Start your 7-day free trial — unlock full access instantly.
← Back to Search1 CLAUSES FOUND
Construction Management & Inspection Services For 2018 Srts – Downtown Connection Project Phase – Rfp Documents
BID #: N/A
ISSUED: 3/1/2026
DUE: 4/8/2026
VALUE: TBD
80
Rating
Risk Rank
Red Risk
AI-Powered Lead Insights
Executive Summary
The Borough of High Bridge is seeking proposals from qualified firms to provide construction management and inspection services for the 2018 SRTS – Downtown Connection Project Phase 1. This federally-funded project aims to improve safety for motorists, pedestrians, and bicyclists within the project limits, including new curb, sidewalk, and ADA curb ramp compliance improvements. Responding firms must be NJDOT prequalified in construction inspection. The construction project is expected to be substantially completed within 90 calendar days and final completion within 120 calendar days.
The selected consultant will be responsible for contract administration, inspection, resident engineering, and testing work to ensure the successful completion and acceptance of the project by NJDOT. Key personnel such as the Resident Engineer and Lead Inspector are required to have specific qualifications and experience with federally funded projects. Proposals, including both technical and cost proposals, are due by Wednesday, April 8, 2026, at 11:00 a.m.
This is a qualifications-based selection process in accordance with the Federal Brooks Act. Interested firms may schedule an appointment to review the construction plans, specifications, and construction cost estimate at the High Bridge Borough Hall by calling 908-638-6455. UNLOCK Questions regarding the RFP must be submitted in writing to the Borough Administrator.
Web Content
Automated discovery link found on High Bridge website.
Document Text
--- Document: Construction Management & Inspection Services For 2018 Srts – Downtown Connection Project Phase – Rfp Documents Document ---
1
Borough of High Bridge
Request for Proposal
For
CONSTRUCTION MANAGEMENT & INSPECTION SERVICES
FOR
DOWNTOWN CONNECTION PROJECT PHASE 1
HIGH BRIDGE BOROUGH, HUNTERDON COUNTY, NJ
SRTS – 2018 SAFE ROUTES TO SCHOOL
FEDERAL PROJECT NO. TA-D00S650
NJDOT JOB NO. 6306423
March 2026
Prepared by:
Borough of High Bridge
97 West Main St.
High Bridge, NJ 08829
2
1.0 PURPOSE
The intent of this Request for Proposal (also “RFP”) and resulting contract is to obtain professional services for construction
management/construction inspection for the federally-funded 2018 SRTS – Downtown Connection Project in High Bridge Borough
(“High Bridge”), Hunterdon County, New Jersey. The term of the contract shall be for the length of the construction project. The
construction project is to be substantially completed in ninety (90) calendar days with final completion in one hundred twenty
(120) calendar days. Please note there may be additional days built into the construction schedule to account for weather delays
when construction is not allowed.
Firms responding to this Request for Proposals should have extensive experience, background, and qualifications in the provision
of the services described herein. Responding firms shall be NJDOT prequalified in construction inspection in order to submit a
proposal. This Request for Proposals does not constitute a bid and is intended solely to obtain competitive proposals from which
High Bridge may choose a Consultant that best meets the Borough’s needs. High Bridge is not responsible for third-party supplied
RFP documents.
Interested firms may schedule an appointment between the hours of 9:00 am and 4:00 pm to review the construction plans,
specifications and construction cost estimate at the High Bridge Borough Hall, located at 97 West Main St., High Bridge Borough,
NJ 08829, by calling 908-638-6455.
2.0 CONSTRUCTION PROJECT INFORMATION
The project limits are on Hart St., Union Ave. and Central Ave. The construction project has been funded under the SRTS 2018
federal funding. The area of the project is primarily residential properties with the NJ Transit station at the intersection of Central
Ave. and Bridge St.
The scope of the project will include new curb, sidewalk and ADA curb ramp compliance improvements at three (3) intersections
and side street locations in the vicinity of the NJ Transit Station, which is about 1,200 ft. from the Borough’s Middle School. The
project includes proposed construction of new curb and sidewalk along the entire westerly side of Hart St., along the southerly
side of Union Ave. from Hart St. to Central Ave. and along the easterly side of Central Ave. from Union Ave. to Bridge St. The work
also includes construction of seven (7) new ADA ramps, and driveway apron reconstruction. Pavement stripes and traffic markings
will be provided for pedestrian movements. The specific extent and character of the construction management/construction
inspection services to be performed during the construction project shall be subject to the general control and approval of the
Borough Administrator.
3.0 COMPLIANCE WITH LAWS
The Consultant shall comply with all applicable federal, state and local statutes, rules and regulations. In addition to any other
federal requirements that apply, including Davis Bacon Act Prevailing Wage requirements or other specific requirements that
apply under the Code of Federal Regulations, performance by the Consultant providing Construction Management/Construction
Inspection to Borough of High Bridge under the Project shall be governed by and in compliance with the following requirements
as applicable to the type of organization of the responding firms.
The Resident Engineer (as defined hereinafter) will be responsible to ensure that, upon completion of the project, it conforms to
ADA standards. The overall goal of the project is to improve the safety for motorists, pedestrians and bicyclists within the project
limits.
"Proposals are being solicited through a fair and open process in accordance with N.J.S.A. 19:44A-20.3 et seq., and as such,
contractors/consultants are exempt from the limitations on making political contributions under that law. Further, for that reason,
as well as because of language in New Jersey's Annual Appropriations Act, refusal to disclose campaign contributions otherwise
required by N.J.S.A. 19:44A-20.3 et seq. and N.J.S.A 19:44A-20.25 et seq., will not adversely affect your consideration for award."
3
The Prime Consultant and each sub-consultant, as listed by a responding firm in the Proposal, must be Cost Basis Approved by NJ
Department of Transportation at the time the Proposals are submitted. Consultant services funded in wholly or partially with
FHWA funds are to be procured and administered by High Bridge Borough in accordance with 49 CFR Part 18. High Bridge
Borough’s solicitation of this contract, and execution of the contract, for engineering services related to construction projects will
comply with the requirements of 23 C.F.R. Sec. 172 et. seq. and the federal Brooks Act. All such contracts will also comply with
Federal Acquisition Regulation (FAR) cost principles for determining allowable costs on Consultant services contracts, including
Consultant costs directly associated with the specific contract, and Consultant’s overhead costs, formally referred to as their
indirect cost rate, that can only be approved by either a federal agency or NJDOT for use for purposes of estimating, negotiating,
and making payment on the contract.
This solicitation, the evaluation of proposals, negotiations and the award of a contract shall be in compliance with the
requirements of 23 C.F.R. Sec. 172.7, which is incorporated herein as if fully restated.
4.0 STAFFING PLANS
Respondents must demonstrate the qualifications of their firm and of their proposed project team. Within their proposals,
respondents shall provide a list of the firm’s and the project Manager’s experience on similar projects that were completed in the
last five (5) years or are currently 50 % completed (Federal Aid/NJDOT roadway design projects).
Respondents shall submit an organization chart of the proposed staff, their roles and reporting relationships, including the staff
of any sub consultants. Resumes shall also be provided for the project manager and key staff. Each resume shall be limited to two
(2) pages.
References shall be included in a firm’s proposal to demonstrate the project team’s experience most relevant to this project. At
least one (1) project reference contact (including name, title, and phone number) should be provided for each project. The resumes
of the project manager and key staff should highlight their involvement on these projects and additional details as necessary.
Master staffing and individual staffing schedules shall be included in the proposal showing the proposed staffing plan.
5.0 COST PROPOSAL
All Consultant agreements for Local Public Agency projects funded through the Federal Aid Program must be Cost-Plus Fixed Fee
type agreements. Cost-Plus Fixed Fee agreements reimburse the Consultant for costs associated with salaries, overhead, direct
expenses, and a negotiated fee. Please note the overhead rate used towards calculation shall be the latest approved by the NJDOT
and the NJDOT approved overhead rate shall be less than 1 year. The cost proposals shall be in a separate sealed envelope and
accompany the Technical Proposals. The Cost Proposal must include a price and level of effort for the Scope of Work the
Consultant has described in their technical proposal. Indirect charges, such as fringe benefit, overhead, profit, etc., must be
identified, yielding a total project cost. A list of key personnel arranged by title and level with hourly rates shall be included in the
cost proposal.
Each proposal shall give a breakdown of the anticipated, labor rate and shall use a multiplier to cover overhead expenses such as
fringe benefits, insurance, etc. The proposal shall provide the fixed fee for the expected profit and expenses not allocated to
overhead on the project and provide a total not to exceed ceiling amount for the project.
The cost proposal shall provide, at a minimum, the following information:
•
Items expected to be considered for reimbursable expense.
