid" in any software license, regardless
of supplier.
DELIVERY, STORAGE AND HANDLING
A. Provide factory-shipping cartons for each piece of equipment and control device. Maintain cartons
through shipping, storage, and handling as required to prevent equipment damage. Store equipment and
materials inside and protected from weather.
1.9
PART 2
2.1
2.2
JOB CONDITIONS
A. Cooperation with Other Trades: Coordinate the Work of this section with that of other sections to ensure
that the Work will be carried out in an orderly fashion. It shall be this Contractor's responsibility to
check the Contract Documents for possible conflicts between his Work and that of other crafts in
equipment location, pipe, duct and conduit runs, electrical outlets and fixtures, air diffusers, and
structural and architectural features.
MATERIALS
GENERAL
A. The Temperature Control System (TCS) and Facility Management Control System (FMCS) shall be
comprised of a network of interoperable, stand-alone digital controllers, a computer system, graphical
user interface software, printers, network devices, valves, dampers, sensors, and other devices as
specified herein. All systems and software within FMCS shall be Year 2000 compliant and shall be
supported by compliance documentation from the manufacturer.
B. The installed system shall provide secure password access to all features, functions and data contained
in the overall FMCS.
OPEN, INTEROPERABLE, INTEGRATED ARCHITECTURES
A. The intent of this specification is to provide a peer-to-peer networked, stand-alone, distributed control
system with the capability to integrate ANSI/ASHRAE Standard 135-2001 BACnet, LonWorks
technology, MODBUS, OPC, and other open and proprietary communication protocols in one open,
interoperable system.
B. The supplied computer software shall employ object-oriented technology (0OT) for representation of
all data and control devices within the system. In addition, adherence to industry standards including
ANSI/ASHRAET™ Standard 135-2001, BACnet and LonMark to assure interoperability between all
system components is required. For each LonWorks device that does not have LonMark certification,
the device supplier must provide an XIF file and a resource file for the device. For each BACnet
device, the device supplier must provide a PICS document showing the installed device's compliance
level. Minimum compliance is Level 3; with the ability to support data read and write functionality.
Physical connection of BACnet devices shall be via Ethernet (BACnet Ethernet/IP,) and/or RS-485
(BACnet MSTP) as specified.
C. All components and controllers supplied under this Division shall be true "peer-to-peer" communicating
devices. Components or controllers requiring "polling" by a host to pass data shall not be acceptable.
D. The supplied system must incorporate the ability to access all data using standard Web browsers without
requiring proprietary operator interface and configuration programs. An Open DataBase Connectivity
(ODBC) or Structured Query Language (SQL) compliant server database is required for all system
database parameter storage. This data shall reside on a supplier-installed server for all database access.
Systems requiring proprietary database and user interface programs shall not be acceptable.
E. A hierarchical topology is required to assure reasonable system response times and to manage the flow
and sharing of data without unduly burdening the customer's internal Intranet network. Systems
employing a "flat" single tiered architecture shall not be acceptable.
1.
Maximum acceptable response time from any alarm occurrence (at the point of origin) to the point
of annunciation shall not exceed 5 seconds for network connected user interfaces.
2.3
2.
Maximum acceptable response time from any alarm occurrence (at the point of origin) to the point
of annunciation shall not exceed 60 seconds for remote or dial-up connected user interfaces.
NETWORKS
A. The Local Area Network (LAN) shall be a 100 Megabits/sec Ethernet network supporting BACnet,
Java, XML, HTTP, and SOAP for maximum flexibility for integration of building data with enterprise
information systems and providing support for multiple Network Area Controllers (NACs), user
workstations and, if specified, a local server.
B. Local area network minimum physical and media access requirements:
1.
Ethernet; IEEE standard 802.3
2.
Cable; 100 Base-T, UTP-8 wire, category 5
3.
Minimum throughput; 100 Mbps.
2.4
2.5
NETWORK ACCESS
A. Remote Access.
1.
For Local Area Network installations, provide access to the LAN from a remote location, via the
Internet. The Owner shall provide a connection to the Internet to enable this access via high speed
cable modem, asynchronous digital subscriber line (ADSL) modem, ISDN line, T1 Line or via the
customer's Intranet to a corporate server providing access to an Internet Service Provider (ISP).
Customer agrees to pay monthly access charges for connection and ISP.
NETWORK AREA CONTROLLER (NAC)
A. The ATC contractor shall supply all necessary Network Area Controllers (NAC) as part of this contract.
B. The Network Area Controller (NAC) shall provide the interface between the LAN or WAN and the field
control devices, and provide global supervisory control functions over the control devices connected to
the NAC. It shall be capable of executing application control programs to provide:
Calendar functions
Scheduling
1.
2.
3.
Trending
4.
Alarm monitoring and routing
5.
Time synchronization
6.
Integration of LonWorks controller data and BACnet controller data
7.
Network Management functions for all LonWorks based devices
C. The Network Area Controller must provide the following hardware features as a minimum:
1.
One Ethernet Port 10/100 Mbps
2.
One RS-232 port
3.
One LonWorks Interface Port-78KB FTT-10A
4.
One RS-485 ports
5.
Battery Backup
6.
Flash memory for long term data backup (If battery backup or flash memory is not supplied, the
controller must contain a hard disk with at least 1 gigabyte storage capacity)
7.
The NAC must be capable of operation over a temperature range of 32 to 122°F
8.
The NAC must be capable of withstanding storage temperatures of between 0 and 158°F
9.
The NAC must be capable of operation over a humidity range of 5 to 95% RH, non-condensing
D. The NAC shall provide multiple user access to the system and support for ODBC or SQL. A database
resident on the NAC shall be an ODBC-compliant database or must provide an ODBC data access
mechanism to read and write data stored within it.
E. The NAC shall support standard Web browser access via the Intranet/Internet. It shall support a
minimum of 32 simultaneous users.
F. Event Alarm Notification and actions
1.
2.
The NAC shall provide alarm recognition, storage; routing, management, and analysis to
supplement distributed capabilities of equipment or application specific controllers.
The NAC shall be able to route any alarm condition to any defined user location whether
connected to a local network or remote via dial-up telephone connection, or wide-area network.
3.
Alarm generation shall be selectable for annunciation type and acknowledgement requirements
including but limited to:
a.
To alarm
b.
Return to normal
с.
To fault
4.
Provide for the creation of a minimum of eight of alarm classes for the purpose of routing types
and or classes of alarms, i.e.: security, HVAC, Fire, etc.
5.
Provide timed (schedule) routing of alarms by class, object, group, or node.
6.
Provide alarm generation from binary object "runtime" and /or event counts for equipment
maintenance. The user shall be able to reset runtime or event count values with appropriate
password control.
G. Control equipment and network failures shall be treated as alarms and annunciated.
H. Alarms shall be annunciated in any of the following manners as defined by the user:
1.
2.
Screen message text
Email of the complete alarm message to multiple recipients. Provide the ability to route and email
alarms based on:
a. Day of week
b.
Time of day
с.
Recipient
3.
Pagers via paging services that initiate a page on receipt of email message
4.
Graphic with flashing alarm object(s)
5.
Printed message, routed directly to a dedicated alarm printer
I. The following shall be recorded by the NAC for each alarm (at a minimum):
1.
Time and date
2.
Location (building, floor, zone, office number, etc.)
3.
Equipment (air handler #, accessway, etc.)
4.
Acknowledge time, date, and user who issued acknowledgement.
5.
Number of occurrences since last acknowledgement.
J. Alarm actions may be initiated by user defined programmable objects created for that purpose.
2.6
K. Defined users shall be given proper access to acknowledge any alarm, or specific types or classes of
alarms defined by the user.
L. A log of all alarms shall be maintained by the NAC and/or a server (if configured in the system) and
shall be available for review by the user.
M. Provide a "query" feature to allow review of specific alarms by user defined parameters.
N. A separate log for system alerts (controller failures, network failures, etc.) shall be provided and
available for review by the user.
O. An Error Log to record invalid property changes or commands shall be provided and available for
review by the user.
Data Collection and Storage
A. The NAC shall have the ability to collect data for any property of any object and store this data for
future use.
B. The data collection shall be performed by log objects, resident in the NAC that shall have, at a
minimum, the following configurable properties:
1.
2.
3.
4.
5.
Designating the log as interval or deviation.
For interval logs, the object shall be configured for time of day, day of week and the sample
collection interval.
For deviation logs, the object shall be configured for the deviation of a variable to a fixed value.
This value, when reached, will initiate logging of the object.
For all logs, provide the ability to set the maximum number of data stores for the log and to set
whether the log will stop collecting when full, or rollover the data on a first-in, first-out basis.
Each log shall have the ability to have its data cleared on a time-based event or by a user-defined
event or action.
C. All log data shall be stored in a relational database in the NAC and the data shall be accessed from a
server (if the system is so configured) or a standard Web browser.
D. All log data, when accessed from a server, shall be capable of being manipulated using standard SQL
statements.
E. All log data shall be available to the user in the following data formats:
HTML
1.
2.
XML
3.
Plain Text
2.7
4.
Comma or tab separated values
F. Systems that do not provide log data in HTML and XML formats at a minimum shall not be acceptable.
G. The NAC shall have the ability to archive its log data either locally (to itself), or remotely to a server or
other NAC on the network. Provide the ability to configure the following archiving properties, at a
minimum:
1.
Archive on time of day
2.
Archive on user-defined number of data stores in the log (buffer size)
3.
Archive when log has reached it's user-defined capacity of data stores
4.
Provide ability to clear logs once archived
AUDIT LOG
A. Provide and maintain an Audit Log that tracks all activities performed on the NAC. Provide the ability
to specify a buffer size for the log and the ability to archive log based on time or when the log has
reached its user-defined buffer size. Provide the ability to archive the log locally (to the NAC), to
another NAC on the network, or to a server. For each log entry, provide the following data:
1. Time and date
2.
User ID
3.
2.8
Change or activity: i.e., Change setpoint, add or delete objects, commands, etc.
DATABASE BACKUP AND STORAGE
2.9
A. The NAC shall have the ability to automatically backup its database. The database shall be backed up
based on a user-defined time interval.
B. Copies of the current database and, at the most recently saved database shall be stored in the NAC. The
age of the most recently saved database is dependent on the user-defined database save interval.
C. The NAC database shall be stored, at a minimum, in XML format to allow for user viewing and editing,
if desired. Other formats are acceptable as well, as long as XML format is supported.
INTEROPERABLE DIGITAL CONTROLLER (IDC)
A. Controls shall be Honeywell Spyder microprocessor based Interoperable LonWorks Controllers (IDC).
Where possible, all Interoperable Digital Controllers shall bear the applicable LonMark™™
interoperability logo on each product delivered.
B. HVAC control shall be accomplished using LonMark™™ based devices where the application has a
LonMark profile defined. Where LonMark devices are not available for a particular application, devices
based on LonWorks shall be acceptable. For each LonWorks device that does not have LonMark
certification, the device supplier must provide an XIF file for the device. The controller platform shall
provide options and advanced system functions, programmable and configurable using Niagara AXTM
Open NICS Framework, that allow standard and customizable control solutions required in executing
the "Sequence of Operation".
C. HVAC control shall be accomplished using LonMark™™ based devices where the application has a
LonMark profile defined. Where LonMark devices are not available for a particular application, devices
based on LonWorks shall be acceptable. For each LonWorks device that does not have LonMark
certification, the device supplier must provide an XIF file for the device. Publicly available
specifications for the Applications Programming Interface (API) must be provided for each LonWorks /
LonMark controller defining the programming or setup of each device. The Division 15 contractor shall
2.10
provide all programming, documentation and programming tools necessary to set up and configure the
supplied devices per the specified sequences of operation.
D. The Network Area Controller (NAC) will provide all scheduling, alarming, trending, and network
management for the LonMark / LonWorks based devices.
E. The IDCs shall communicate with the NAC at a baud rate of not less than 78.8K baud. The IDC shall
provide LED indication of communication and controller performance to the technician, without cover
removal.
F. All IDCs shall be fully application programmable and shall at all times maintain their LONMARK
certification, if so certified. Controllers offering application selection only (non-programmable), require
a 10% spare point capacity to be provided for all applications. All control sequences within or
programmed into the IDC shall be stored in non-volatile memory, which is not dependent upon the
presence of a battery, to be retained.
G. The TCS contractor supplying the IDC's shall provide documentation for each device, with the
following information at a minimum:
1.
Network Variable Inputs (nvi's); name and type
2.
Network Variable Outputs (nvo's); name and type
3.
Network configuration parameters (nci, nco); name and type
H. It is the responsibility of the TCS contractor to ensure that the proper Network Variable Inputs and
Outputs (nvi and nvo) are provided in each IDC, as required by the point charts.
I. The supplier of any programmable IDC shall provide one copy of the manufacturer's programming tool,
with documentation, to the owner.
WEB BROWSER CLIENTS
A. The system shall be capable of supporting an unlimited number of clients using a standard Web browser
such as Internet Explorer™™
--- Document: Bond Ordinance O2608 Revised| Published:03/09/26 ---
O-26-08 (Revised)
BOND ORDINANCE AUTHORIZING THE COMPLETION OF VARIOUS CAPITAL
IMPROVEMENTS AND THE ACQUISITION OF VARIOUS PIECES OF CAPITAL
EQUIPMENT IN AND FOR THE TOWNSHIP OF GLOUCESTER, COUNTY OF
CAMDEN, NEW JERSEY; APPROPRIATING THE SUM OF $10,435,314, THEREFOR;
AUTHORIZING THE ISSUANCE OF GENERAL OBLIGATION BONDS OR BOND
ANTICIPATION NOTES OF THE TOWNSHIP OF GLOUCESTER, COUNTY OF
CAMDEN, NEW JERSEY, IN THE AGGREGATE PRINCIPAL AMOUNT OF UP TO
$9,938,394; MAKING CERTAIN DETERMINATIONS AND COVENANTS; AND
AUTHORIZING CERTAIN RELATED ACTIONS IN CONNECTION WITH THE
FOREGOING
BE IT ORDAINED by the Township Council of the Township of Gloucester, County of
Camden, New Jersey (not less than two-thirds of all the members thereof affirmatively concurring),
pursuant to the provisions of the Local Bond Law, Chapter 169 of the Laws of 1960 of the State of
New Jersey, as amended and supplemented ("Local Bond Law"), as follows:
Section 1. The purposes described in Section 7 hereof are hereby authorized as general
improvements to be made or acquired by the Township of Gloucester, County of Camden, New
Jersey ("Township").
Section 2. It is hereby found, determined and declared as follows:
(a)
the estimated amount to be raised by the Township from all sources for the purposes stated
in Section 7 hereof is $10,435,314;
(b)
the estimated amount of bonds or bond anticipation notes to be issued for the purposes stated
in Section 7 hereof is $9,938,394; and
(c)
a down payment in the amount of $496,920 for the purposes stated in Section 7 hereof is
currently available in accordance with the requirements of Section 11 of the Local Bond Law,
N.J.S.A. 40A:2-11.
Section 3.
The sum of $9,938,394, to be raised by the issuance of bonds or bond
anticipation notes, together with the sum of $496,920, which amount represents the required down
payment, are hereby appropriated for the purposes stated in this bond ordinance ("Bond Ordinance").
Section 4. The issuance of negotiable bonds of the Township in an amount not to exceed
$9,938,394 to finance the costs of the purposes described in Section 7 hereof is hereby authorized.
Said bonds shall be sold in accordance with the requirements of the Local Bond Law.
Section 5. In order to temporarily finance the purposes described in Section 7 hereof,
the issuance of bond anticipation notes of the Township in an amount not to exceed $9,938,394 is
hereby authorized. Pursuant to the Local Bond Law, the Chief Financial Officer is hereby authorized
to sell part or all of the bond anticipation notes from time to time at public or private sale and to
deliver the same to the purchasers thereof upon receipt of payment of the purchase price plus accrued
interest from their date to delivery thereof. The Chief Financial Officer is hereby directed to report
in writing to the governing body at the meeting next succeeding the date when any sale or delivery
of the bond anticipation notes pursuant to this Bond Ordinance is made. Such report must include
the amount, the description, the interest rate and the maturity schedule of the bond anticipation notes
sold, the price obtained and the name of the purchaser.
Section 6. The amount of the proceeds of the obligations authorized by this Bond
Ordinance, which may be used for the payment of interest on such obligations, accounting,
engineering, legal fees and other items as provided in Section 20 of the Local Bond Law, N.J.S.A.
40A:2-20, shall not exceed the sum of $2,000,000.
Section 7.
The improvements hereby authorized and the purposes for which said
obligations are to be issued; the estimated costs of each said purpose; the amount of down payment
for each said purpose; the amount of available grants for each said purpose; the maximum amount
obligations to be issued for each said purpose and the period of usefulness of each said purpose
within the limitations of the Local Bond Law are as follows:
Purpose/Improvement
A.
Reconstruction and/or Repaving of Various
Sidewalks and Curbs in the Township, together with
the acquisition of all materials and equipment and
completion of all work necessary therefor or related
thereto.
Estimated
Total Cost
$316,500
2,842,086
Down
Payment
$15,071
Amount of
Obligations
$301,429
Period of
Usefulness
10 years
B.
Reconstruction and/or Repaving of Various Streets
in the Township, together with the acquisition of all
materials and equipment and completion of all work
necessary therefor or related thereto all as more
particularly set forth in the information on file with
135,337
2,706,749
10 years
the Township Administrator.
C.
Various Drainage Improvements throughout the
Township, together with the acquisition of all
materials and equipment and completion of all work
necessary therefor or related thereto.
284,534
13,550
270,984
15 years
D.
Improvements and Upgrades to Various Parks,
Playgrounds, and Recreation Facilities, together
with the acquisition of all materials and equipment
and completion of all work necessary therefor or
related thereto.
698,410
33,258
665,152
15 years
E.
Acquisition and Installation of Various Traffic Signs
and Signals, together with the acquisition of all
materials and equipment and completion of all work
necessary therefor or related thereto.
63,300
3,014
60,286
10 years
F.
Improvements and Upgrades to Various Township
Buildings, together with the acquisition of all
materials and equipment and completion of all work
necessary therefor or related thereto, all as more
particularly set forth in the information on file with
1,877,900
89,424
1,788,476
15 years
the Township Administrator.
G.
Acquisition of Medium Duty Vehicles for the Public
Works Department including, but not limited to,
Large Transportation Bus and Dump Truck,
together with the acquisition of all materials and
equipment and completion of all work necessary
therefor or related thereto.
611,900
29,138
582,762
10 years
H.
I.
J.
Κ.
L.
Purpose/Improvement
Acquisition of Various Vehicles and Equipment for
the Public Works Department including, but not
limited to, Loader Attachment, Pick-Up Trucks with
Plows, Asphalt Pothole Patch Trailer, Welder, and
Backhoe Restoration Equipment, together with the
acquisition of all materials and equipment and
completion of all work necessary therefor or related
thereto.
Acquisition of Various Equipment for the Parks and
Recreation Department including, but not limited to,
Mowers, Fences, Dugout Roofs, and Tot Lot
Refurbishment Equipment, together with the
acquisition of all materials and equipment and
completion of all work necessary therefor or related
thereto.
Acquisition of Information Technology Equipment
for Various Township Offices, together with the
acquisition of all materials and equipment and
completion of all work necessary therefor or related
thereto, all as more particularly set forth in the
information on file with the Township
Administrator.
Acquisition of Various Equipment for the Police
Department including, but not limited to,
Communications Equipment, Vehicles, and Tactical
Equipment, together with the acquisition of all
materials and equipment and completion of all work
necessary therefor or related thereto.
Acquisition of Real Property in the Township
including the former PNC Bank Property (Church
Street), together with the acquisition of all materials
and equipment and completion of all work necessary
therefor or related thereto, all as more particularly
set forth in the information on file with the
Township Administrator.
Μ. Various Improvements for Police Department
Facilities including, but not limited to, Training
Center Expansion, together with the acquisition of
all materials and equipment and completion of all
work necessary therefor or related thereto.
Estimated
Total Cost
321,775
180,405
245,288
$2,254,716
316,500
422,000
Down
Payment
15,323
8,591
11,680
$107,368
15,071
20,095
Amount of
Obligations
306,452
171,814
233,608
$2,147,348
301,429
401,905
Period of
Usefulness
5 years
5 years
7 years
5 years
40 years
15 years
Appropriation:
$10,435,314
Bonds/Notes Authorized:
$9,938,394
Grants (if any) Appropriated: $0
Section 20 Costs:
$2,000,000
Useful Life:
11.09 years
NANCY POWER, Township Clerk
This Notice is published pursuant to N.J.S.A. 40A:2-17.
(e)
it shall take no action that would cause the bonds or bond anticipation notes
to be "federally guaranteed" within the meaning of Section 149(b) of the Code.
Section 15. The improvements authorized hereby are not current expenses and are
improvements that the Township may lawfully make. No part of the cost of the improvements
authorized hereby has been or shall be specially assessed on any property specially benefited thereby.
Section 16. All ordinances or parts of ordinances, inconsistent herewith are hereby
repealed to the extent of such inconsistency.
Section 17.
In accordance with the Local Bond Law, this Bond Ordinance shall take
effect twenty (20) days after the first publication thereof after final passage.
Introduced: March 9, 2026
ATTEST:
Township Clerk
Nancy Power, RMC
Mayor
David R. Mayer
President of Council
Orlando Mercado
Notice of Pending Bond Ordinance and Summary
The bond ordinance, the summary terms of which are included herein, was introduced and
passed upon first reading at a meeting of the Township Council of the Township of Gloucester, in
the County of Camden, State of New Jersey, on March 9, 2026. It will be further considered for
final passage, after public hearing thereon, at a meeting of the Township Council of the Township
of Gloucester to be held at the Gloucester Township Municipal Building, 1261 Chews Landing-
Clementon Road at Hider Lane, Laurel Springs, New Jersey 08012, on
2026 at
o'clock M. During the week prior to and up to and including the date of such meeting
copies of the full ordinance will be available at no cost and during regular business hours, at the
Township Clerk's office for the members of the general public who shall request the same. The
summary of the terms of such bond ordinance follows:
Title:
BOND ORDINANCE AUTHORIZING THE COMPLETION
OF VARIOUS CAPITAL IMPROVEMENTS AND THE
ACQUISITION OF VARIOUS PIECES OF CAPITAL
EQUIPMENT IN AND FOR THE TOWNSHIP OF
GLOUCESTER, COUNTY OF CAMDEN, NEW JERSEY;
APPROPRIATING THE SUM OF $10,435,314, THEREFOR;
AUTHORIZING THE ISSUANCE OF GENERAL
OBLIGATION BONDS OR BOND ANTICIPATION NOTES
OF THE TOWNSHIP OF GLOUCESTER, COUNTY OF
CAMDEN, NEW JERSEY, IN THE AGGREGATE
PRINCIPAL AMOUNT OF UP TO $9,938,394; MAKING
CERTAIN DETERMINATIONS AND COVENANTS; AND
AUTHORIZING CERTAIN RELATED ACTIONS IN
CONNECTION WITH THE FOREGOING
Purpose/Improvement
A.
Reconstruction and/or Repaving of Various
Sidewalks and Curbs in the Township, together with
the acquisition of all materials and equipment and
completion of all work necessary therefor or related
thereto.
Estimated
Total Cost
$316,500
2,842,086
Down
Payment
$15,071
Amount of
Obligations
$301,429
135,337
2,706,749
Period of
Usefulness
10 years
B.
Reconstruction and/or Repaving of Various Streets
in the Township, together with the acquisition of all
materials and equipment and completion of all work
necessary therefor or related thereto all as more
particularly set forth in the information on file with
10 years
the Township Administrator.
C.
Various Drainage Improvements throughout the
Township, together with the acquisition of all
materials and equipment and completion of all work
necessary therefor or related thereto.
284,534
13,550
270,984
15 years
D.
Improvements and Upgrades to Various Parks,
Playgrounds, and Recreation Facilities, together
with the acquisition of all materials and equipment
and completion of all work necessary therefor or
related thereto.
698,410
33,258
665,152
15 years
E.
Acquisition and Installation of Various Traffic Signs
and Signals, together with the acquisition of all
materials and equipment and completion of all work
necessary therefor or related thereto.
63,300
3,014
60,286
10 years
F.
Improvements and Upgrades to Various Township
Buildings, together with the acquisition of all
materials and equipment and completion of all work
necessary therefor or related thereto, all as more
particularly set forth in the information on file with
1,877,900
89,424
1,788,476
15 years
the Township Administrator.
G.
Acquisition of Medium Duty Vehicles for the Public
Works Department including, but not limited to,
Large Transportation Bus and Dump Truck,
together with the acquisition of all materials and
equipment and completion of all work necessary
therefor or related thereto.
611,900
29,138
582,762
10 years
H.
I.
J.
Κ.
Purpose/Improvement
Estimated
Total Cost
321,775
Acquisition of Various Vehicles and Equipment for
the Public Works Department including, but not
limited to, Loader Attachment, Pick-Up Trucks with
Plows, Asphalt Pothole Patch Trailer, Welder, and
Backhoe Restoration Equipment, together with the
acquisition of all materials and equipment and
completion of all work necessary therefor or related
thereto.
Acquisition of Various Equipment for the Parks and
Recreation Department including, but not limited to,
Mowers, Fences, Dugout Roofs, and Tot Lot
Refurbishment Equipment, together with the
acquisition of all materials and equipment and
completion of all work necessary therefor or related
thereto.
Acquisition of Information Technology Equipment
for Various Township Offices, together with the
acquisition of all materials and equipment and
completion of all work necessary therefor or related
thereto, all as more particularly set forth in the
information on file with the Township
Administrator.
Acquisition of Various Equipment for the Police
Department including, but not limited to,
Communications Equipment, Vehicles, and Tactical
Equipment, together with the acquisition of all
materials and equipment and completion of all work
necessary therefor or related thereto.
180,405
245,288
2,254,716
Down
Payment
15,323
8,591
11,680
107,368
Amount of
Obligations
306,452
171,814
233,608
2,147,348
Period of
Usefulness
5 years
5 years
7 years
5 years
L.