•
Material testing costs. The Consultant shall identify the types and number of material tests to be performed.
•
Multiplier for overhead.
•
Profit and expenses not allocated to fixed fee.
4
•
Mileage calculations are based on, i.e. from office to jobsite or just jobsite mileage.
•
Number hours and wage rate by job classification for the consultant or sub consultant(s).
•
Items expected to be considered for reimbursable expense by the SBE sub consultant(s).
NOTE: NO COST INFORMATION OR MAN HOURS SHOULD BE PROVIDED IN THE TECHNICAL PROPOSALS
U.S. DOT APPROVAL; RETENTION OF RECORDS
The selection of a firm and negotiated contract are subject to approval by the U.S. Department of Transportation in accordance
with its policies and procedures and the approval of the New Jersey Department of Transportation and the Federal Highway
Administration. The Consultant is advised that any work taken prior to concurrence of the award of the proposal services
agreement by High Bridge Borough shall not be billable. Debarred Contractors or Consultants, Prime or Sub are not eligible to
work on a public project. This requirement will be addressed upon execution of agreement. All responses to this Request for
Proposals shall be subject to public scrutiny in accordance with New Jersey statutes, rules, and regulations.
All records pertaining to the Consultant procurement and executed contract for services are required to be kept on file following
submittal of the final reimbursement voucher to NJDOT. As with any contract, High Bridge’s Administrator (Responsible Charge
for the project) will monitor the selected Consultant’s work throughout the life of the contract for quality and completeness.
Additionally, Consultant invoices will be reviewed to ensure the costs are consistent with the FAR cost principles, contract terms,
and progress of the Consultant’s work.
6.0 SUBMISSION OF PROPOSAL
Five (5) copies each of the Technical and Cost Proposal, inclusive of all information should be provided. The cost proposal should
be in a separate sealed envelope with the RFP Name and “COST PROPOSAL” written on the outside. Proposals must be provided
to High Bridge Borough Clerk’s Office, 97 West Main St., High Bridge, NJ 08829. Proposals are to be submitted by Wednesday,
April 8, 2026, at 11:00 a.m. Any proposals received after said opening whether by mail or otherwise will be returned unopened.
Proposals must be submitted in sealed envelope(s) with the title of the RFP Name clearly marked on the outside. Final selection
of firm(s) shall be made by a subcommittee of the Borough.
QUESTIONS REGARDING RFP
Any questions regarding this Request for Proposals must be made in writing to:
Borough Administrator (Project Responsible Charge)
97 West Main St.
High Bridge, NJ 08829
Phone Number: 908-638-6455
Email: administrator@highbridge.org
If necessary, any formal addenda/revisions to this Request for Proposals shall be advertised and provided to all firms who have
received this Request for Proposal. In the event the issuance of addenda/revisions to the RFP is necessary, the proposal submission
date may be adjusted to ensure sufficient time prior to that date.
5
SCHEDULE
Please note there may be additional days built into the construction schedule to account for weather delays when construction is
not allowed. The anticipated project construction schedule noted below is approximate and subject to change according to the
actual receipt of proposals and the Project Authorization date:
Advertise Dates
- 12/17/25, 12/19/25, 12/24/25, 12/26/25, 12/31/25 & 1/2/26
Proposal Date
- January 8, 2026
Contract Award
- January 22, 2026
Start Construction
- June 15, 2026
Substantial Completion
- September 15, 2026
Final Completion
- October 15, 2026
7.0 PROPOSAL REQUIREMENTS
Proposals shall be submitted in paper media in sealed envelopes or packages (i) addressed to the office specified above, and (ii)
showing the time and date specified for receipt, the project’s title, and the name and address of the respondent. Respondents
using commercial carriers should ensure that this proposal information is marked on the outermost wrapper. Each proposal
submission shall include a cover letter identifying the document as a “Proposal for Professional Engineering Services for SRTS
Downtown Connection Project in response to RFP,” which shall be signed by the owner or chief executive officer of the firm. The
letter shall identify the prime consultant (including complete contact information and the name of the project manager) and any
proposed subcontract arrangements. The letter shall also include a statement from the consultant certifying its eligibility and
commitment to the project.
7.1 PROPOSAL STRUCTURE
1. Firm Qualifications and Experience
a. Copy of Consultant’s NJDOT Prequalification Profile Sheet
b. Qualifications Statement
c. (3) Client References for Similar Work
2. Key Personnel Information
a. Organizational Chart
b. Resumes (2 page limit each)
c. Master and Individual Staffing Schedules
3. Project Understanding and Approach Methodology (maximum 12 pages)
a. Project Understanding
b. Approach
c. Work Plan and Design Schedule
4. Required Forms and Certifications
5. Location of Servicing Office and Supporting Offices
6
7.1.2 KEY PERSONNEL INFORMATION
The respondent shall provide the identity and the credentials of the principals and other key personnel working for the
contractor and their areas of responsibility. Respondents shall submit an organization chart of the proposed staff, their roles,
and reporting relationships, including the staff of any sub consultants. Resumes shall also be provided for the project manager
and key staff and each resume shall be limited to two (2) pages. The resumes of the project manager and key staff should
highlight their involvement on these projects and additional details as necessary. The following two schedules shall be included
in the proposal to detail the proposed staffing plan:
•
One Master Staffing Schedule and Individual Staffing Schedules for each sub-consultant
for the entire project team (including sub consultants), with job titles and man-hour
requirements by task and in total, shall be provided with the technical proposal, without
specifying labor rates or other cost factors; and
•
Another copy of the project staff schedule providing job titles, man-hour requirements and direct hourly wage rates for
each team member shall be provided within the separate, sealed cost proposal as your Cost Proposal Schedule (see “5.0
Cost Proposal” section above for additional information.)
Respondents shall certify that the staff proposed in their proposal will be used in the performance
of the contract and will be available for assignment to the contract as of the anticipated contract
start date through its anticipated completion.
8.0 QUALIFICATIONS
Resumes shall be provided for all employees named in the proposal and addressed as outlined below:
1. Provide name and address of your firm and the corporate officer authorized to execute agreements.
2. Briefly describe your firm's organizational structure, and licenses to do business in the State of New Jersey.
3. Provide and identify the names, experience, qualifications, and applicable licenses held by the individual primarily
responsible for the project and any other person(s), whether as employees or subcontractors, with specialized skills that
would be assigned to service High Bridge.
4. Provide a listing of local governmental clients with which you have similar contracts; include the name, address and
telephone number of the contact person for each.
5. 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.
6. Provide a statement of experience working on NJDOT and Federally Funded Projects.
The following definitions apply to this project:
Resident Engineer / Project Manager: The Project Manager (PM) directs the Lead Inspector, and ensures adequate site inspection.
The Project Manager’s duties include performing quality assurance oversight of work in progress, tracking of all
submittals/Requests for Information (RFI) between the Contractor and design firm, and documentation of all change orders. The
Project Manager ensures that all project documentation is in accordance with FHWA and NJDOT requirements. The Project
Manager coordinates meetings and reviews all source documentation. It is expected that the PM duties are part-time. The Project
Manager must be a Professional Engineer licensed in the State of New Jersey (P.E.) with documented experience in design of
similar type projects and documented experience in the construction management of federally funded projects.
7
Lead Inspector: The Lead Inspector is the day-to-day on-site representative with the Contractor. The Lead Inspector prepares
source documentation or reviews source documentation. The Lead Inspector is expected to be onsite full-time each day when
active construction is occurring. The Lead Inspector is responsible for checking that construction is performed in accordance with
the approved plans and specifications. The Lead Inspector shall have documented experience with federally funded project(s)
and shall have completed the Rutgers-CAIT-NJLTAP training for Highway Inspection Procedures for Federal-Aid Projects. The
Rutgers-CAIT-NJLTAP training is a necessary requirement set forth by NJDOT for this project. The Lead Inspector must have
completed the NJDOT approved training in “Inspection Documents for Federally Funded Projects” or equivalent.
9.0 SCOPE OF SERVICES
The Scope of Work (SOW) for this RFP is intended to provide the High Bridge Borough with Contract Administration,
Inspection, Resident Engineering and testing work (Resident Engineering or RE) to assure a successful completion of the 2018
SRTS – Downtown Connection Project in High Bridge Borough; acceptance of the improvements by NJDOT; and the project
close out with NJDOT.
Construction Support Services (CSS) for this project will be performed under the existing Final Design Contract or, a separate
contract.
Respondents to this RFP are reminded that all federal and state regulations and requirements, including 23 CFR, apply to this
construction project as well as the conditions of the CED, ERs, and environmental regulatory approval and permit documents.