Acquisition of Real Property in the Township
including the former PNC Bank Property (Church
Street), together with the acquisition of all materials
and equipment and completion of all work necessary
therefor or related thereto, all as more particularly
316,500
15,071
301,429
40 years
set forth in the information on file with the
Township Administrator.
Μ.
Various Improvements for Police Department
Facilities including, but not limited to, Training
Center Expansion, together with the acquisition of
all materials and equipment and completion of all
work necessary therefor or related thereto.
422,000
20,095
401,905
15 years
Appropriation:
$10,435,314
Bonds/Notes Authorized:
Grants (if any) Appropriated: $0
$9,938,394
Section 20 Costs:
Useful Life:
$2,000,000
11.09 years
NANCY POWER, Township Clerk
This Notice is published pursuant to N.J.S.A. 40A:2-17.
Bond Ordinance Statements and Summary
The bond ordinance, the summary terms of which are included herein, has been finally
adopted by the Township Council of the Township of Gloucester, in the County of Camden, State
of New Jersey on
2026 and the twenty (20) day period of limitation within which
a suit, action or proceeding questioning the validity of such ordinance can be commenced, as
provided in the Local Bond Law, has begun to run from the date of the first publication of this
statement. Copies of the full ordinance are available at no cost and during regular business hours,
at the Township Clerk's office at in the Gloucester Township Municipal Building, 1261 Chews
Landing-Clementon Road at Hider Lane, Laurel Springs, New Jersey 08012, for members of the
general public who request the same. The summary of the terms of such bond ordinance follows:
Title:
A.
BOND ORDINANCE AUTHORIZING THE COMPLETION
OF VARIOUS CAPITAL IMPROVEMENTS AND THE
ACQUISITION OF VARIOUS PIECES OF CAPITAL
EQUIPMENT IN AND FOR THE TOWNSHIP OF
GLOUCESTER, COUNTY OF CAMDEN, NEW JERSEY;
APPROPRIATING THE SUM OF $10,435,314, THEREFOR;
AUTHORIZING THE ISSUANCE OF GENERAL
OBLIGATION BONDS OR BOND ANTICIPATION NOTES
OF THE TOWNSHIP OF GLOUCESTER, COUNTY OF
CAMDEN, NEW JERSEY, IN THE AGGREGATE
PRINCIPAL AMOUNT OF UP TO $9,938,394; MAKING
CERTAIN DETERMINATIONS AND COVENANTS; AND
AUTHORIZING CERTAIN RELATED ACTIONS IN
CONNECTION WITH THE FOREGOING
Purpose/Improvement
Reconstruction and/or Repaving of Various
Sidewalks and Curbs in the Township, together with
the acquisition of all materials and equipment and
completion of all work necessary therefor or related
thereto.
Estimated
Total Cost
$316,500
Down
Payment
$15,071
Amount of
Obligations
$301,429
Period of
Usefulness
10 years
B.
Reconstruction and/or Repaving of Various Streets
in the Township, together with the acquisition of all
materials and equipment and completion of all work
necessary therefor or related thereto all as more
particularly set forth in the information on file with
2,842,086
135,337
2,706,749
10 years
the Township Administrator.
C.
Various Drainage Improvements throughout the
Township, together with the acquisition of all
materials and equipment and completion of all work
necessary therefor or related thereto.
284,534
13,550
270,984
15 years
D.
Improvements and Upgrades to Various Parks,
Playgrounds, and Recreation Facilities, together
with the acquisition of all materials and equipment
and completion of all work necessary therefor or
related thereto.
698,410
33,258
665,152
15 years
E.
Acquisition and Installation of Various Traffic Signs
and Signals, together with the acquisition of all
materials and equipment and completion of all work
necessary therefor or related thereto.
63,300
3,014
60,286
10 years
F.
Improvements and Upgrades to Various Township
Buildings, together with the acquisition of all
materials and equipment and completion of all work
necessary therefor or related thereto, all as more
particularly set forth in the information on file with
1,877,900
89,424
1,788,476
15 years
the Township Administrator.
G.
Acquisition of Medium Duty Vehicles for the Public
Works Department including, but not limited to,
Large Transportation Bus and Dump Truck,
together with the acquisition of all materials and
equipment and completion of all work necessary
therefor or related thereto.
611,900
29,138
582,762
10 years
H.
Purpose/Improvement
Estimated
Total Cost
Acquisition of Various Vehicles and Equipment for
the Public Works Department including, but not
limited to, Loader Attachment, Pick-Up Trucks with
Plows, Asphalt Pothole Patch Trailer, Welder, and
Backhoe Restoration Equipment, together with the
acquisition of all materials and equipment and
completion of all work necessary therefor or related
321,775
Down
Payment
15,323
Amount of
Obligations
306,452
Period of
Usefulness
5 years
thereto.
I.
Acquisition of Various Equipment for the Parks and
Recreation Department including, but not limited to,
Mowers, Fences, Dugout Roofs, and Tot Lot
Refurbishment Equipment, together with the
acquisition of all materials and equipment and
completion of all work necessary therefor or related
180,405
8,591
171,814
5 years
thereto.
J.
Acquisition of Information Technology Equipment
for Various Township Offices, together with the
acquisition of all materials and equipment and
completion of all work necessary therefor or related
thereto, all as more particularly set forth in the
245,288
11,680
233,608
7 years
Administrator.
K.
Information on file with the Township
Acquisition of Various Equipment for the Police
Department including, but not limited to,
Communications Equipment, Vehicles, and Tactical
Equipment, together with the acquisition of all
materials and equipment and completion of all work
necessary therefor or related thereto.
2,254,716
107,368
2,147,348
5 years
L.
Acquisition of Real Property in the Township
including the former PNC Bank Property (Church
Street), together with the acquisition of all materials
and equipment and completion of all work necessary
therefor or related thereto, all as more particularly
316,500
15,071
301,429
40 years
set forth in the information on file with the
Township Administrator.
Μ.
Various Improvements for Police Department
Facilities including, but not limited to, Training
Center Expansion, together with the acquisition of
all materials and equipment and completion of all
work necessary therefor or related thereto.
422,000
20,095
401,905
15 years
Appropriation:
$10,435,314
Bonds/Notes Authorized:
Grants (if any) Appropriated: $0
Section 20 Costs:
$9,938,394
$2,000,000
Useful Life:
11.09 years
NANCY POWER, Township Clerk
This Notice is published pursuant to N.J.S.A. 40A:2-17.
--- Document: Council Meeting Agenda 03/23/26| Published:03/20/26 ---
GLOUCESTER TOWNSHIP COUNCIL MEETING
MONDAY, MARCH 23, 2026 @ 7:00 PM
PLEDGE ALLEGIANCE TO THE FLAG
INVOCATION: Pastor Gilda McNair
COMMENCEMENT STATEMENT: Mr. Mercado
ROLL CALL:
Mr. Mignone - Vice President
Mrs. Albright - Troxell
Mrs. Grace-Love
Mr. Nash
Mrs. Walters
Mr. Castro
Mr. Mercado - President
Mr. Hutchison, Solicitor
Mr. Cardis, Business Administrator
Mrs. Power Township Clerk, RMC
Chief Minosse, Police
Mr. Magill, Township Engineer
Ms. Weiss, Planner
PRESENTATION: WOMEN WHO MAKE A DIFFERENCE
PUBLIC COMMENT: Public participation shall be for agenda items only. Anyone addressing
Council may speak one time.
WAIVE THE READING AND ACCEPT THE MINUTES:
Workshop - February 9, 2026
Regular - February 9, 2026
February 25, 2026
ORDINANCE(S) SECOND READING – PUBLIC HEARING
0-26-07
ORDINANCE AMENDING CHAPTER 81-34A OF THE CODE OF THE
TOWNSHIP OF GLOUCESTER ENTITLED, "VEHICLES AND TRAFFIC"
0-26-08
BOND ORDINANCE AUTHORIZING THE COMPLETION OF VARIOUS
CAPITAL IMPROVEMENTS AND THE ACQUISITION OF VARIOUS PIECES
OF CAPITAL EQUIPMENT IN AND FOR THE TOWNSHIP OF GLOUCESTER,
COUNTY OF CAMDEN, NEW JERSEY; APPROPRIATING THE SUM OF
$10,941,714, THEREFOR; AUTHORIZING THE ISSUANCE OF GENERAL
OBLIGATION BONDS OR BOND ANTICIPATION NOTES OF THE
TOWNSHIP OF GLOUCESTER, COUNTY OF CAMDEN, NEW JERSEY, IN
THE AGGREGATE PRINCIPAL AMOUNT OF UP TO $10,420,680; MAKING
CERTAIN DETERMINATIONS AND COVENANTS; AND AUTHORIZING
CERTAIN RELATED ACTIONS IN CONNECTION WITH THE FOREGOING
ORDINANCE(S) FIRST READING – INTRODUCTION
0-26-09
BOND ORDINANCE AUTHORIZING THE COMPLETION OF VARIOUS
IMPROVEMENTS AND ACQUISITION OF EQUIPMENT FOR THE SEWER
UTILITY SYSTEM IN AND FOR THE TOWNSHIP OF GLOUCESTER,
COUNTY OF CAMDEN, NEW JERSEY; APPROPRIATING THE SUM OF
$1,820,930 THEREFOR; AUTHORIZING THE ISSUANCE OF GENERAL
OBLIGATION BONDS OR BOND ANTICIPATION NOTES OF THE
TOWNSHIP OF GLOUCESTER, COUNTY OF CAMDEN, NEW JERSEY, IN
THE AGGREGATE PRINCIPAL AMOUNT OF UP TO $1,820,930; MAKING
CERTAIN DETERMINATIONS AND COVENANTS; AND AUTHORIZING
CERTAIN RELATED ACTIONS IN CONNECTION WITH THE FOREGOING
CONSENT AGENDA:
R-26:03-107 RESOLUTION AUTHORIZING PAYMENT OF BILLS
R-26:03-108 RESOLUTION AUTHORIZING REFUNDS FROM THE DEPARTMENT
OF FINANCE
R-26:03-109 RESOLUTION OF THE TOWNSHIP COUNCIL OF THE TOWNSHIP OF
GLOUCESTER AUTHORIZING THE RELEASE OF A CASH PERFORMANCE
BOND DR. MEM, LLC BLOCK 13102 LOTS 18, 19,19.01, 19.02 & 20
R-26:03-110 RESOLUTION OF THE TOWNSHIP COUNCIL OF THE TOWNSHIP OF
GLOUCESTER, CAMDEN COUNTY, NEW JERSEY, AUTHORIZING THE
SIGNING OF A LEASE AGREEMENT WITH CAMDEN COUNTY
COLLEGE FOR ONE-DAY LEASE OF HARMONY HALL FOR A
SCHOLARSHIP FUND RAISING EVENT ON APRIL 17, 2026
R-26:03-111 RESOLUTION OF THE TOWNSHIP COUNCIL OF THE TOWNSHIP OF
GLOUCESTER AUTHORIZING THE EXECUTION OF A HOLD HARMLESS
AGREEMENT WITH APPROVALS 7 BREW COFFEE1390 BLACKWOOD-
CLEMENTON ROAD, BLOCK 13302, LOT 3
R-26:03-112 RESOLUTION OF THE TOWNSHIP COUNCIL OF THE TOWNSHIP OF
GLOUCESTER AUTHORIZING THE EXECUTION OF A HOLD HARMLESS
AGREEMENT WITH APPROVALS CHERRYWOOD PLAZA
RETAIL/RESTAURANT BUILDING 1460-1490 BLACKWOOD-
CLEMENTON ROAD BLOCK 13203, LOTS 3 & 4
R-26:03-113 RESOLUTION OF THE TOWNSHIP COUNCIL OF THE TOWNSHIP OF
GLOUCESTER, COUNTY OF CAMDEN, NEW JERSEY AUTHORIZING
THE TOWNSHIP OF GLOUCESTER TO ENTER INTO A COOPERATIVE
PRICING AGREEMENT WITH THE INTERLOCAL PURCHASING SYSTEM
(TIPS)
GT E-GOV ACCESS:
PUBLIC COMMENT: Public participation, which shall be any item the public chooses to
address to the Township Council. Anyone addressing Council may speak one time.
POLLING OF DIRECTORS:
POLLING OF COUNCIL:
(If needed)
RESOLUTION TO EXCLUDE THE PUBLIC FROM DISCUSSION OF EXEMPTED
SUBJECT MATTER AT A REGULAR OR SPECIAL SESSION OF THE TOWNSHIP
COUNCIL OF THE TOWNSHIP OF GLOUCESTER PURSUANT TO N.J.S.A. 10:4-6 ET
SEQ. OF THE OPEN PUBLIC MEETINGS ACT
Adjourn
0-26-07
ORDINANCE AMENDING CHAPTER 81-34A OF THE CODE OF THE
TOWNSHIP OF GLOUCESTER ENTITLED, "VEHICLES AND TRAFFIC"
BE IT ORDAINED by the Township Council of the Township of Gloucester, County of
Camden, State of New Jersey, that Chapter 81-34A, "Handicapped Parking" of the Code of the
Township of Gloucester be and is hereby amended to read as follows:
SECTION 1. That Section 81-34A, designated as "Handicapped Parking," be and is
hereby amended as follows:
A. The following location is hereby amended as "Handicapped Parking" location:
Street
Coventry Place
Location
1601 Coventry Place
SECTION 2. The Department of Public Works shall provide and install handicap
parking signage and pavement markings, with the Gloucester Township Police Department
having enforcement authority over handicap parking.
SECTION 3. All ordinances and provisions thereof inconsistent with the provisions of
this Ordinance shall be and are hereby repealed to the extent of such inconsistency.
SECTION 4. If any section, subsection, or part, clause, or phrase of this Ordinance shall
be declared invalid by judgment of any court of competent jurisdiction, such section, subsection,
part, clause, or phrase shall be deemed to be severable from the remainder of the ordinance.
SECTION 5. This Ordinance shall take effect immediately after final passage and
publication as required by law.
Introduced: March 9, 2026
Adopted: March 23, 2026
Mayor
David R. Mayer
ATTEST:
Township Clerk
Nancy Power, RMC
President of Council
Orlando Mercado
0-26-08
BOND ORDINANCE AUTHORIZING THE COMPLETION OF VARIOUS CAPITAL
IMPROVEMENTS AND THE ACQUISITION OF VARIOUS PIECES OF CAPITAL
EQUIPMENT IN AND FOR THE TOWNSHIP OF GLOUCESTER, COUNTY OF
CAMDEN, NEW JERSEY; APPROPRIATING THE SUM OF $10,435,314, THEREFOR;
AUTHORIZING THE ISSUANCE OF GENERAL OBLIGATION BONDS OR BOND
ANTICIPATION NOTES OF THE TOWNSHIP OF GLOUCESTER, COUNTY OF
CAMDEN, NEW JERSEY, IN THE AGGREGATE PRINCIPAL AMOUNT OF UP TO
$9,938,394; MAKING CERTAIN DETERMINATIONS AND COVENANTS; AND
AUTHORIZING CERTAIN RELATED ACTIONS IN CONNECTION WITH THE
FOREGOING
BE IT ORDAINED by the Township Council of the Township of Gloucester, County of
Camden, New Jersey (not less than two-thirds of all the members thereof affirmatively concurring),
pursuant to the provisions of the Local Bond Law, Chapter 169 of the Laws of 1960 of the State of
New Jersey, as amended and supplemented ("Local Bond Law"), as follows:
Section 1. The purposes described in Section 7 hereof are hereby authorized as general
improvements to be made or acquired by the Township of Gloucester, County of Camden, New
Jersey ("Township").
Section 2. It is hereby found, determined and declared as follows:
(a)
the estimated amount to be raised by the Township from all sources for the purposes stated
in Section 7 hereof is $10,435,314;
(b)
the estimated amount of bonds or bond anticipation notes to be issued for the purposes stated
in Section 7 hereof is $9,938,394; and
(c)
a down payment in the amount of $496,920 for the purposes stated in Section 7 hereof is
currently available in accordance with the requirements of Section 11 of the Local Bond Law,
N.J.S.A. 40A:2-11.
Section 3.
The sum of $9,938,394, to be raised by the issuance of bonds or bond
anticipation notes, together with the sum of $496,920, which amount represents the required down
payment, are hereby appropriated for the purposes stated in this bond ordinance ("Bond Ordinance").
Section 4.
The issuance of negotiable bonds of the Township in an amount not to exceed
$9,938,394 to finance the costs of the purposes described in Section 7 hereof is hereby authorized.
Said bonds shall be sold in accordance with the requirements of the Local Bond Law.
Section 5.
In order to temporarily finance the purposes described in Section 7 hereof,
the issuance of bond anticipation notes of the Township in an amount not to exceed $9,938,394 is
hereby authorized. Pursuant to the Local Bond Law, the Chief Financial Officer is hereby authorized
to sell part or all of the bond anticipation notes from time to time at public or private sale and to
deliver the same to the purchasers thereof upon receipt of payment of the purchase price plus accrued
interest from their date to delivery thereof. The Chief Financial Officer is hereby directed to report
in writing to the governing body at the meeting next succeeding the date when any sale or delivery
of the bond anticipation notes pursuant to this Bond Ordinance is made. Such report must include
the amount, the description, the interest rate and the maturity schedule of the bond anticipation notes
sold, the price obtained and the name of the purchaser.
Section 6. The amount of the proceeds of the obligations authorized by this Bond
Ordinance, which may be used for the payment of interest on such obligations, accounting,
engineering, legal fees and other items as provided in Section 20 of the Local Bond Law, N.J.S.A.
40A:2-20, shall not exceed the sum of $2,000,000.
Section 7.
The improvements hereby authorized and the purposes for which said
obligations are to be issued; the estimated costs of each said purpose; the amount of down payment
for each said purpose; the amount of available grants for each said purpose; the maximum amount
obligations to be issued for each said purpose and the period of usefulness of each said purpose
within the limitations of the Local Bond Law are as follows:
Estimated
Total Cost
Down
Payment
$316,500
$15,071
Amount of
Obligations
$301,429
Period of
Usefulness
10 years
A.
B.
Purpose/Improvement
Reconstruction and/or Repaving of Various
Sidewalks and Curbs in the Township, together with
the acquisition of all materials and equipment and
completion of all work necessary therefor or related
thereto.
2,842,086
Reconstruction and/or Repaving of Various Streets
in the Township, together with the acquisition of all
materials and equipment and completion of all work
necessary therefor or related thereto all as more
particularly set forth in the information on file with
the Township Administrator.
135,337
2,706,749
10 years
C.
Various Drainage Improvements throughout the
Township, together with the acquisition of all
materials and equipment and completion of all work
necessary therefor or related thereto.
284,534
13,550
270,984
15 years
D.
Improvements and Upgrades to Various Parks,
Playgrounds, and Recreation Facilities, together
with the acquisition of all materials and equipment
and completion of all work necessary therefor or
related thereto.
698,410
33,258
665,152
15 years
E.
Acquisition and Installation of Various Traffic Signs
and Signals, together with the acquisition of all
materials and equipment and completion of all work
necessary therefor or related thereto.
63,300
3,014
60,286
10 years
F.
Improvements and Upgrades to Various Township
Buildings, together with the acquisition of all
materials and equipment and completion of all work
necessary therefor or related thereto, all as more
particularly set forth in the information on file with
the Township Administrator.
1,877,900
89,424
1,788,476
15 years
G.
611,900
29,138
582,762
10 years
H.
I.
J.
Κ.
L.
Acquisition of Medium Duty Vehicles for the Public
Works Department including, but not limited to,
Large Transportation Bus and Dump Truck,
together with the acquisition of all materials and
equipment and completion of all work necessary
therefor or related thereto.
Acquisition of Various Vehicles and Equipment for
the Public Works Department including, but not
limited to, Loader Attachment, Pick-Up Trucks with
Plows, Asphalt Pothole Patch Trailer, Welder, and
Backhoe Restoration Equipment, together with the
acquisition of all materials and equipment and
completion of all work necessary therefor or related
thereto.
Acquisition of Various Equipment for the Parks and
Recreation Department including, but not limited to,
Mowers, Fences, Dugout Roofs, and Tot Lot
Refurbishment Equipment, together with the
acquisition of all materials and equipment and
completion of all work necessary therefor or related
thereto.
Acquisition of Information Technology Equipment
for Various Township Offices, together with the
acquisition of all materials and equipment and
completion of all work necessary therefor or related
thereto, all as more particularly set forth in the
information on file with the Township
Administrator.
Acquisition of Various Equipment for the Police
Department including, but not limited to,
Communications Equipment, Vehicles, and Tactical
Equipment, together with the acquisition of all
materials and equipment and completion of all work
necessary therefor or related thereto.
Acquisition of Real Property in the Township
including the former PNC Bank Property (Church
Street), together with the acquisition of all materials
and equipment and completion of all work necessary
therefor or related thereto, all as more particularly
set forth in the information on file with the
Township Administrator.
321,775
15,323
306,452
5 years
180,405
8,591
171,814
5 years
245,288
11,680
233,608
7 years
$2,254,716 $107,368
$2,147,348
5 years
316,500
15,071
301,429
40 years
M.
Purpose/Improvement
Various Improvements for Police Department
Facilities including, but not limited to, Training
Center Expansion, together with the acquisition of
all materials and equipment and completion of all
work necessary therefor or related thereto.
Total
Estimated
Total Cost
422,000
Down
Payment
20,095
Amount of
Obligations
401,905
$10,435,314 $496,920
$9,938,394
Period of
Usefulness
15 years
Section 8. Grants or monies received from any governmental entity, if any, will be
applied to the payment of, or repayment of, obligations issued to finance, the costs of improvements
described in Section 7 above.
Section 9. The average period of useful life of the several purposes for the financing of
which this Bond Ordinance authorizes the issuance of bonds or bond anticipation notes, taking into
consideration the respective amounts of bonds or bond anticipation notes authorized for said several
purposes is not less than 11.09 years.
Section 10. The supplemental debt statement provided for in Section 10 of the Local
Bond Law, N.J.S.A. 40A:2-10, was duly filed in the office of the Clerk prior to the passage of this
Bond Ordinance on first reading and a complete executed duplicate original thereof has been filed
in the Office of the Director of the Division of Local Government Services in the Department of
Community Affairs of the State of New Jersey. The supplemental debt statement shows that the
gross debt of the Township, as defined in Section 43 of the Local Bond Law, N.J.S.A. 40A:2-43, is
increased by this Bond Ordinance by $9,938,394 and that the obligations authorized by this Bond
Ordinance will be within all debt limitations prescribed by said Local Bond Law.
Section 11. The full faith and credit of the Township are irrevocably pledged to the
punctual payment of the principal of and interest on the bonds or bond anticipation notes authorized
by this Bond Ordinance, and to the extent payment is not otherwise provided, the Township shall
levy ad valorem taxes on all taxable real property without limitation as to rate or amount for the
payment thereof.
Section 12. The applicable Capital Budget of the Township is hereby amended to
conform with the provisions of this Bond Ordinance to the extent of any inconsistency therewith,
and the resolution promulgated by the Local Finance Board showing full detail of the amended
applicable Capital Budget and Capital Program as approved by the Director of the Division of Local
Government Services, is on file with the Clerk and available for inspection.
Section 13. The Township hereby declares its intent to reimburse itself from the proceeds
of the bonds or bond anticipation notes authorized by this Bond Ordinance pursuant to Income Tax
Regulation Section 1.150-2(e), promulgated under the Internal Revenue Code of 1986, as amended
("Code"), for "original expenditures", as defined in Income Tax Regulation Section 1.150-2(c)(2),
made by the Township prior to the issuance of such bonds or bond anticipation notes.
Section 14. The Township hereby covenants as follows:
(a) it shall take all actions necessary to ensure that the interest paid on the bonds
or bond anticipation notes authorized by the Bond Ordinance is exempt from the gross income of
the owners thereof for federal income taxation purposes, and will not become a specific item of tax
preference pursuant to Section 57(a)(5) of the Code;
(b) it will not make any use of the proceeds of the bonds or bond anticipation
notes or do or suffer any other action that would cause the bonds or bond anticipation notes to be
"arbitrage bonds" as such term is defined in Section 148(a) of the Code and the Regulations
promulgated thereunder;
(c)
it shall calculate or cause to be calculated and pay, when due, the rebatable
arbitrage with respect to the "gross proceeds" (as such term is used in Section 148(f) of the Code) of
the bonds or bond anticipation notes;
(d) it shall timely file with the Internal Revenue Service, such information report
or reports as may be required by Sections 148(f) and 149(e) of the Code; and
(e) it shall take no action that would cause the bonds or bond anticipation notes
to be "federally guaranteed" within the meaning of Section 149(b) of the Code.
Section 15. The improvements authorized hereby are not current expenses and are
improvements that the Township may lawfully make. No part of the cost of the improvements
authorized hereby has been or shall be specially assessed on any property specially benefited thereby.
Section 16. All ordinances or parts of ordinances, inconsistent herewith are hereby
repealed to the extent of such inconsistency.
Section 17.
In accordance with the Local Bond Law, this Bond Ordinance shall take
effect twenty (20) days after the first publication thereof after final passage.
Introduced: March 9, 2026
Adopted: March 23, 2026
ATTEST:
Township Clerk
Nancy Power, RMC
Mayor
David R. Mayer
President of Council
Orlando Mercado
0-26-09
BOND ORDINANCE AUTHORIZING THE COMPLETION OF VARIOUS
IMPROVEMENTS AND ACQUISITION OF EQUIPMENT FOR THE SEWER UTILITY
SYSTEM IN AND FOR THE TOWNSHIP OF GLOUCESTER, COUNTY OF CAMDEN,
NEW JERSEY; APPROPRIATING THE SUM OF $1,820,930 THEREFOR;
AUTHORIZING THE ISSUANCE OF GENERAL OBLIGATION BONDS OR BOND
ANTICIPATION NOTES OF THE TOWNSHIP OF GLOUCESTER, COUNTY OF
CAMDEN, NEW JERSEY, IN THE AGGREGATE PRINCIPAL AMOUNT OF UP TO
$1,820,930; MAKING CERTAIN DETERMINATIONS AND COVENANTS; AND
AUTHORIZING CERTAIN RELATED ACTIONS IN CONNECTION WITH THE
FOREGOING
BE IT ORDAINED by the Township Council of the Township of Gloucester, County of
Camden, New Jersey (not less than two-thirds of all the members thereof affirmatively concurring),
pursuant to the provisions of the Local Bond Law, Chapter 169 of the Laws of 1960 of the State of
New Jersey, as amended and supplemented ("Local Bond Law"), as follows:
Section 1. The purposes described in Section 7 hereof are hereby authorized as general
improvements to be made or acquired by the Township of Gloucester, County of Camden, New
Jersey ("Township").