Respondents to this RFP are advised that because this is a federally funded project with NJDOT oversight, in addition to High
Bridge Borough, NJDOT must also be included as additional insured for indemnification and liability insurance purposes.
The awarded Consultant to this RFP will be required to perform all necessary contract administration, inspection, resident
engineering, and testing work for the successful completion of the 2018 SRTS – Downtown Connection Project in High Bridge
Borough under this contract.
Respondents to this RFP for inspection, contract administration, resident engineering and testing services must acknowledge
that High Bridge Borough will retain the services of a separate Consultant engineering film, via CSS, to perfo1m shop and
working drawing reviews, evaluate and prepare responses to requests for information (RFI), and attend meetings as required
regarding the design presented on Contract Plans.
The SOW shall include, but not be limited to, the tasks listed below. It will be the Consultant's responsibility to familiarize
themselves with the overall construction project, review the available information, and to identify and justify any additional
tasks that will be required beyond those described in the SOW contained herein. Additional tasks beyond that described
in this SOW, but which the Consultant believes are necessary to complete this project, must be approved prior to the
acceptance of the Consultant's final proposal.
1.
Construction Inspection
Provide full time supervision and detailed inspections to ensure construction is completed in conformance with
the approved plans and specifications. The High Bridge Borough recommends that inspection staff attend and
receive certificates of successfully completing Federal Aid Inspection and other related training courses available
at Rutgers-CAIT (Center for Advanced Infrastructure and Transportation). While not necessary, the courses will be
very helpful in understanding the role of the inspector on Federally Funded Construction Projects.
The Consultant's Resident Engineer (RE) and/or Inspector(s) shall be required at the construction site at all times
when there is work being performed, deliveries received, or Contractor or his subcontractor(s) are on site. The RE
and the inspector(s) shall maintain a detailed diary of all work performed at the site in accordance with all FHWA
and NJDOT requirements, and in compliance with 23 CFR, as well as the High Bridge Borough Division of
Engineering Federal Aid Program Projects Policies and Procedures Handbook. The diary will document inspections,
8
delivery verifications, quality of materials, and work performance to ensure construction is in accordance with the
plans and specifications. At a minimum, the following shall be performed:
a. Perform the on-site inspection of items of work and inspect, and approve or recommend rejection,
construction materials accepted by Certification, or tested by other agencies as hereafter noted.
b. Prepare and maintain detailed field inspection records; including reports, forms, job diary, photographs,
detailed procedures, etc. The detailed field inspection records shall be in compliance with the SOURCE
DOCUMENTATION section of this RFP.
Further, construction inspection records and source documents must be retained and utilized as the basis for payment
of completed work and reimbursement of project funds from NJDOT. Construction contract source documents are the
material receipts and handwritten notes of exactly what was delivered, how many or how much and handwritten logs
of work performed in accordance with the plans and specifications. They are the single most important form of
documentation that substantiate quality and quantities and provide the required basis for payment to the Contractor.
Work associated with construction inspection task shall ensure documentation is provided as outlined in the SOURCE
DOCUMENTATION section within this RFP.
2.
Construction Administration
Perform all work necessary to achieve safe and satisfactory performance from the Contractor and the
successful completion of this construction project including, but not limited to:
a.
Review the Contractor's proposed schedule for all project tasks and activities. Receive and
review schedule updates as required by the Contract.
b.
Consult with High Bridge Borough and the Design Consultant on any Contractor requests or
interpretations of the meaning and intent of the drawings and specifications and assist in the
resolution of questions which may arise.
c.
Recommend courses of action to High Bridge Borough when the requirements of the contract
are not being fulfilled and the non-performing party will not take satisfactory corrective action.
d.
Notify High Bridge Borough within forty-eight (48) hours of written receipt of written claim from
the Contractor; and review and issue a written recommendation to High Bridge Borough within
five (5) days following receipt of the written claim or dispute from the Contractor.
e.
Coordinate the digging of test holes for utilities where utility interference is anticipated. During
the digging of test holes, the Consultant shall measure and record the elevations and locations
of the utilities uncovered.
f.
Review and monitor the relocation of utilities accomplished by owners thereof and advise High
Bridge Borough of any potential conflicts.
g.
Recommend to High Bridge Borough, in writing, the rejection of any work that in the Consultant's
opinion does not conform to the contract plans and specifications and include the reason for
each such rejection.
h.
Review written RFIs received from the Contractor and responses by the Design Engineer. The
Design Engineer will provide a written interpretation of the contract documents to High Bridge
Borough/RE within three (3) days of receipt of the written RFI. The RE shall maintain a log and
file of all RFIs and verify construction confo1mance.
i.
Maintain insurance and indemnify and save harmless the High Bridge Borough, its officers,
agents and employees from and against all claims, suits, actions, damages, losses, demands and
costs of every name and description resulting from or claimed to result from any negligent act,
error or omission of our firm and/or subcontractor(s) in the performance of services or resulting
9
from the non-performance of the covenants and specifications of this Proposal, including
supplements thereto, and such indemnity shall not be limited by reason of insurance coverage,
as further described herein.
j.
Maintain a complete set of timesheets, records and accounts to identify eligible salaries, fringe
benefits, leave, and non-salary direct expenses incu1Ted in suppo1i of the Project, as well as all
material records, Certifications, and as-built quantities.
k.
Maintain a complete set of all environmental documents (i.e. pe1mits, approvals, CED,
Environmental Review) on site and ensure that all permits are visibly displayed at all times.
3.
Meetings
Arrange, attend, and hold meetings as necessary and provide meeting summaries within three
(3) business days. Meetings may consist of, but not limited to, the following:
a. Pre-Construction meeting. The Consultant will arrange, lead, and prepare minutes of the project
Pre-Construction meeting. The Consultant will ensure that all items requiring follow up meetings
and/or resolutions are addressed in a timely manner to ensure construction schedule is
maintained.
b. Conduct bi-weekly progress meetings to monitor progress, provide periodic look ahead, address
specific issues, etc.
c. Conduct utility meetings as necessary to ensure construction schedule is maintained.
d. Attend other meetings such as FHWA and/or NJDOT audits, field inspections, etc. as they arise.
4.
Shop Drawings
The Construction Administration Consultant will review, check, and approve when satisfactory, shop
and working drawings and supporting design calculations, necessary for fabrication of the design
presented on the Contract Plans, including those features of construction for which alternate or
approved equals are allowed or specified, and for which details do not differ substantially from those
shown on the contract documents.
The RE shall maintain a log and a copy of all shop and/or working drawings and supp01iing design
calculations, necessary for variation of fabrication and construction, as shown.
5.
Testing
The Contract Administration Consultant shall provide services to coordinate, perform, and/or review
laboratory and test reports, in accordance with the 2019 NJDOT Standard Specification and project
Special Provisions for the duration of the project.
Said professional services shall primarily involve construction phase engineering and testing related
services in support of the Consultant administration of the inspection of this project. Services shall be
performed as specific tasks are required by the contract documents and requested by High Bridge
Borough on an as-needed basis.
It is anticipated that the required services will mainly be focused on in-plant and on-site inspections,
required material testing and possibly involve some office supp01i in conjunction with the project.
Examples of some of the more detailed description of the scope of services which may be required on
this project are as follows:
10
A. Portland Cement Concrete
•
Field Inspection of mixing and placing concrete
•
Fabrication and transporting of concrete cylinders
•
Performing typical field tests as required
•
Lab testing of hardened concrete cylinders
•
Windsor probe testing of in place hardened concrete
B. Field Construction Inspection
•
Construction inspection/testing services may include a full or part-time on-site inspector
to assist the Resident Engineer or High Bridge Borough inspector on the project. Duties
will include, but not be limited to, inspection, quality assurance, supervision of materials
testing and preparation of construction Reports, payments, and other project
documentation.
•
Office support might include consultation in support of the project to which the
inspectors are assigned.
The Consultant should include evidence of sufficient experience in said Professional Engineering
Services, sufficient staff size, and access to special certified/approved/calibrated testing equipment
and lab facilities needed to perform the required services.
The proposal should include resumes for the proposed staff to be utilized for testing services along
with examples of projects they have been associated with and their duties on those projects.
The Consultant is required to demonstrate a strong understanding of NJDOT and FHWA policy and
procedures on construction phase engineering and testing related services.
6.