Section 2. It is hereby found, determined and declared as follows:
(a)
the estimated amount to be raised by the Township from all sources for the purposes stated
in Section 7 hereof is $1,820,930; and
(b)
the estimated amount of bonds or bond anticipation notes to be issued for the purposes stated
in Section 7 hereof is $1,820,930;
Section 3.
The sum of $1,820,930 to be raised by the issuance of bonds or bond
anticipation notes is hereby appropriated for the purposes stated in this bond ordinance ("Bond
Ordinance").
Section 4. The issuance of negotiable bonds of the Township in an amount not to exceed
$1,820,930 to finance the costs of the purposes described in Section 7 hereof is hereby authorized.
Said bonds shall be sold in accordance with the requirements of the Local Bond Law.
Section 5.
In order to temporarily finance the purposes described in Section 7 hereof,
the issuance of bond anticipation notes of the Township in an amount not to exceed $1,820,930 is
hereby authorized. Pursuant to the Local Bond Law, the Chief Financial Officer is hereby authorized
to sell part or all of the bond anticipation notes from time to time at public or private sale and to
deliver the same to the purchasers thereof upon receipt of payment of the purchase price plus accrued
interest from their date to delivery thereof. The Chief Financial Officer is hereby directed to report
in writing to the governing body at the meeting next succeeding the date when any sale or delivery
of the bond anticipation notes pursuant to this Bond Ordinance is made. Such report must include
the amount, the description, the interest rate and the maturity schedule of the bond anticipation notes
sold, the price obtained and the name of the purchaser.
Section 6.
The amount of the proceeds of the obligations authorized by this Bond
Ordinance which may be used for the payment of interest on such obligations, accounting,
engineering, legal fees and other items as provided in Section 20 of the Local Bond Law, N.J.S.A.
40A:2-20, shall not exceed the sum of $365,000.
Section 7.
The improvements hereby authorized and the purposes for which said
obligations are to be issued; the estimated costs of each said purpose; the amount of down payment
for each said purpose; the maximum amount obligations to be issued for each said purpose and the
period of usefulness of each said purpose within the limitations of the Local Bond Law are as
follows:
Purpose/Improvement
Estimated
Total Cost
Down
Payment
Amount of Period of
Obligations
Usefulness
A. Acquisition of Various Telemetry Equipment,
together with the acquisition of all materials and
equipment and completion of all work necessary
therefor or related thereto
B. Acquisition and Installation of Standby Generators
for the Sewer Utility System, together with the
acquisition of all materials and equipment and
completion of all work necessary therefor or related
thereto
C. Rehabilitation and Improvements to the Sewer
Utility System, together with the acquisition of all
materials and equipment and completion of all work
necessary therefor or related thereto
D. Various Upgrades to Sewer Pump Stations, together
with the acquisition of all materials and equipment
and completion of all work necessary therefor or
related thereto
E. Acquisition of Various Replacement Equipment for
the Sewer Utility System, together with the
acquisition of all materials and equipment and
completion of all work necessary therefor or related
thereto
F.
Acquisition of Various Information Technology
Equipment for the Sewer Utility System, together
with the acquisition of all materials and equipment
and completion of all work necessary therefor or
related thereto
G. Various Improvements to Sewer Utility System
Buildings and Facilities, together with the
acquisition of all materials and equipment and
completion of all work necessary therefor or related
thereto
H. Acquisition of Various Vehicles for the Sewer
Utility System, together with the acquisition of all
materials and equipment and completion of all work
necessary therefor or related thereto
TOTAL
$26,375
$0
$26,375
5 years
158,250
0
158,250
15 years
606,625
0
606,625
40 years
158,250
0
158,250
40 years
242,650
0
242,650
15 years
248,980
0
248,980
7 years
121,325
0
121,325
15 years
258,475
0
258,475
5 years
$1,820,930
$0 $1,820,930
Section 8.
The average period of useful life of the several purposes for the financing of
which this Bond Ordinance authorizes the issuance of bonds or bond anticipation notes, taking into
consideration the respective amounts of bonds or bond anticipation notes authorized for said several
purposes, is not less than 22.84 years.
Section 9. Grants or other monies received from any governmental entity, if any, will be
applied to the payment of, or repayment of obligations issued to finance, the costs of the purposes
described in Section 7 above.
Section 10. The supplemental debt statement provided for in Section 10 of the Local
Bond Law, N.J.S.A. 40A:2-10, was duly filed in the office of the Clerk prior to the passage of this
Bond Ordinance on first reading and a complete executed duplicate original thereof has been filed
in the Office of the Director of the Division of Local Government Services in the Department of
Community Affairs of the State of New Jersey. The supplemental debt statement shows that the
gross debt of the Township, as defined in Section 43 of the Local Bond Law, N.J.S.A. 40A:2-43, is
increased by this Bond Ordinance by $1,820,930 and that the obligations authorized by this Bond
Ordinance will be within all debt limitations prescribed by said Local Bond Law.
Section 11. The full faith and credit of the Township are irrevocably pledged to the
punctual payment of the principal of and interest on the bonds or bond anticipation notes authorized
by this Bond Ordinance, and to the extent payment is not otherwise provided, the Township shall
levy ad valorem taxes on all taxable real property without limitation as to rate or amount for the
payment thereof.
Section 12. The applicable Capital Budget of the Township is hereby amended to
conform with the provisions of this Bond Ordinance to the extent of any inconsistency therewith,
and the resolution promulgated by the Local Finance Board showing full detail of the amended
applicable Capital Budget and Capital Program as approved by the Director of the Division of Local
Government Services, is on file with the Clerk and available for inspection.
Section 13. The Township hereby declares its intent to reimburse itself from the proceeds
of the bonds or bond anticipation notes authorized by this Bond Ordinance pursuant to Income Tax
Regulation Section 1.150-2(e), promulgated under the Internal Revenue Code of 1986, as amended
("Code"), for "original expenditures", as defined in Income Tax Regulation Section 1.150-2(c)(2),
made by the Township prior to the issuance of such bonds or bond anticipation notes.
Section 14. The Township hereby covenants as follows:
(a) it shall take all actions necessary to ensure that the interest paid on the bonds
or bond anticipation notes authorized by the Bond Ordinance is exempt from the gross income of
the owners thereof for federal income taxation purposes, and will not become a specific item of tax
preference pursuant to Section 57(a)(5) of the Code;
(b) it will not make any use of the proceeds of the bonds or bond anticipation
notes or do or suffer any other action that would cause the bonds or bond anticipation notes to be
"arbitrage bonds" as such term is defined in Section 148(a) of the Code and the Regulations
promulgated thereunder;
(c)
it shall calculate or cause to be calculated and pay, when due, the rebatable
arbitrage with respect to the "gross proceeds" (as such term is used in Section 148(f) of the Code) of
the bonds or bond anticipation notes;
(d) it shall timely file with the Internal Revenue Service, such information report
or reports as may be required by Sections 148(f) and 149(e) of the Code; and
(e) it shall take no action that would cause the bonds or bond anticipation notes
to be "federally guaranteed" within the meaning of Section 149(b) of the Code.
Section 15. The improvements authorized hereby are not current expenses and are
improvements that the Township may lawfully make. No part of the cost of the improvements
authorized hereby has been or shall be specially assessed on any property specially benefited thereby.
Section 16. All ordinances, or parts of ordinances, inconsistent herewith are hereby
repealed to the extent of such inconsistency.
Section 17. In accordance with the Local Bond Law, this Bond Ordinance shall take
effect twenty (20) days after the first publication thereof after final passage.
Introduced: March 23, 2026
ATTEST:
Township Clerk
Nancy Power, RMC
Mayor
David R. Mayer
President of Council
Orlando Mercado
R-26:03-107
RESOLUTION AUTHORIZING PAYMENT OF BILLS
BE IT RESOLVED BY THE Township Council of the Township of Gloucester, in the
County of Camden, that the following bills are approved by the Township Council in accordance
with the provisions of Ordinance 0-82-16 and certified by the Chief Financial Officer that the
claims are proper obligation of the township, that adequate funds are available to honor these
claims in the account indicated and the claim should be paid:
CURRENT ACCOUNT
Per attached computer readout of the claims presented in the amount of
$ 8,997,153.72
ANIMAL ACCOUNT
Per attached computer readout of the claims presented in the amount of
$
1,076.40
CAPITAL ACCOUNT
Per attached computer read out of the claims presented in the amount of
$
484,504.85
SEWER ACCOUNT
Per attached computer read out of the claims presented in the amount of
$
98,586.48
DEVELOPERS ACCOUNT
Per attached computer read out of the claims presented in the amount of
$
71,671.75
TRUST
Per attached computer readout of the claims presented in the amount of
$
320.00
OPEN SPACE TRUST
Per attached computer readout of the claims presented in the amount of
MANUAL CHECKS
Per attached computer readout of the claims presented in the amount of
Adopted:
March 23, 2026
ATTEST:
Township Clerk
Nancy Power, RMC
President of Council
Orlando Mercado
$
15,838.46
$ 1,002,783.64
R-26:03-108
RESOLUTION AUTHORIZING REFUNDS FROM THE DEPARTMENT
OF FINANCE
BE IT RESOLVED by the Township Council of the Township of Gloucester that the
following refunds be and are hereby authorized:
#2500083
1 Mill Court
Block 17102 Lot 35
Richard Alan Deck
Balance of unexpended escrow: $200.00
Adopted: March 23, 2026
ATTEST:
Township Clerk
Nancy Power, RMC
President of Council
Orlando Mercado
R-26:03-109
RESOLUTION OF THE TOWNSHIP COUNCIL OF THE TOWNSHIP OF GLOUCESTER
AUTHORIZING THE RELEASE OF A CASH PERFORMANCE BOND
DR. MEM, LLC
BLOCK 13102 LOTS 18, 19,19.01, 19.02 & 20
WHEREAS, Dr. Mem, LLC (hereinafter "Applicant") previously secured Minor Site
Plan approval from the Gloucester Township Zoning Board of Adjustment for the addition of
trash enclosures, striping of parking spaces, and filling of holes with asphalt pursuant to Zoning
Board Resolution NO. 192030CDSPWMSP; and
WHEREAS, as a condition of said Minor Site Plan approval, the Applicant was required
to post the following Performance Guarantees to ensure the proper completion of all required site
improvements; and
Public Facilities
Landscape Buffer
Safety & Stabilization
$9,482.40
$1,800.00
$5,000.00
WHEREAS, the Applicant has notified the Township that all required improvements
have been completed in accordance with the approved plans and specifications; and
WHEREAS, the Township Engineer has conducted a final inspection of the site
improvements and, by letter dated March 16, 2026, revised from the original letter dated March
13, 2026, has certified to the Township Council that the required public improvements have been
substantially completed and recommends the full release of the remaining Performance
Guarantee contingent upon the payment of all-outstanding invoices; and
WHEREAS, the Township Council, having reviewed the certification and recommendation
of the Township Engineer, is satisfied that the purpose for which the Performance Guarantee was
posted has been fulfilled.
NOW, THEREFORE, BE IT RESOLVED by the Township Council of the Township of
Gloucester, County of Camden, State of New Jersey, that:
1. The recommendation of the Township Engineer to fully release the Performance
Guarantee is hereby accepted and approved.
2. The Township Clerk is hereby authorized and directed to
--- Document: MRD Gloucester Final Major Site Plan Review 03/06/26| Published:03/06/26 ---
B BACH Associates, PC
A
ENGINEERS
ARCHITECTS
PLANNERS
March 4, 2026
Township of Gloucester
Chews Landing-Clementon Road, at Hider Lane
PO Box 8
Blackwood, NJ 08012-0008
Attn: Jenna Albano, Planning Board Clerk
Re:
Final Major Site Plan Application Review
MRD Gloucester, LLC
Block 18301, Lot 10.02
Review No. 3 - Final Major Site Plan
Bach Project No. GTPB2024-4
Application No. PBA-24-003
Dear Ms. Albano:
The applicant for the above referenced development received Preliminary Major Site Plan
Approval at a meeting of the Planning Board on May 28, 2024. The applicant is currently
seeking Final Major Site Plan approval and to comply with the Preliminary Major Site Plan
approval associated with Resolution No. PBA-24-003. Our office has received the following
revised/additional application materials for the referenced project:
Point by point response letter prepared by Dixon Associates Dixon Associates
Engineering, LLC, dated January 15, 2026.
Treatment Works Approval Permit from the NJDEP, dated 10-21-2025.
Stormwater Management Report, prepared by Dixon Associates Engineering, LLC,
dated January 22, 2024, revised to January 15, 2026.
Plan (11" x 17") entitled "Discharge Flow Path, Adam's Point Garden Apartments, Lot
10.02 of Block 18301, Gloucester Township, Camden County, New Jersey" prepared by
Dixon Associates, dated 11-20-25, no revision.
•
Pipe calculations, dated January 15, 2026.
Plans entitled "Adam's Pointe Garden Apartments, Preliminary & Final Site Plan, Block
18301, Lot 10.02, Gloucester Township, Camden County, New Jersey", prepared by
Dixon Associates Engineering, LLC:
Sheet
Title
Date/Last Revision
1 of 15
Cover and Information Sheet
1-31-25/1-15-26
2 of 15
Existing Conditions and Demo Plan
1-31-25/8-1-25
304 White Horse Pike • Haddon Heights, NJ 08035 • Phone (856) 546-8611 • Fax (856) 546-8612
Final Major Site Plan Application Review
MRD Gloucester, LLC
Block 18301, Lot 10.02
Review No. 3 - Final Major Site Plan
Bach Project No. GTPB2024-4
Application No. PBA-24-003
March 4, 2026
Page 2 of 21
•
3 of 15
Overall Site Plan
1-31-25/1-15-26
4 of 15
Site Plan
1-31-25/1-15-26
5 of 15
Grading and Drainage Plan
1-31-25/1-15-26
6 of 15
Improvements to Independence Blvd.
1-31-25/8-1-25
7 of 15
Utility Plan
1-31-25/1-15-26
8 of 15
Landscape Plan
1-31-25/1-15-26
9 of 15
Landscape Details
1-31-25/1-15-26
10 of 15
Lighting Plan
1-31-25/1-15-26
11 of 15
SESC Plan
1-31-25/1-15-26
12 of 15
SESC Notes & Details
1-31-25/11-25-25
13 of 15
Road Profile
1-31-25/9-18-25
14 of 15
Details
1-31-25/1-15-26
15 of 15
Details
1-31-25/1-15-26
Architectural Plans entitled "Adam's Pointe Garden Apartments, Lot 10.02 of Block
18301, Gloucester Township, Camden County, New Jersey", prepared by Jarmel Kizel
Architects and Engineers Inc..
Sheet
Title
Date/Last Revision
A-101
Construction Plans
None / 1-26-26
A-102
Clubhouse Construction Plan
None / 1-26-26
A-109
Roof Construction Plan
None / 1-26-26
A-110
Clubhouse Roof Construction Plan
None / 1-26-26
A-102
Clubhouse Building Elevations
None / 1-26-26
SUBMISSION CHECKLIST WAIVERS:
The following submission checklist items were not provided and were addressed at the May 28,
2024 hearing:
1.
2.
3.
Checklist Item No. 8 - Four (4) copies of the Recycling Report. Waiver recommended for
completeness only. The applicant shall provide testimony regarding trash and recycling.
The applicant provided testimony at the May 28, 2024 hearing and a waiver was
granted by the Board.
Checklist Item No. 36 - Existing and proposed building coverage in square feet and as a
percentage of lot area. Provided.
Checklist Item No. 37 - Existing and proposed lot coverage in acres of square feet and
as a percentage of lot area. Provided.
B BACH Associates, PC
ENGINEERS ARCHITECTS PLANNERS
304 White Horse Pike Haddon Heights, NJ 08035
Phone (856) 546-8611 Fax (856) 546-8612
Final Major Site Plan Application Review
MRD Gloucester, LLC
Block 18301, Lot 10.02
Review No. 3 - Final Major Site Plan
Bach Project No. GTPB2024-4
Application No. PBA-24-003
March 4, 2026
Page 3 of 21
4.
5.
6.
Checklist Item No. 44 - Proposed signs including the location, size, height and scaled
elevations of the front, side, and rear of any side directed or modified including sign
lighting details. Waiver was granted for completeness only at the May 28, 2024
hearing. The applicant has partially provided this information but additional
information is required as noted below.
Checklist Item No. 47 - The names, locations, right-of-way widths and purposes of
existing and proposed easements and other rights-of-way in the subdivision. Our office
has no objection to the requested waiver. Waiver granted by the Board at the May 28,
2024 hearing.
Checklist Item No. 74 Within a distance of 200 feet of the development show the
names, locations and dimensions of all existing streets and existing driveways, and any
connections by the development to existing streets, sidewalks, bike routes, water, sewer,
or gas mains. Our office has no objection to the requested waiver. Waiver granted by
the Board at the May 28, 2024 hearing.
The applicant has requested waivers for following submission checklist items as part of Final
Major Site Plan review:
1.
2.
3.
Checklist Item No. 11 12 copies of the development plan. Our office has no
objection to the requested waiver.
Checklist Item No. 12 Clearly and legibly drawn plan in accordance with $500-802K.
Our office has no objection to the requested waiver.
Checklist Item No. 86 Plans for all proposed streets or road improvements, whether
onsite or off-tract, showing Sight triangle easements at intersections. Waiver not
recommended.
It shall be noted that any requirements noted above as "waived for completeness only" were
waived to allow the application to be deemed complete. These requirements shall be provided
as part of the revised application materials unless waived by the Board at the scheduled
meeting.
VARIANCES & DESIGN WAIVERS:
Bulk Variances:
1.
The applicant is proposing a 416 sf - 80" monument development sign where 72" is the
maximum permitted per requirements of the HC zone established by the LDO. Variance
granted by the Board at the May 28, 2024 hearing.
B BACH Associates, PC
A
ENGINEERS ARCHITECTS PLANNERS
304 White Horse Pike Haddon Heights, NJ 08035
Phone (856) 546-8611 Fax (856) 546-8612
Final Major Site Plan Application Review
MRD Gloucester, LLC
Block 18301, Lot 10.02
Review No. 3 - Final Major Site Plan
Bach Project No. GTPB2024-4
Application No. PBA-24-003
March 4, 2026
Page 4 of 21
2.
The applicant is proposing a 68 sf sign for the clubhouse where 24 sf is the maximum
size permitted per requirements of the HC zone established by the LDO. Variance
granted by the Board at the May 28, 2024 hearing.
Design Waivers:
1.
2.
3.
§500-506.A(6), The applicant is requesting a waiver from this requirement which states
"Embankments in residential developments greater than three feet in height shall not
exceed a 5:1 slope. Our office does not recommend a waiver from this
requirement.
§500-506.A(10), The applicant is requesting a waiver from this requirement which states
"Residential lawns shall provide an area behind the house with a maximum grade of 5%
for a minimum distance of 25 feet". Our office does not recommend a waiver from
this requirement.
The applicant is requesting a waiver to permit parking spaces within a sight triangle.
Our office does not recommend a waiver from this requirement as it is per N.J.
Administrative Code $19:4-8.5 and references AASHTO design which states that
"At the intersection of two or more streets or the intersection of a driveway and
one or more streets, no hedge, planting, fence, screening or wall higher than 30
inches above curb level, nor any obstruction to a motorist's line of vision, other
than a post not exceeding one foot in diameter, shall be permitted on any corner
within the sight triangle".
It is noted that although the application documents indicate the above noted design
waivers, that the applicant has indicated that he is no longer requesting the waivers.
Testimony shall be provided to confirm.
The following comments were contained in our review of May 8, 2024. Any underlined
items still need to be addressed by the applicant:
GENERAL:
1.
2.
The applicant shall provide all proposed covenants, easements and restrictions
(including legal descriptions) for review and approval by the Board Engineer, Board
Solicitor and Borough Solicitor as a condition any approvals. Does not comply.
All existing and proposed deed restrictions, covenants and easements shall be shown
on the Plans. Does not comply.
B BACH Associates, PC
ENGINEERS ARCHITECTS PLANNERS
304 White Horse Pike Haddon Heights, NJ 08035
Phone (856) 546-8611 Fax (856) 546-8612
Final Major Site Plan Application Review
MRD Gloucester, LLC
Block 18301, Lot 10.02
Review No. 3 - Final Major Site Plan
Bach Project No. GTPB2024-4
Application No. PBA-24-003
March 4, 2026
Page 5 of 21
3.
The proposed buildings shall be numbered and the proposed roads named for ease of
reference. Partially complies. The buildings have been numbered. However, the
street names are redundant. For clarification we recommend that both streets not
be named Adams Point Circle.
4.
No right of way is shown on the plans for the proposed roads. The applicant shall
confirm that the proposed roads will be privately owned and dedicated to the Township
of Gloucester. Complies. The streets are noted to be private.
5.
The plans shall be submitted to the Gloucester Township Fire Marshall for review and
approval. The Fire Marshall's approval letter must be submitted to all professionals
reviewing this project. Does not comply. Approval from the Gloucester Township
Fire Marshall shall be provided.
6.
7.
A list of any required or requested design waiver shall be noted on the plans. Complies.
The Endorsement Block shown on the Cover Sheet shall be revised to also read "Board
Engineer" and "Board Planner". Complies.
A.
PERFORMANCE STANDARDS (ARTICLE V):
Grading (Section 500-506)
1.
Two permanent benchmarks and symbol in the legend shall be shown on the
grading plan per §500-506.A(4). Complies.
2.
3.
4.
5.
Top and bottom of curb elevations shall be shown at all pc's and pt's. Does not
comply.
Additional spot elevation shall be provided at the high point of all swales. Partially
complies. Spot elevation shall be provided on swale behind building #2,
northeast corner of Building #8.
The following note shall be provided in the set of plans, "Any soil brought onto the
site must be certified clean soil and written certification must be provided to the
Township Engineer. The certified clean soil must be approved by the Township
Engineer". Complies.
Per §500-506.A(2), The grade away from foundation wall shall fall a minimum of 6
inches within the first 10 feet, except where restricted by lot lines, where the fall
shall be a minimum of 6 inches regardless of the horizontal distance available".
Additional spot elevations shall be shown on the plans to confirm this requirement.
Does not comply.
B BACH Associates, PC
A
ENGINEERS ARCHITECTS PLANNERS
304 White Horse Pike Haddon Heights, NJ 08035
Phone (856) 546-8611 Fax (856) 546-8612
Final Major Site Plan Application Review
MRD Gloucester, LLC
Block 18301, Lot 10.02
Review No. 3 - Final Major Site Plan
Bach Project No. GTPB2024-4
Application No. PBA-24-003
March 4, 2026
Page 6 of 21
6.
7.
8.
9.
Spot elevations shall be shown at each building corner. Partially complies. A
proposed spot elevation shall be provided at the southwest corner of
Building #7.
Per §500-506.A(10), “Residential lawns shall provide an area behind the house
with a maximum grade of 5% for a minimum distance of 25 feet". Our office does
not recommend a waiver from this requirement as the area behind the proposed
buildings will require access for maintenance of the structures. Does not comply.
The applicant has requested a waiver from this requirement. Our office does
not recommend a waiver.
Per §500-506.A(6), “Embankments in residential developments greater than three
feet in height shall not exceed a 5:1 slope. The Grading Plan shall clearly note the
vertical grade in any area that exceeds a 5:1 slope. Does not comply. The
applicant has requested a waiver. Our office does not recommend a waiver
from this requirement.
Additional proposed grading and elevations shall be shown for the proposed
pickleball court. Partially complies. Elevations shall be provided along the
easterly side of the pickleball court. We recommend an enlarged grading
detail be shown on the plans for the pickleball court and surrounding area.
10. The grading along the easterly side of the pickleball court shall provide a maximum
cross slope of 2% on the proposed sidewalk. Does not comply. Additional
grading detail shall be provided.
11. Driveway/garage slopes must be added to the plans. Partially complies.
Buildings 9 and 10 indicate driveways with a 0% slope. A minimum 1% slope
away from the building must be provided.
12. Prior to the issuance of a final Certificate of Occupancy, an as-built grading plan
shall be submitted in digital and/or paper form, showing foundation grades,
elevations at fifty (50) foot intervals along property lines, high point elevation, and
centerline of swale elevations in accordance with §500-506.C.1. Statement.
13. The application for certificate of occupancy shall include a certification prepared by
a New Jersey licensed professional land surveyor stating that the lot grading is in
substantial conformance with the approved plan meeting the standards set forth in
this section indicating on the final survey those same grade elevation locations as
are required on the approved plan; or by submitting an as-built revised grading
plan, certified by a New Jersey licensed surveyor, to be reviewed by the Township
Engineer to confirm substantial compliance with the approved grading plan. The
Township Engineer will review and decide upon as-built plans within five business
days following receipt of a written request for same in accordance with §500-
506.C.2. Statement.
B BACH Associates, PC
ENGINEERS ARCHITECTS PLANNERS
304 White Horse Pike Haddon Heights, NJ 08035
Phone (856) 546-8611 Fax (856) 546-8612
Final Major Site Plan Application Review
MRD Gloucester, LLC
Block 18301, Lot 10.02
Review No. 3 - Final Major Site Plan
Bach Project No. GTPB2024-4
Application No. PBA-24-003
March 4, 2026
Page 7 of 21
B.
Landscaping and Buffering (Section 500-507) and Lighting (Section 500-508)
1
2.
3.
4.
A note shall be added to the Landscape plan indicating that excess topsoil shall
not be used as fill or removed as spoil. Existing topsoil shall be redistributed and
reused onsite to the greatest extent possible. Complies.
The proposed storm piping and structures shall be shown in half-tone on the
Landscape Plan to better visualize and potential conflicts with proposed trees.
Complies.