Change Orders
Prepare necessary changes in plans, specifications, and any supplemental work during construction to
resolve problems.
a. Changes to the work will be made by written Field Order (FO) or Change Order (CO) in accordance
with Section 104.03 of the Specifications. Any Change Order will require the preparation of a
Design Communication Report (DCR).
b. Deviations from the contract requirements will not occur unless the RE issues a written FO, upon
consultation with and under direction of High Bridge Borough, or a CO is approved by High Bridge
Borough.
c. RE's written FO will state whether the directions provided by the FO are eligible for payment
and/or modification of Contract Time. High Bridge Borough will provide such payment or
modification of Contract Time in subsequent CO.
d. The RE will provide detailed CO with justification, breakdown of costs and quantities, and timely
approvals.
e. Contract line-item overruns will not occur without a FO or CO. The RE will review all new or
supplemental costs to ensure they are properly justified, itemized, and negotiated. The RE will
document all negotiated costs and analysis and retain as source document for the FO or CO and
the overall project.
The RE will always evaluate time as part of every CO and document justification of the time extension.
Extension in contract time will only be granted for excusable compensable delays as defined in Section
108.11 of the Specifications. Liquidated damages will be assessed for each day the Contractor fails to
complete work within the specified Contract Time.
11
Protests in COs will be resolved in accordance with 23 CFR 635.109 and Section 104.03 of
the Specifications. Upon receipt of Contractor's written claim or dispute, the Consultant will review
and issue a written recommendation to the High Bridge Borough within five (5) days following receipt
of a written claim or dispute.
Any Changes in Scope, Time or Contract Amount must first be formally authorized by the High Bridge
Borough Council. The Consultant will inform the Contractor of any changes in the plans and
specifications upon approval of the changes by the High Bridge Borough and NJDOT.
7.
Contract Payments
Determine the amount owed to the Contractor, by reviewing the measurement and/or calculations of
quantities involved and ce1iify the Contractor's requests for payment in such amounts on the basis of
work completed and in-place and that the quality of the work is in accordance with the Contract
Documents and sound construction practices.
Measure pay items or work as needed to verify the Contractor's estimates and prepare estimates of
payment to the Contractor in a format acceptable to High Bridge Borough, using Microsoft Excel
software. The Resident Engineer shall supply High Bridge Borough with an electronic copy of the Excel
file for each estimate, along with three (3) hard copies of the estimate.
Prepare monthly invoices for use by High Bridge Borough when it submits requests to NJDOT for
reimbursements. Prior to submitting the monthly invoice packages to High Bridge Borough, the
Consultant will be required to prepare, collect, and verify that all supporting documents are accurate
and sufficient to ensure timely reimbursement to High Bridge Borough.
8.
As-Built Review
Prepare and review as-built construction drawings and as-built quantities showing any changes to the
original contract quantities. A copy of the as-built drawings will be furnished to High Bridge Borough
in AutoCAD format. Final As-Built Drawings will also be furnished in AutoCAD and PDF formats.
9.
Progress Reports & Certifications
Advise High Bridge Borough as to the status of the completion of construction of the project by
monitoring the adequacy of the Contractor's personnel and equipment, and the availability of the
necessary materials and suppliers, so as to meet the project's deadline. Conduct bi-weekly job progress
meetings to monitor progress, provide periodic look ahead, address specific issues, etc.
On a monthly basis, prepare and submit to High Bridge Borough a written report on the progress and
quality of work in conformance with federal requirements, which shall include:
•
A narrative description of work performed during the calendar month and any
difficulties or delays encountered.
•
A comparison of actual accomplishments to the goals established for the period.
•
A comparison, by tasks, of costs incurred with amounts budgeted.
•
A comparison, by tasks, of work performed compared to the schedule, including a
percentage of the total work completed. This requirement can be met by including a bar
chart showing schedule timing and actual progress.
•
Copies of all required federal compliance documents for the reporting month.
12
10.
Project Close Out
Prepare a punch list of incomplete or unsatisfactory items and a schedule for
their completion and assist in determining when the project is substantially
complete. Participate in the final inspection of the completed work. Assist
High Bridge Borough in NJDOT final inspection. Coordinate, schedule, and
document any NJDOT requested corrective action work with the Contractor.
Measure final pay items of work, prepare any final change order, if needed,
and recommend approval of the final estimate of payment to the Contractor.
Prepare all final reimbursement and close out documents in accordance with
all FHWA and NJDOT requirements.
11.
Grade Checks
Check the Contractor's construction layout (both horizontal and ve1iical).
However, the horizontal and ve1iical layout shall be established by the
Contractor's Professional Land Surveyor, licensed in the State of New Jersey.
In addition to checking the Contractor's construction layout, the Consultant
shall also provide a field survey party, if necessary, under the supervision of a
Professional Land Surveyor licensed in the State of New Jersey, to perform
such services as may be necessary and requested by High Bridge Borough
including the verification of control lines and bench marks, and the
measurement of quantities of the work in place for monthly and final payment
Certifications, and other field survey work as may be necessary.
12.
As-Built Survey
Perform As-Built Survey of the project at substantial completion.
SOURCE DOCUMENTATION
The Consultant RE and PM shall be responsible for the Construction Contract Source
Documentation and will report to High Bridge Borough. Construction contract
source documents are the material receipts and handwritten notes of exactly what
was delivered, how many or how much and handwritten logs of work performed in
accordance with the plans and specifications. They are the single most important
form of documentation that substantiate quality and quantities and provide the
required basis for payment to the Contractor. Construction contract source
documents consist of:
•
Form DC-144, Daily Inspector's Reports
•
field notes/diary/photographs
•
measurements (length, width, depth, and slope)
•
calculations of area, volume, weights
•
sketches
•
a statement of compliance with contract plans and specifications
13
•
field changes
•
delivery tickets collected and initialed by the inspector at the point of unloading
In compliance with Title 23 CFR 635.123, the Consultant RE and inspector(s) shall ensure:
1.
Delivery tickets are received before placement of materials and
checked for conformance with approved material certifications.
Originals will be kept as official record copies in support of copies which
will be distributed in support of payment requests. Ticket totals will
be
compared
to
original
quantity
estimates
and
field
measurements in verification of recommended payment quantities.
2.
The RE and inspector shall be responsible for reviewing and approval of
the material questionnaires (SA-11 and or DC-2891) based on the NJDOT
Qualified Product List and or by certification and shall forward the same
to the Local Aid Project Manager for concurrence and record.
3.
Testing of materials are documented in the project files and referenced
in daily inspection reports. Core samples for acceptance testing of HMA
pavement will be taken in accordance with the requirements of Section
401.03 of the Specifications.
4.
Form DC-144s are used for Daily Inspector's Reports and the instructions
included on the DC-144s will be followed. DC-144s will be supplemented
with field notes/diary and photographs that tie the work being done to
the plans, specifications, and related contract documents.
5.
Daily Inspector's Reports must be legible and are signed and dated by the
inspectors.
6.
The RE reviews and initials the Daily Inspection Reports.
7.
The RE prepares a summary of pay quantities based on the Daily Inspection
Reports.
8.
The RE uses the summary of pay items to develop periodic pay estimates
for the PM. The summary of pay items will be used for comparison and
negotiations of Contractor payment requests. High Bridge Borough, in
cooperation with and based on Consultant's recommendation and
documentation, will ensure proper payments are being made in
accordance with the contract provisions. Once Contractor payment is
made, High Bridge Borough will prepare and submit a request for
reimbursement to NJDOT.
9.
The RE reviews and verifies the appropriate submittal Civil Rights forms
required for the project.
10.
The RE is responsible for reviewing traffic control devices and ensuring
Soil Erosion and Sediment Control Measures are properly maintained
and in working order.
11.
The RE and all inspectors keep Diaries in addition to the DC-l 44s. The
Diaries will log daily observations for correct procedure, be detailed as
much as possible and include information such as:
14
a. Number of workers
b. Number of apprentices/trainees
c. Work Zone and Traffic Control measures
d. Phase of work accomplished with quantities
e. Presence of any other inspectors
f.
Field sketches
g. Field orders
h. Field sampling/testing
i.
Field measurements
J.
Materials delivery
k. Wage Rate interviews
12.
Prevailing wage rate requirements of 23 U.S.C. and the Davis-Bacon Act
are met and documented. DC-126 Wage Rate Inspection form will be
used to Reports wage rate inspections.
13.
Environmental commitments and/or permit requirements are met and
documented in the daily inspection repo1is. A complete set of all
environmental documents (permits, approvals, CED, ER, etc.) must be
maintained on site and all permits must be visibly displayed at all times.
Copies of the environmental approvals and permits are provided in the
construction specifications and in the Appendix CD of this RFP.
14.
All pedestrian facilities are constructed or reconstructed in accordance
with the American with Disabilities Act (ADA) of 1990; Section 504 of the
Rehabilitation Act of 1973; 28 CFR 35.151(e). Forms must be inspected
and accepted prior to concrete placement.
15.
Payment to subcontractors and suppliers are monitored and enforced
to ensure prompt payments to subcontractors and suppliers. The RE will
ensure the Contractor completes the DL-72 Contractor Certification of
Payment to subcontractors and suppliers on a monthly basis and
confirm the materials were delivered and/or work performed.
16.
Review and obtaining the approval of subcontractors agreement which
include but not limited to certified copies of the executed subcontract
agreements, proof of subcontractors’ valid business registrations, with
the Department of Treasury, Division of Revenue, and proof of the
subcontractors’ valid Public Works Contractor Registration with the
Department of Labor from the Borough of High Bridge and forward them
to NJDOT for its concurrence.
17.
Project specific Buy America certification, as outlined in 23 CFR 635.410,
is received at the time of delivery and prior to the steel or iron product
being incorporated into the project. The Buy America Certification will
15
be current, signed, and dated and be specific to the materials. The RE
must be mindful that:
a. Federal regulations require that all steel or iron products
permanently incorporated into a federal-aid project must be
manufactured in the United States. This includes application of
coatings.
b. Buy America requirements apply to the entire federal-aid project.
Steel or iron products purchased with non-federal funds are not
exempt from this requirement.
c. Waivers are permissible in rare cases as specified in 23 CFR
635.410(c) (1). Minimal use of foreign steel or iron is permissible if
the costs of such materials does not exceed one-tenth of one
percent (0.1%) of the total cost or $2,500, whichever is greater as
specified in 23 CFR 635.410(b)(4).
18.
Work Zone Safety and Traffic Control measures are in compliance with 23
CFR 635.108 and the construction plans and specifications. The RE/inspector will
be responsible for ensuring that the Contractor is maintaining adequate Work
Zone Safety and Traffic Control measures at all times.
10.0 INSURANCE/HOLD HARMLESS
Prior to commencing work, the Consultant shall furnish High Bridge Borough with a Certificate of
Insurance as evidence that it has procured insurance coverage as is customary for the type and scope of
services to be rendered under this Agreement. High Bridge Borough, and its officers, employees, agents
and consultants, shall be listed as additional insured on such policies.
The following are the requirements customary for the type and scope of services to be rendered:
1. Commercial General Liability:
$1,000,000 per occurrence/$2,000,000 aggregate
2. Automobile Liability:
$1,000,000 per occurrence/$2,000,000 aggregate
Including all owned, non-owned or hired vehicles used in
connection with agreement
3. Workers Compensation:
Statutory
4. Employers’ Liability:
$500,000
5. Professional Liability/E&O:
$1,000,000
The Consultant shall defend, indemnify and hold harmless the Borough, its officers, employees, agents
and consultants from any and all claims, suits, actions, damages or costs, of any nature whatsoever,
whether for personal injury, property damage or other liability, arising out of or in any way connected
with the Consultant’s acts or omissions, or those of its officers, employees, agents and consultants, in
connection with the contract.
16
11.0 ADDITIONAL DOCUMENTS REQUIRED PRIOR TO EXECUTION OF AGREEMENT
1. Documents disclosing Affirmative Action evidence: Letter of Federal Approval or Letter of Approval of
EEO/AA Program provided by NJDOT Division of Civil Rights. If a firm does not have the approval letter,
they must submit their Affirmative Action Plan to the NJDOT's Division of Civil Rights for approval.
2. NOTICE of CERTIFICATION OF NON-INVOLVEMENT IN PROHIBITED ACTIVITIES IN IRAN
Pursuant to N.J.S.A. 52:32-58, all interested firms must certify that neither the firm, nor one of its parents,
subsidiaries, and/or affiliates (as defined in N.J.S.A. 52:32-56(e)(3)), is listed on the Department of the
Treasury's List of Persons or Entities Engaging in Prohibited Investment Activities in Iran and that neither
is involved in any of the investment activities set forth in N.J.S.A. 52:32-56(f). If the firm is unable to so
certify, the firm shall provide a detailed and precise description of such activities.
12.0 EVALUATION OF PROPOSALS
An evaluation team, as established by the Borough, will review all proposals to determine if they satisfy
the Proposal Requirements, determine if a proposal should be rejected and evaluate the proposals based
upon the Evaluation Criteria. Award of contract shall be made to the most responsible and responsive
proposal from a consultant firm whose proposal offers the greatest value to the project with regard to
the criteria detailed and meets the specifications set forth herein. Respondents will then be
recommended to the governing body for award of contract. Multiple contracts will not be awarded.
The selection process that will be utilized is a Qualifications Based Selection Process in accordance with
the Federal Brooks Act. Each technical proposal received by the stipulated cut-off date, and which meets
the prequalification requirements stipulated herein, will be evaluated by a consultant selection
committee based on the criteria listed below.
12.1 EVALUATION CRITERIA
The Consultant selection is to be performed in compliance with the Federal Brooks Act and Federal Policy
Guide 23 CFR 172A procurement procedures. The criteria considered in the evaluation of each proposal
follows. The arrangement of the criteria is not meant to imply order of importance in the selection
process. All criteria will be used to select the successful respondent.
The desired qualifications and the evaluation factors along with their relative importance, the basis of
which proposals will be scored, are as follows:
•
Qualifications and Experience of Firm(s) – 30%
•
Qualifications and Experience of Personnel – 30%
•
Project Approach Methodology – 30%
•
Quality of Proposal – 10%
17
12.2 QUALIFICATIONS AND EXPERIENCE
Expertise of the firm shall be demonstrated by past contract successes providing government agencies
with similar services. The respondent will be evaluated on knowledge, experience, prior collaboration,
and successful completion of projects/services like that requested in this RFP. In additional to relevant
experience, respondents shall provide personnel qualifications in the Proposal.
12.3 KNOWLEDGE AND TECHNICAL COMPETENCE
The proposals will be evaluated for demonstration of thorough understanding of all project requirements.
This includes the ability of the respondent to perform all the tasks and fulfill adequately the stated
requirements.
12.4 COST EVALUATION
Price shall be based on rates and schedules of fees submitted with the proposal. Any services not included
as part of any resulting contract scope of services must be approved and authorized by the Owner before
such work is initiated. The Owner shall pay for such approved services, at the rate or cost agreed upon
between the owner and contractor, provided the respondent has provided a schedule of fees for
additional services with this RFP.
12.5 SALARY COST ESCALATION
Per NJDOT ruling dated August 12, 2022, the contract may be restricted to Salary Cost Escalation.
Please see
https://www.state.nj.us/transportation/business/procurement/ProfServ/notices_info.shtm
for more information.
12.6 PAYMENT
Payment will be made on presentation of Owner’s voucher duly signed and executed. Individual invoices
must be presented for payment and payment will be initiated after a title policy is issued. In the event of
a search only, payment will be initiated after the entire search is received.
12.7 TERM OF CONTRACT
Contract Period: Until completion of the project.
12.8 NOTICE OF AWARD
The successful respondent will be notified of the award of contract upon a favorable decision by the
governing body.
12.9 CONTRACT AWARD
If awarded a contract, your company/firm 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 et. seq.
18
BOROUGH OF HIGH BRIDGE
ACKNOWLEDGMENT OF RECEIPT OF ADDENDA
This form must be submitted whether or not addenda were issued. If no addenda were issued, check the
“No Addenda were received box” and complete the signature section.
The undersigned Bidder hereby acknowledges receipt of the following Addenda:
Addendum Number/Description
Dated
Acknowledge Receipt
(initial)
No addenda were received
Name of Bidder:
By:
(Signature of Authorized Representative)
Name:
Title:
Date:
19
PROOF OF NEW JERSEY BUSINESS REGISTRATION CERTIFICATE
Pursuant to N.J.S.A. 52:32-44, The Borough of High Bridge (“Contracting Agency”) is prohibited from
entering into a contract with an entity unless the bidder/proposer/contractor, and each subcontractor
that is required by law to be named in a bid/proposal/contract has a valid Business Registration Certificate
on file with the Division of Revenue and Enterprise Services within the Department of the Treasury.
Prior to contract award or authorization, the contractor shall provide the Contracting Agency with its proof
of business registration and that of any named subcontractor(s).
Subcontractors named in a bid or other proposal shall provide proof of business registration to the bidder,
who in turn, shall provide it to the Contracting Agency prior to the time a contract, purchase order, or
other contracting document is awarded or authorized.
During the course of contract performance:
(1) the contractor shall not enter into a contract with a subcontractor unless the subcontractor
first provides the contractor with a valid proof of business registration.
(2) the contractor shall maintain and submit to the Contracting Agency a list of subcontractors
and their addresses that may be updated from time to time.
(3) the contractor and any subcontractor providing goods or performing services under the
contract, and each of their affiliates, shall collect and remit to the Director of the Division of
Taxation in the Department of the Treasury, 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 the State.