We defer additional review of the landscaping and lighting to the Township
Planner. Statement.
NEW COMMENT: No Trees (evergreen or deciduous) shall be proposed atop
a proposed storm pipe or sanitary sewer pipe.
Off Street Parking (Section 500-510)
C.
1.
No parking spaces shall be located within a sight triangle. The parking spaces
shown to be within the sight triangle shall be relocated. Does not comply. The
applicant has requested a waiver. Our office does not recommend a waiver
from this requirement.
2.
The width and length of each row of parking spaces shall be shown on the plans.
Complies.
3.
The narrowest width of each side entrance driveway shall be shown on the plans.
Complies.
4.
The handicap parking stall widths and van accessible striping does not comply to
ADA standards. Complies.
5.
6.
7.
The dimensions of the ADA parking at the proposed community center shall be
shown on the plans. Complies.
The handicap parking stall widths and van accessible striping does not comply
with ADA standards. Complies.
It is the applicant's responsibility to ensure that the site is in conformance with the
American's with Disabilities Act (ADA) Accessibility Guidelines. Statement.
B BACH Associates, PC
ENGINEERS ARCHITECTS PLANNERS
304 White Horse Pike Haddon Heights, NJ 08035
Phone (856) 546-8611
Fax (856) 546-8612
Final Major Site Plan Application Review
MRD Gloucester, LLC
Block 18301, Lot 10.02
Review No. 3 - Final Major Site Plan
Bach Project No. GTPB2024-4
Application No. PBA-24-003
March 4, 2026
Page 8 of 21
D.
Sidewalks/Curbs (Section 500-516)
1.
2.
3.
4.
5.
The radii of all curb shall be labeled on the Site Plans. Partially complies. The
curb radii at Building #2 shall be provided.
The proposed ADA ramps shall be shown on the Site Plan. Complies.
An ADA ramp shall be provided at the parking spaces for the proposed community
center. Complies.
The Site Plan shall indicate the length of all proposed depressed curb or flush curb
sections. Complies.
The location of all curb transitions from flush or depressed curb to full height curb
shall be shown on the plans. Complies.
6.
The width of all curbed islands shall be indicated on the plans. Complies.
E.
Stormwater Management (Section-500-517)
1.
2.
3.
4.
Current rainfall pre and post developed sheet flow calculations must be revised to
provide a 2-year storm rainfall depth of 3.41 inches. Does not comply. NJDEP
BMP Chapter 5 states current rainfall sheet flow calculations must use
current 2 year storm rainfall depth. Any variation from BMP requires a
variance from BMP regulations.
Projected rainfall pre and post developed sheet flow calculations must be revised
to provide a 2-year storm rainfall depth of 3.9 inches. Complies.
The outflow pipes from Basin FC1 must be relocated. A review of the existing
contours below the Basin FC1 outfall pipes indicates the basin discharge may
pond on the adjacent Aqua New Jersey property (Lot 19). Does not comply.
Additional detail and topography at each 50' station along the flow path must
be provided from the discharge point to the existing headwall to confirm
positive flow to the existing headwall.
2, 10 and 100-year peak storm elevation in Basin FC1 will back flow through
HW#3 which is located within the open area between the buildings. If the area
above HW#3 is included as part of Basin FC1, the plans must be noted
accordingly, and the area must also be included as part of the Maintenance Plan.
If the intent is not to utilize the area for storage, an inline check valve should be
proposed at FES 11. Does not comply. All stormwater BMPs must be deed
restricted, including the area east of HW #13 up to the 100 year projected
storm elevation of Basin.
B BACH Associates, PC
ENGINEERS ARCHITECTS PLANNERS
304 White Horse Pike Haddon Heights, NJ 08035
Phone (856) 546-8611 Fax (856) 546-8612
Final Major Site Plan Application Review
MRD Gloucester, LLC
Block 18301, Lot 10.02
Review No. 3 - Final Major Site Plan
Bach Project No. GTPB2024-4
Application No. PBA-24-003
March 4, 2026
Page 9 of 21
5.
6.
7.
8.
9.
Manning's n for concrete pipe must be 0.015 (ref. ordinance Section 500-
517(c)(4)). Complies.
A contact person and phone number must be provided within the Maintenance
Plan. Complies.
Inspection and maintenance checklists must be provided within the Maintenance
Plan. Complies.
Our office recommends the installation of a 4' high split rail fence with black wire
mesh be installed around all proposed basins. Does not comply. Basins 2, 3, &
4 do not provide a fence and basin FC1 & 5 shall indicate the fence along top
of bank.
The split rail fence detail shall show a proposed black wire mesh for areas around
the basins. Complies.
10. Basin access road shall be shown for all proposed basins. Complies.
11. NEW COMMENT: The proposed split rail fence shall not tie into any building
corners.
12. NEW COMMENT: Gates shall be shown on all fences in the location of the
access roads to each basin.
13. NEW COMMENT: Infiltration rate and test pit number must be added to the
Maintenance Plan.
Utilities (Section 500-518)
F.
1
The proposed cleanouts and water service boxes shall be called out on the Utility
Plan. Complies.
2.
3.
4.
The proposed finished floor elevation of each building shall be shown on the Utility
Plan. Complies.
The size and type of proposed water services shall be shown on the Utility Plan.
Complies.
The size, type and slope of sanitary sewer laterals shall be shown on the Utility
Plan. Complies.
B BACH Associates, PC
ENGINEERS ARCHITECTS • PLANNERS
304 White Horse Pike Haddon Heights, NJ 08035
Phone (856) 546-8611 Fax (856) 546-8612
Final Major Site Plan Application Review
MRD Gloucester; LLC
Block 18301, Lot 10.02
Review No. 3 - Final Major Site Plan
Bach Project No. GTPB2024-4
Application No. PBA-24-003
March 4, 2026
Page 10 of 21
G.
5.
6.
7.
8.
If the roadway are to be private, the plans shall provide easements for any sewer
or water main that shall be operated and maintained by the Township of
Gloucester or any separate utility company. Does not comply. Easement shall
be shown on the plans and legal descriptions provided for review.
Our office defers to Aqua New Jersey for review of water improvements. The
applicant shall provide the Township with a letter confirming connection, supply,
and capacity are available from Aqua New Jersey. Statement.
Our office defers to Gloucester Township Sewer Department for review of sanitary
sewer improvements. Documentation confirming availability of sanitary sewer
service for the project site shall be obtained from the GTMUA and submitted to the
Township. Statement.
All electric, telephone, television and other communication service facilities, both
main and service lines, shall be installed in accordance with the prevailing
standards and practices of the utility or other companies providing such services
and having jurisdiction. A note to this effect should be added to the plan.
Complies.
Traffic Impact Study (Section 815)
1.
2.
3.
The Traffic Engineering Assessment (TEA) indicates the proposed MRD
Gloucester Apartments project consists of constructing 180 apartment units along
southbound Berlin-Cross Keys Road (Camden County Route 689) south of its
intersection with Chews Landing Road / Williamstown-Erial Road (Camden County
Route 704). The TEA was prepared in accordance with typical traffic engineering
standards and consistent with Township Ordinance requirements.
The TEA
concludes that traffic generated from the proposed development will have a
minimal impact on the adjacent roadway network. It is noted that the TEA
assumes Independence Boulevard will be extended from the Lakeside Business
Park. Statement.
The TEA indicates access to the proposed development will be provided via two
(2) new full-movement driveways along the extension of Independence Boulevard.
The TEA indicates the Independence Boulevard extension is included in the
Gloucester Township Master Plan. Statement.
The TEA conclusion that traffic generated by the proposed development will have
a minimal impact on the adjacent roadway network is based on offsite roadway
improvements being completed in the form of the installation of a traffic signal at
the Berlin-Cross Keys Road (C.R. 689) / Winslow Plaza South Driveway /
Independence Boulevard intersection. Without the traffic signal installation, the
traffic impact would be much more substantial.
B BACH Associates, PC
ENGINEERS ARCHITECTS PLANNERS
304 White Horse Pike Haddon Heights, NJ 08035
Phone (856) 546-8611 Fax (856) 546-8612
Final Major Site Plan Application Review
MRD Gloucester, LLC
Block 18301, Lot 10.02
Review No. 3 - Final Major Site Plan
Bach Project No. GTPB2024-4
Application No. PBA-24-003
March 4, 2026
Page 11 of 21
H.
4.
The Applicant shall indicate if the process of installing the referenced traffic signal
has been started including Camden County approvals and / or a fair share analysis
conducted. Does not comply. The applicant shall provide the requested
information.
The applicant shall provide testimony continent that the applicant will be
responsible for the construction of the north and south extensions of
Independence Boulevard and the installation of the warranted traffic signal at
Berlin -Cross Keys Road (County Route 689) and the south extension of
Independence Boulevard. Testimony provided at the May 28, 2024 hearing.
Environmental Impact Statement (Section 816)
1.
Details
1.
1.
2.
The applicant has provided an Environmental Impact Statement (EID) as indicated
above. Our office has no objection to this report. Statement.
All traffic markings and striping shall be thermoplastic or long life epoxy paint. The
details shall be revised to confirm the type of paint to be used. Partially
Complies. All ADA striping shall also indicate thermoplastic or long life
epoxy paint.
Our office defers to Gloucester Township Sewer Department for review of sanitary
sewer details. Statement.
3.
A Driveway Apron Detail shall be added to the plans and shall indicate a minimum
driveway slope of one (1) percent and a maximum slope of ten (10) percent in
accordance with §506.A.1. Complies.
4.
Storm manhole frames are to provide for a 30 inch clear opening at the cover to
allow easier access. Complies.
5.
The manhole frame and cover should be Cambell Foundry pattern number 1012B
or approved equa!. Complies.
6.
For inlets, bicycle safe grates shall conform to Campbell Foundry pattern numbers
1218, 3405 or 3424 or approved equal. Complies.
7.
The standard paving section shall conform to the RSIS requirement for "residential
access drives and neighborhood streets." All subgrades shall be considered poor
unless proven otherwise through CBR testing or field evaluation. Does not
comply. A noted stating "All subgrades shall be considered poor unless proven
otherwise through CBR testing or field evaluation" shall be added to the detail.
Partially complies. This note shall be added to the plans.
B BACH Associates, PC
ENGINEERS ARCHITECTS PLANNERS
304 White Horse Pike Haddon Heights, NJ 08035
Phone (856) 546-8611 Fax (856) 546-8612
Final Major Site Plan Application Review
MRD Gloucester, LLC
Block 18301, Lot 10.02
Review No. 3 - Final Major Site Plan
Bach Project No. GTPB2024-4
Application No. PBA-24-003
March 4, 2026
Page 12 of 21
8.
NEW COMMENT: The north arrow shall be removed from the Inlet Detail
shown on the plans.
The following comments were contained in Remmington and Vernicks Planning review of
April 25, 2024. Any underlined items still need to be addressed:
1.
ZONING REQUIREMENTS
A.
B.
Use: The applicant's proposed garden-style apartments are in conformance
with the permitted principal uses of the NV-RC overlay zone per the New
Vision Redevelopment Plan. Per the Redevelopment Plan, garden-style
apartments are permitted when combined with commercial use. Per the first
amendment to the Redevelopment Agreement between the applicant and the
Township, the applicant received relief from providing the commercial space.
Area and Bulk Requirements: The following area and bulk requirements
were set forth in the Redevelopment Agreement.
Item
Required
Proposed
Status
Min. Lot Area
2 acres
20.28 acres
C
Min. Lot Depth
300 ft.
669.02 ft.
C
Min. Lot Width
300 ft.
984.50 ft.
C
Min. Lot Frontage
150 ft.
1,104.25 ft.
C
Max. Building Coverage
25%
17.8%
C
Max. Lot Coverage
60%
38.5%
C
10 units/ac
8.87 units/ac
Max. Density
C
(190 units)
(180 units)
Max. Building Height
2 sty./ 35 ft.
<2 sty./35 ft.
C
Min. Principal Bldg. Yard Setback
50 ft.
50 ft.
C
Max. Dwellings per unit
18 units
18 units
C
Max. Building Length
240 ft.
232.5 ft.
C
Min. Front Bldg. to any Building
60 ft.
80 ft.
C
Distance
Min. Side Bldg. to any Building
Distance
30 ft.
45 ft.
C
Min. Rear Bldg. to any Building
60 ft.
66 ft.
C
Distance
Min. Recreational/Maintenance
80 ft.
83.4 ft.
C
Bldg. to any Dwelling
BA BACH Associates, PC
ENGINEERS ARCHITECTS PLANNERS
304 White Horse Pike Haddon Heights, NJ 08035
Phone (856) 546-8611
Fax (856) 546-8612
Final Major Site Plan Application Review
MRD Gloucester, LLC
Block 18301, Lot 10.02
Review No. 3 - Final Major Site Plan
Bach Project No. GTPB2024-4
Application No. PBA-24-003
March 4, 2026
Page 13 of 21
Off-Street Parking
Community center :
1/200 s.f. of floor area exclusive of
storage space = 20 spaces
1 bedroom (40 units):
1.8 x 40 units = 72 spaces
2 bedrooms (140 units):
2 x 140 units = 280 spaces
C - Complies.