Any questions in this regard can be directed to the Division of Taxation at (609)292-6400. Form
NJ-REG can be filed online at www.state.nj.us/treasury/revenue/busregcert.shtml.
Before final payment is made under the contract, the contractor shall submit to the Contracting Agency a
complete and accurate list of all subcontractors used and their addresses.
Pursuant to N.J.S.A. 54:49-4.1, a business organization that fails to provide a copy of a business
registration as required, or that provides false business registration information, shall be liable for a
penalty of $25 for each day of violation, not to exceed $50,000, for each proof of business registration not
properly provided under a contract with a contracting agency.
Emergency Purchases or Contracts
For purchases of an emergent nature, the contractor shall provide its Business Registration Certificate
within two weeks from the date of purchase or execution of the contract or prior to payment for goods
or services, whichever is earlier.
20
SAMPLE OF THE NEW JERSEY BUSINESS REGISTRATION CERTIFICATE ACCEPTABLE BY THE BOROUGH
OF XXXXXXXXXX
21
EEO/AFFIRMATIVE ACTION COMPLIANCE NOTICE
N.J.S.A. 10:5-31 and N.J.A.C. 17:27
GOODS, PROFESSIONAL SERVICE AND GENERAL SERVICE CONTRACTS
All successful bidders are required to submit evidence of appropriate affirmative action compliance to the
Borough and Division of Public Contracts Equal Employment Opportunity Compliance. During a review,
Division representatives will review the Borough files to determine whether the affirmative action
evidence has been submitted by the vendor/contractor. Specifically, each vendor/contractor shall submit
to the Borough, prior to execution of the contract, one of the following documents:
Goods and General Service Vendors
1. Letter of Federal Approval indicating that the vendor is under an existing Federally approved or
sanctioned affirmative action program. A copy of the approval letter is to be provided by the vendor to
the Borough and the Division. This approval letter is valid for one year from the date of issuance.
Do you have a federally approved or sanctioned EEO/AA program? Yes
No
If yes, please submit a photostatic copy of such approval.
2. A Certificate of Employee Information Report (hereafter “Certificate”), issued in accordance with
N.J.A.C. 17:27-1.1 et seq. The vendor must provide a copy of the Certificate to the Borough as evidence
of its compliance with the regulations. The Certificate represents the review and approval of the vendor’s
Employee Information Report, Form AA-302 by the Division. The period of validity of the Certificate is
indicated on its face. Certificates must be renewed prior to their expiration date in order to remain valid.
Do you have a State Certificate of Employee Information Report Approval? Yes
No
If yes, please submit a photostatic copy of such approval.
3. The successful vendor shall complete an Initial Employee Report, Form AA-302 and submit it to the
Division with $150.00 Fee and forward a copy of the Form to the Borough. Upon submission and review
by the Division, this report shall constitute evidence of compliance with the regulations. Prior to execution
of the contract, the EEO/AA evidence must be submitted.
The successful vendor may obtain the Affirmative Action Employee Information Report (AA302) on the
Division website www.state.nj.us/treasury/contract_compliance.
The successful vendor(s) must submit the AA302 Report to the Division of Public Contracts Equal
Employment Opportunity Compliance, with a copy to Public Agency.
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: __________________
22
ATTACHMENT A
EXHIBIT A
MANDATORY EQUAL EMPLOYMENT OPPORTUNITY LANGUAGE N.J.S.A. 10:5-31 et seq. (P.L.1975,
c.127) and N.J.A.C. 17:27 et seq.
GOODS, GENERAL SERVICES, AND PROFESSIONAL SERVICES 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 will send to each labor union, with which it has a collective bargaining
agreement, a notice, to be provided by the agency contracting officer, advising the labor union of the
contractor's commitments under this chapter 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 meet targeted Borough employment
goals established in accordance with N.J.A.C. l7:27-5.2.
The contractor or subcontractor agrees to inform in writing its appropriate recruitment agencies
including, but not limited to, employment agencies, placement bureaus, colleges, universities, and 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
sex, and that it will discontinue the use of any recruitment agency which engages in direct or indirect
discriminatory practices.
23
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, 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 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; or
Employee Information Report Form AA-302 (electronically provided by the Division and distributed to the
public agency through the Division’s website at: http://www.state.nj.us/treasury/contract_compliance.
The contractor and its subcontractors shall furnish such reports or other documents to the Division of
Purchase & Property, CCAU, EEO Monitoring Program 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 Purchase & Property, CCAU, EEO Monitoring Program for
conducting a compliance investigation pursuant to N.J.A.C. 17:27-1.1 et seq.
24
ATTACHMENT B
NEW JERSEY ANTI-DISCRIMINATION PROVISIONS
N.J.S.A. 10:2-1 ET SEQ.
Pursuant to N.J.S.A. 10:2-1, if awarded a contract, the contractor agrees that:
a. In the hiring of persons for the performance of work under this contract or any subcontract hereunder,
or for the procurement, manufacture, assembling or furnishing of any such materials, equipment, supplies
or services to be acquired under this contract, no contractor, nor any person acting on behalf of such
contractor or subcontractor, shall, by reason of race, creed, color, national origin, ancestry, marital status,
gender identity or expression, affectional or sexual orientation or sex, discriminate against any person
who is qualified and available to perform the work to which the employment relates;
b. No contractor, subcontractor, nor any person on his behalf shall, in any manner, discriminate against
or intimidate any employee engaged in the performance of work under this contract or any subcontract
here under, or engaged in the procurement, manufacture, assembling or furnishing of any such materials,
equipment, supplies or services to be acquired under such contract, on account of race, creed, color,
national origin, ancestry, marital status, gender identity or expression, affectional or sexual orientation or
sex;
c. There may be deducted from the amount payable to the contractor by the contracting public agency,
under this contract, a penalty of $50.00 for each person for each calendar day during which such person
is discriminated against or intimidated in violation of the provisions of the contract; and
d. This contract may be canceled or terminated by the contracting public agency, and all money due or to
become due hereunder may be forfeited, for any violation of this section of the contract occurring after
notice to the contractor from the contracting public agency of any prior violation of this section of the
contract.
25
ATTACHMENT C
AMERICANS WITH DISABILITIES ACT OF 1990
Equal Opportunity for Individuals with Disability The contractor and the owner do hereby agree that the
provisions of Title 11 of the Americans with Disabilities Act of 1990 (the "Act") (42 U.S.C. S121 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 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 subcontractors 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 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.
26
STATEMENT OF OWNERSHIP
In accordance with N.J.S.A. 52:25-24.2, no corporation, partnership, limited partnership, limited liability
corporation, limited liability partnership, Subchapter S corporation or sole proprietorship, shall be
awarded a contract, unless prior to the receipt of the bid or accompanying the bid of the corporation,
partnership, limited partnership, there is submitted to the Borough a statement setting forth the names
and addresses of all stockholders who own 10% or more of the stock, of any class or of all individual
partners who own a 10% or greater interest in the corporation, partnership, limited partnership, limited
liability corporation, limited liability partnership, Subchapter S corporation or sole proprietorship. If one
or more such stockholder or partner is itself a corporation or partnership, the stockholders holding 10%
or more of that corporation’s stock, or the individual partners owning 10% or greater interest in that
partnership, as the case may be, shall also be listed. The disclosure shall be continued until names and
addresses of every noncorporate stockholder and individual partner, exceeding the 10% ownership
criteria established in this act has been listed. This form shall be signed and submitted with the
bid/proposal whether or not a stockholder or partner owns less than 10% of the business submitting the
bid. Failure to comply requires mandatory rejection of the bid/proposal.
27
STATEMENT OF OWNERSHIP DISCLOSURE
N.J.S.A. 52:25-24.2 (P.L. 1977, c.33, as amended by P.L. 2016, c.43)
This statement shall be completed, certified to, and included with all bid and proposal submissions.
Failure to submit the required information is cause for automatic rejection of the bid or proposal.
Name of Organization:_________________________________________________________________
Organization Address:_________________________________________________________________
Part I Check the box that represents the type of business organization:
☐Sole Proprietorship (skip Parts II and III, execute certification in Part IV)
☐Non-Profit Corporation (skip Parts II and III, execute certification in Part IV)
☐For-Profit Corporation (any type) ☐Limited Liability Company (LLC)
☐Partnership ☐Limited Partnership ☐Limited Liability Partnership (LLP)
☐Other (be specific): ______________________________________________
Part II
☐The list below contains the names and addresses of all stockholders in the corporation who own 10
percent or more of its stock, of any class, or of all individual partners in the partnership who own a 10
percent or greater interest therein, or of all members in the limited liability company who own a 10
percent or greater interest therein, as the case may be. (COMPLETE THE LIST BELOW IN THIS SECTION)
OR
☐ No one stockholder in the corporation owns 10 percent or more of its stock, of any class, or no individual
partner in the partnership owns a 10 percent or greater interest therein, or no member in the limited
liability company owns a 10 percent or greater interest therein, as the case may be. (SKIP TO PART IV)
(Please attach additional sheets if more space is needed):
Name of Individual or Business Entity
Home Address (for Individuals) or Business Address
Part III DISCLOSURE OF 10% OR GREATER OWNERSHIP IN THE STOCKHOLDERS, PARTNERS OR LLC
MEMBERS LISTED IN PART II
If a bidder has a direct or indirect parent entity which is publicly traded, and any person holds a 10
percent or greater beneficial interest in the publicly traded parent entity as of the last annual federal
Security and Exchange Commission (SEC) or foreign equivalent filing, ownership disclosure can be met
28
by providing links to the website(s) containing the last annual filing(s) with the federal Securities and
Exchange Commission (or foreign equivalent) that contain the name and address of each person holding
a 10% or greater beneficial interest in the publicly traded parent entity, along with the relevant page
numbers of the filing(s) that contain the information on each such person. Attach additional sheets if
more space is needed.
Website (URL) containing the last annual SEC (or foreign equivalent) filing
Page #’s
Please list the names and addresses of each stockholder, partner or member owning a 10 percent or
greater interest in any corresponding corporation, partnership and/or limited liability company (LLC)
listed in Part II other than for any publicly traded parent entities referenced above. The disclosure shall
be continued until names and addresses of every noncorporate stockholder, and individual partner, and
member exceeding the 10 percent ownership criteria established pursuant to N.J.S.A. 52:25-24.2 has
been listed. Attach additional sheets if more space is needed.
Stockholder/Partner/Member and
Corresponding Entity Listed in Part II
Home Address (for Individuals) or Business Address
Part IV Certification
I, being duly sworn upon my oath, hereby represent that the foregoing information and any attachments
thereto to the best of my knowledge are true and complete. I acknowledge: that I am authorized to
execute this certification on behalf of the bidder/proposer; that the Borough of High Bridge is relying on
the information contained herein and that I am under a continuing obligation from the date of this
certification through the completion of any contracts with the Borough of High Bridge to notify the
Borough of High Bridge in writing of any changes to the information contained herein; that I am aware
that it is a criminal offense to make a false statement or misrepresentation in this certification, and if I do
so, I am subject to criminal prosecution under the law and that it will constitute a material breach of my
agreement(s) with the, permitting the Borough of High Bridge to declare any contract(s) resulting from
this certification void and unenforceable.
Full Name (Print):
Title:
Signature:
Date:
COMPANY: ____________________________ SIGNATURE: __________________________
PRINT NAME:__________________________TITLE: ________________________________
DATE: ___________________________________________________
29
Prohibited Russia-Belarus Activities & Iran Investment Activities
Person or Entity
Part 1: Certification
COMPLETE PART 1 BY CHECKING ONE OF THE THREE BOXES BELOW
Pursuant to law, any person or entity that is a successful bidder or proposer, or otherwise proposes to enter
into or renew a contract, for goods or services must complete the certification below prior to contract award
to attest, under penalty of perjury, that neither the person or entity, nor any parent entity, subsidiary, or
affiliate, is identified on the Department of Treasury's Russia-Belarus list or Chapter 25 list as a person or
entity engaging in prohibited activities in Russia, Belarus or Iran. Before a contract for goods or services
can be amended or extended, a person or entity must certify that neither the person or entity, nor any parent
entity, subsidiary, or affiliate, is identified on the Department of Treasury's Russia-Belarus list. Both lists
are found on Treasury’s website at the following web addresses:
https://www.nj.gov/treasury/administration/pdf/RussiaBelarusEntityList.pdf
www.state.nj.us/treasury/purchase/pdf/Chapter25List.pdf.
As applicable to the type of contract, the above-referenced lists must be reviewed prior to completing the
below certification.
A person or entity unable to make the certification must provide a detailed, accurate, and precise description
of the activities of the person or entity, or of a parent entity, subsidiary, or affiliate, engaging in prohibited
activities in Russia or Belarus and/or investment activities in Iran. The person or entity must cease engaging
in any prohibited activities and provide an updated certification before the contract can be entered into.
If a vendor or contractor is found to be in violation of law, action may be taken as appropriate and as may
be provided by law, rule, or contract, including but not limited to imposing sanctions, seeking compliance,
recovering damages, declaring the party in default, and seeking debarment or suspension of the party.
CONTRACT AWARDS AND RENEWALS
I certify, pursuant to law, that neither the person or entity listed above, nor any parent
entity, subsidiary, or affiliate appears on the N.J. Department of Treasury’s lists of
entities engaged in prohibited activities in Russia or Belarus pursuant to P.L. 2022,
c. 3 or in investment activities in Iran pursuant to P.L. 2012, c. 25 ("Chapter 25
List"). I further certify that I am the person listed above, or I am an officer or
representative of the entity listed above and am authorized to make this certification
on its behalf. (Skip Part 2 and sign and complete the Certification below.)
30
Part 2: Additional Information
PLEASE PROVIDE FURTHER INFORMATION RELATED TO PROHIBITED ACTIVITIES IN
RUSSIA OR BELARUS AND/OR INVESTMENT ACTIVITIES IN IRAN.
You must provide a detailed, accurate, and precise description of the activities of the person or entity, or of
a parent entity, subsidiary, or affiliate, engaging in prohibited activities in Russia or Belarus and/or
investment activities in Iran in the space below and, if needed, on additional sheets provided by you.
CONTRACT AMENDMENTS AND EXTENSIONS
I certify, pursuant to law, that neither the person or entity listed above, nor any parent
entity, subsidiary, or affiliate is listed on the N.J. Department of the Treasury’s lists
of entities determined to be engaged in prohibited activities in Russia or Belarus
pursuant to P.L. 2022, c. 3. I further certify that I am the person listed above, or I
am an officer or representative of the entity listed above and am authorized to make
this certification on its behalf. (Skip Part 2 and sign and complete the Certification
below.)
IF UNABLE TO CERTIFY
I am unable to certify as above because the person or entity and/or a parent entity,
subsidiary, or affiliate is listed on the Department's Russia-Belarus list and/or
Chapter 25 Iran list. I will provide a detailed, accurate, and precise description of
the activities as directed in Part 2 below, and sign and complete the Certification
below. Failure to provide such will prevent the award of the contract to the person
or entity, and appropriate penalties, fines, and/or sanctions will be assessed as
provided by law.
31
Part 3: Certification of True and Complete Information
I, being duly sworn upon my oath, hereby represent and state that the foregoing information and any
attachments there, to the best of my knowledge, are true and complete. I attest that I am authorized to
execute this certification on behalf of the above-referenced person or entity.
I acknowledge that the Borough of High Bridge is relying on the information contained herein and
hereby acknowledge that I am under a continuing obligation from the date of this certification through
the completion of any contracts with the Borough of High Bridge to notify the Borough of High Bridge
in writing of any changes to the answers of information contained herein.
I acknowledge that I am aware that it is a criminal offense to make a false statement or
misrepresentation in this certification. If I do so, I recognize that I am subject to criminal prosecution
under the law and that it will also constitute a material breach of my agreement(s) with the Borough of
High Bridge Unit and that the Borough of High Bridge at its option may declare any contract(s) resulting
from this certification void and unenforceable.
Full Name (Print)
Title
Signature
Date
32
NON-COLLUSION AFFIDAVIT
STATE OF NEW JERSEY
)
) ss:
COUNTY OF
)
I,
, residing in
in the County
of
and the State of New Jersey, of full age, being duly sworn
according to law on my oath depose and say that:
I am________________________________________________________
of the firm of_______________________________________________________
The respondent making the proposal for the above named Contract, and that I executed the said proposal
with full authority so to do; that said bidder has not, directly or indirectly, entered into any agreement,
participate in any collusion, or otherwise taken any action in restraint of free, competitive bidding in
connection with the above named Contract; and that all statements contained in said proposal and in this
affidavit are true and correct, and made with full knowledge that the Borough of High Bridge relied 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 proposal.