Proposed
Status
20 spaces
C
360 spaces (1 garage + 1
driveway/unit)
C
plus 64 guest spaces
= 424 total
PERFORMANCE STANDARDS
II.
A.
B.
Parking, Loading, and Circulation
1.
2.
3.
4.
5.
Per the RSIS, the maximum number of parking spaces for 1-bedroom
garden apartment is 1.8 spaces/unit and 2.
--- Document: PBA_032426-MEETING CANCELLED| Published:03/17/26 ---
TOWNSHIP OF GLOUCESTER
1261 Chews Landing-Clementon Rd., at Hider Lane
P.O. Box 8, Blackwood, NJ 08012
GLOUCESTER TOWNSHIP NOTICE
TAKE NOTICE, that the Gloucester Township Planning Board
meeting, usually scheduled to be held in the Council Room of the
Gloucester Township Municipal Complex on Tuesday, March 24, 2026,
has been cancelled.
Secretary of Planning Board, Mary Jo Dintino
--- Document: Planning Board 031926-Session Cancelled| Published:03/17/26 ---
TOWNSHIP OF GLOUCESTER
1261 Chews Landing-Clementon Rd., at Hider Lane
P.O. Box 8, Blackwood, NJ 08012
GLOUCESTER TOWNSHIP NOTICE
TAKE NOTICE, that the Gloucester Township
Planning Board WORK SESSION scheduled to be held in the
Council Room of the Gloucester Township Municipal Complex on
March 19, 2026, has been CANCELLED.
Secretary of Planning Board, Mary Jo Dintino
--- Document: Zoning Board Agenda 03/25/26| Published:03/17/26 ---
DOWNS AVENUE
50 FEET WIDE
BITUMINOUS PAVING
760 S.F.
50.00
45.76
081
40.00
115.70'
$28°03′02″E
149.92'
24.10
LOT 2
VINYL CLEAN/OUT
CK LINE (TYPICAL)
BUILDING SETBACK I
ERATO
PROPSED 32" BY 40° METAL BUILDING
EXISTING CONC. PAD
(1,280 SF.)
10 SHED
11.67
8.83
0.29
384-
ZONE HC HIGHRAY COMMERICAL
ZONE ROUNDARY UNE
DETAIL A NOT TO SALE
SEE DETAIL
KELLY DRIVER ROAD
60 FEET VIDE
CENTERLINE
POLE. LOT 1
BLOCK 20501
CONC. CURB
$28 03:02
280302
BITUNINOUS PAVING
970 S.F.
ZONE R2 RESIDENTIAL
37.13
8.30
8.1
10
20.40
13.80
30.40
176
1.5 STORY
FRAME DVLG.
CBLDG-FOOTPRINT 2,7205
OSF.
80
10.00'
10
13.00
22.50
CONCRETE
INGROUND
POOL
PROPOSED
OVERHANG
CONC. PAD
1,427 SF.
18.00
☑
48.10
20.50"
10.00
WELL
DECK
CCK 520 SF.
CONC. LID
VINYL FENCE---
0.50
140.00
16.50
404/R7630,00
FND.
CM
FOUND
A-96.12
IRON
PIPE
EXCEPTION
STAMPED CONC,
16.30'
LOT 1
4.20'
GE OF EARTH & STO
38.421
BUILDING SETBACK LINE (TYPICAL)
STON
TONE DRIVEWAY
EARTH &
LOT 1, BLOCK 20401
S 61'00'00" W
193.86'
TYPICAL VINYL FENGE.
164
BLOCK LIMIT
187.68
135
FOUND RON PIN-
0.50
7.55
OVERHANG
STORAGE SHED
336 S.F
N 29°00'00" w
139.98'
IRON PIN
TO BE SET
ON LINE
TYPICAL WOOD FENCE
LANDS N/F RICHARD J & MARGRATE FOWLER
DEED
BUILDING / LOT COVERAGE:
EXISTING LOT COVERAGE 9523 S.F. OR 37%
PROPOSED LOT COVERAGE 9523 S.F. OR 37%
NOTES:
1.2 BEING LOT 1 BLOCK 20501, PLATE 205
AS SHOWN ON THE TOWNSHIP TAX MAP.
2) THE EXISTENCE AND/OR LOCATION OF UN-
DERGROUND UTILITIES SHOWN ARE LIMITED
TO OBSERVABLE EVIDENCE ONLY.
3.) THIS PLAN WAS PREPARED WITHOUT
THE BENEFIT OF A TITLE REPORT.
4.) CONTAINING 25,642.7 S.F.
MAXIMUM LOT COVERAGE 30%
MAXIMUM LOT COVERAGE
OWNER/APPLICANT
ZOEKENTO DRIVER ROAD
TRACY BRAUM
REV
DATE
DESCRIPTION
SURVEY OF PREMISES
#76 KELLY DRIVER ROAD
INITIALS
ENGINEER/SURVEYOR
LOT: 1 BLOCK: 20501 PLATE: 205
SITUATE:
GLOUCESTER TOWNSHIP
COUNTY OF CAMDEN, NEW JERSEY
DATE: 12-18-2025 DRAWN BY: D.S. SHEET No. 1 OF 1
SCALE: 1"-20' CHECKED BY: P.S. PROJECT No. 26-
AUTHORIZATION CERT. #24GA28018700 EXP. 08/31/2026
PHILIP J. SCHAEFFER
PROFESSIONAL LAND SURVEYOR
N. J. LIC. 34498
JTS ENGINEERS AND LAND SURVEYORS, INC.
19 STRATFORD AVENUE, STRATFORD, N.J. 08084
1/215/2026
DATE
REF 23-300
EXCAMDEN SOMERDALE\137 LOT 32\dwg\137 LOT 32.01 GRADING PLANdeg
(856) 783-0055Protected Document Content
Start your free trial to view the raw municipal bid documents and web text.
Unlock Full AccessDetailed Risk Breakdown
local preference
Evidence Detected
"...ok Download the Fall 2025 Seasonal Report On The Air with Mayor Mayer – Official Gloucester Township Podcast Links Sustainable Gloucester Township GO Local Business Directory Back Contact Us I Want To: Contact The Mayor’s Office Phone: 856-374-3514 Email: mayor@glotwp.com Back Meet My Elected Officials Report A..."
performance bond
Evidence Detected
"...hiring of any materials or supplies. WE ARE WAIVING THE REQUIREMENT FOR A SURETY BOND NOT THE BID BOND WHICH IS LOCATED ON PAGE 7 CONSENT OF SURETY A performance bond will be required from the successful contractor on this project, and consequent, all bidders shall, with their bid, a certificate in substantially th..."
liquidated damages
Evidence Detected
"...(3) hours written notice that it will perform the work which the Contractor fails to perform and charge the cost to the Contractor by determining the liquidated damages and deducting this amount from the Contractor's subsequent payments. GENERAL INSTRUCTIONS TO CONTRACTORS The Contractor further agrees to indemnify a..."
Quick Actions
Visit Bid PortalRFP/RFQ for Substance Abuse AdvocateSpecification for the purchase of pumps and filters for the Gloucester Township poolGoods and services bid packet – lawn servicesSpecifications for the purchase of 2014 dodge 2500 pickup or equalSpecifications for the purchase of 2014 F550 3 Yard Dump Truck or equalSpecifications for the purchase of 2014 25 yard leaf vacuumSpecifications for the purchase of 2014 9-yard chassis and dump bodySpecifications for the purchase of 20 Yard Refuse TruckSpecifications for the purchase of lighting for Community ParkSpecifications for the purchase of Leeboy RA-400 Spray Patcher Truck or equivalentSpecifications for the purchase of AWD Police Pursuit Utility VehiclesSpecifications for 1550-D Super Paver or EquivalentNotice for ESP Third Party Verification BidRFP for Professional Grant Consulting Services Community Development Block Grant/Home ProgramsPublic Notice to bidders for Cherrywood Road Improv. ProgramRFP for Excess Workers Comp 2014RFQs for Professional ServicesSpecifications for Snow Removal Contractors 2013Notification to bidders – snow removal contractors 2013Specficiations for Traffic Control Maintenance (Excluding relamping)Specifications for the purchase of surveillance cameras for Veterans’ ParkSpecifications for the three year radio maintenance contract for the Township of GloucesterRequest for proposals for professional grant consulting services community development block grant/ home programsNotice to Bidders – Laurelwood Estates Punchlist RepairsNotice to Bidders for Brokerage of Services for Provision of Employee Benefits PackageRFQ Brokerage of Services for Provision of Employee Benefits Package for Medical/Prescription/Dental/Vision CoverageNotice to Bidders – Road Improvement Program 2013Notice to Bidders – Thorny Lane Erosion ProtectionRequests for Qualifications for Insurance Broker Services for General Liability/Property CasualtySpecifications for the purchase of 2013 Caterpillar 299D Multi-Terrain Loader or Equivalent for the Township of GloucesterNotice for Request for Proposals / Request for Qualifications Purchase of Block 12301, Proposed Lot 4.01 and Development of 75 Units of Managed Affordable Senior HousingRFP-RFP for Purchase of Block 12301, Proposed Lot 4/01 and Development of 75 Units of Managed Affordable Senior HousingSpecifications for Purchase of AWD Police Pursuit Utility VehiclesGood and Services Bid PacketNotice to bidders – Cherrywood Drainage Improvements Phase 2Specifications for 20 Yard PackerSpecifications for 1 Seven-Yard Dump Truck with Plow and SpreaderBid Specifications for Landscape Maintenance ProgramNotice to Bidders – Drainage Improvements at Wash-Out Portion of Bike PathNotice to Bidders – Purchase of One Armored Rescue VehicleNotice to Bidders – THIRD PARTY ADMINISTRATION OF SELF FUNDED WORKERS COMPENSATIONRFQ – Municipal ArchitectRFQ – Municipal Land Use AttorneyNotice to bidders – Cherrywood Road Improvement ProgramSpecifications for Roof Restoration and Bat Remediation at Gabreil Daveis TavernMarshall Addendum #1Marshall House Addendum #2Marshall House pre-bid meeting minutesGabreil Daveis Tavern Addendum #1Gabreil Daveis Tavern Addendum #2Gabreil Daveis Tavern pre-bid meeting minutesSpecifications for Stabilization of Robert Marshall HouseNotice to Bidders for Excess Worker’s CompensationRFP – Excess Workmen’s CompensationProfessional Services RFQ 2012Kiwanis Baseball Field Clubhouse RenovationRFP for Emergency Medical Services;Notice to BiddersNotice to Bidders regarding Installation of the Energy Savings Improvement Program for Township of Gloucester & Black Horse Pike Regional School District, Gloucester TownshipNotice to Bidders regarding the Lighting Upgrades & Controls for the Black Horse Pike Regional School District, Gloucester TownshipSnow Removal Notice to BiddersGLOUCESTER TOWNSHIP – JOINT SOLAR PROJECT – Addendum No. 1Public Notice – Gloucester Township Joint Solar Project – NOTICE OF ADDENDUM No. 1Notice to bidders 2012 Road Improvement ProgramFY2012 NJDOT Trust Fund Resurfacing of Garwood Road – Phase IPower Purchase Agreement (PPA) for Solar Photovoltaic Facilities with the Township of Gloucester, Gloucester Township Public School District, and Black Horse Pike Regional School District Gloucester Township, New JerseyBid notice for Installation of the Energy Saving Improvement Program for the Township of Gloucester and Black Horse Pike Regional School DistrictSpecifications for the purchase of seven (7) yard replacement dump body with spreader for truck #44Specifications for the purchase of thirty (30) yard new 2013 Caterpillar CT660S, or approved equal tri axle truck with plowRFQ – Municipal ArchitectRFP/RFQ Replacement of Phone System and Carrier ServicesContract for the provisions and performance of “Municipal Court Debt Collection”RFP – Purchase of Block 14102 Lot 17 and Development of of up to 100 Units of Managed Affordable Family HousingSpecification For The Purchase Of AWD Police Pursuit Utility VehiclesRFP – Professional ServicesRFP – Professional Services – Schedule “B”RFP/RFQ – Banking ServicesRFP/RFQ Independent Third Party Verification of an Energy Savings PlanPower Purchase Agreement (PPA) for Solar Photovoltaic Facilities with the Township of Gloucester, Gloucester Township Public School District, and Black Horse Pike Regional School DistrictResponses to RequestsFile 1File 2File 1File 2File 1File 2File 1File 2File 1File 2Owens Corning Solar Project RFPSpecifications for the Purchase of Renovation of Kiwanis Ballfield Club HouseSpecifications for Purchase of Temperature Control System (TCS) and Facility Management Control System (TMCS)Bond Ordinance O2608 Revised| Published:03/09/26Council Meeting Agenda 03/23/26| Published:03/20/26MRD Gloucester Final Major Site Plan Review 03/06/26| Published:03/06/26PBA_032426-MEETING CANCELLED| Published:03/17/26Planning Board 031926-Session Cancelled| Published:03/17/26Zoning Board Agenda 03/25/26| Published:03/17/26
Contacts
Nancy Power
Township Clerk, RMC
Explore More
Timeline
First Discovered
Apr 1, 2026
Last Info Update
Apr 2, 2026
Start your 7-day free trial
Get instant notifications and full bid analysis. Existing users will be logged in automatically.
Start Free Trial