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 Vendor)
Full Name (Print): _______________________________ Title: _________________________________
Signature: _____________________________________ Date: _______________________________
Subscribed and sworn to
before me this ______ day of
____________________, 20____.
_________________________________
Notary Public of New Jersey
My Commission Expires
______________________________ 20____.
33
PART 1604 -- GUIDELINES ON DISCRIMINATION BECAUSE OF SEX
1604.11 Sexual Harassment
(a) Harassment on the basis of sex is a violation of Sec. 703 of Title VII (of the Civil Rights Act of
1964). Unwelcome sexual advances, requests for sexual favors, and other verbal or physical conduct of a
sexual nature constitute sexual harassment when (1) submission to such conduct is made either explicitly
or implicitly a term or condition of an individual’s employment, (2) submission to or rejection of such
conduct by an individual is used as the basis for employment decisions affecting such individual, or (3)
such conduct has the purpose or effect of unreasonably interfering with an individual’s work performance
or creating an intimidating, hostile or offensive working environment.
(b) In determining whether alleged conduct constitutes sexual harassment, The Commission
(EEOC) will look at the record as a whole and at the totality of the circumstances, such as the nature of
the sexual advances and the context in which the alleged incidents occurred. The determination of the
legality of a particular action will be made from the facts, on a case by case basis.
(c) Applying general Title VII principles, an employer, employment agency, joint apprenticeship
committee or labor organization (hereinafter collectively referred to as “employer”) is responsible for its
acts and those of its agents and supervisory employees with respect to sexual harassment regardless of
whether the specific acts complained of were authorized or even forbidden by the employer and whether
the employer knew or should have known of their occurrence. The Commission will examine the
circumstances of the particular employment relationship and the job functions performed by the
individual in determining whether an individual in determining whether an individual acts in either a
supervisory or agency capacity.
(d) With respect to conduct between fellow employees, employer is responsible for acts of sexual
harassment in the workplace where the employer (or its agents or supervisory employees) knows or
should have known of the conduct, unless it can be show that it took immediate and appropriate
corrective action.
(e) An employer may also be responsible for the acts of non-employees, with respect to sexual
harassment of employees in the workplace, where the employer (or its agents or supervisory employees)
knows or should have known of the conduct and fails to take immediate and appropriate corrective action.
In reviewing these cases the Commission will consider the extent of the employer’s control and any other
legal responsibility, which the employer may have with respect to the conduct of such nonemployees.
34
Executive Order 98 - 1
WHEREAS it is in the interests of the Borough to purchase goods and services from responsible
contractors that provide quality and services at a competitive price; and
WHEREAS the Borough does not desire to do business with companies that compete by
exploiting their workforce rather than by running efficient, reliable and responsible operations; and
WHEREAS, the Borough purchases items of apparel and textiles, which is an industry in which
many scandals have been uncovered in which producers maintain sweatshop conditions, such as paying
poverty wages, violating workplace regulations, and suppressing worker rights; and
WHEREAS, such conditions in apparel and other industries threaten the jobs and working
conditions of all workers; and
WHEREAS, it is the policy of the Borough that it should not purchase, rent or lease goods or
services produced under such conditions; and
WHEREAS, sweatshop conditions flourish when the conditions of workers are hidden; and
WHEREAS, pressure from institutional purchasers such as governments is one of the most
effective ways to combat sweatshop production,
THEREFORE IT IS HEREBY ORDERED, that it is the policy of the Borough that it should not
purchase, lease, rent or take on consignment goods or services produced under sweatshop conditions,
and that the following guidelines, criteria and procedures are adopted:
Section 1:
The procedures and guidelines set forth herein shall apply to items of apparel and textiles,
such as clothing, headwear, footwear, linens and fabric, as well as to any other industry
designated by the Borough executive as vulnerable to sweatshop competition.
Section 2:
In order to ensure that the Borough contracts with vendors that have responsible
employment practices, the following criteria will be used in contracting for goods and
services:
A.
Preference will be given whenever possible to goods or services produced in the U.S.A.
B.
The Borough will whenever possible only contract with vendors with responsible
employment practices, as defined in Section 3.B below.
Section 3:
The Borough shall require of every bidder for contracts covered under Section 1:
A.
Disclosure of all sub-contractors and sites. The bidder or vendor shall identify the name
and address of each subcontractor to be used, as well as the address of all locations,
including sub-contractor locations, substantially involved in providing goods or services
covered by this act. Such information will be considered public information.
35
B.
Certification of Compliance. The bidder or vendor shall certify each location, including
sub-contractor locations, substantially involved in producing or distributing goods or
services covered by this act meets the following standards:
1. Compensation. Wage and benefit levels must be sufficient to meet basic needs and
provide some discretionary income for a family of 4 (a “living wage”).
2. Rights. The company respects workers’ rights to speak up about working conditions,
without fear or retaliation, and to form unions of their own choosing without
employer resistance. Due process and just cause procedures are used for discipline
or discharge, with recourse to arbitration. The company complies with all laws,
regulations and standards governing the workplace. The company does not use child
labor, forced labor, corporal punishment. The company does not discriminate in
hiring, promotion or compensation on the basis of race, national origin, religion,
gender, sexual preference, union affiliation, or political affiliation.
3. Safety and Health. The factory provides a safe and healthy work environment.
Section 4:
The Borough, at its discretion, may refuse to award a contract or terminate a contract or
ban a vendor from holding contracts with the Borough for filing false information or for
failing to file information required under this act. The Borough may, at its discretion,
require correction and remediation of violations of the standards listed in section 3.B
prior to renewing commerce with the contractor. The Borough may require further proof
of compliance with the standards listed in Section 3.B. Upon request the contractor or
subcontractor will make all relevant records available to the Borough or its designee.
I have read Executive Order 98-1 and agree to comply with its requirements.
DATE:_____________________________
SIGNED____________________________
POSITION__________________________
COMPANY__________________________
36
INSURANCE AND INDEMNIFICATION REQUIREMENTS
If it becomes necessary for the consultant, either as principal or by agent or employee, to enter upon the
premises or property of the Borough, the consultant hereby covenants and agrees to take use, provide
and make all proper, necessary and sufficient precautions, safeguards, and protection against the
occurrence of happenings of any accidents, injuries, damages, or hurt to person or property during the
course of the work herein covered and be his/her sole responsibility.
The consultant further covenants and agrees to indemnify and save harmless the Borough from the
payment of all sums of money or any other consideration(s) by reason of any, or all, such accidents,
injuries, damages, or hurt that may happen or occur upon or about such work and all fines, penalties and
loss incurred for or by reason of the violation of any Borough regulation, ordinance or the laws of the
State, or the United States while said work is in progress.
The consultant shall maintain sufficient insurance to protect against all claims under Workers
Compensation as statutorily required, General Liability and Professional Liability in the amount of
$1,000,000.00 single occurrence and $2,000,000.00 general aggregate and Automobile Insurance in the
amount of $1,000,000.00 combined single limit. Vendors are responsible to provide updated certificates
as policies renew. Depending upon the scope of work and goods or services provided, specific types of
insurance may not be required. The Borough will make this determination.
In all cases where a Certificate of Insurance is required, the Borough of High Bridge is to be named as
an additional insured and named as the certificate holder as follows: “Borough of High Bridge, 97 West
Main St., High Bridge, NJ 08829”. The Certificate shall contain a 30-day notice of cancellation.
WAIVER OF SUBROGATION CLAUSE
Consultant, as a material part of the consideration to be rendered to the Borough, hereby waives all claims
against the Borough for damages to the goods, wares and merchandise in, upon or about said premises,
and consultant will hold the Borough exempt and harmless from any damage and injury to any such
person or to the goods, wares or merchandise of any such person, arising from the use of the premises by
the consultant or from failure of the consultant to keep the premises in good condition and repair as
herein provided.
______________________________________________________________________
Dated and Signed
You may fulfill the requirement for a 30-day notice of cancellation for a Borough of High Bridge contract
in any one of the following ways:
1. Indicate a 30-day notice of cancellation in the Description of Operations box at the bottom of
the certificate
2. Indicate a 30-day notice of cancellation on a separate page
3. Provide a copy of the cancellation clause from the policy (you do not need to provide a copy of
the entire policy, only the page(s) referencing the cancellation clause)
If you need further clarification on this or other insurance certificate issues, please contact the Borough
at 908-638-6455.
37
PROPOSAL AND SIGNATURE PAGE
The undersigned bidder declares that he/she has read the Notice to Bidders, Instructions to Bidders,
Affidavits and Specifications attached, that he/she has determined the conditions affecting the bid agrees,
if this proposal is accepted, to furnish and deliver the following:
RFP
A CONSULTING ENGINEERING FIRM TO PROVIDE PROFESSIONAL CONSTRUCTION INSPECTION
SERVICES FOR THE PROJECT TITLED 2018 SRTS DOWNTOWN CONNECTION PROJECT
____________________________________________________________________________
(SIGNATURE BY AUTHORIZED REPRESENTATIVE)
The undersigned is a Corporation, Partnership or Individual under the laws of the State of
___________________ having its principal office at___________________________________
COMPANY ___________________________________________________________________
ADDRESS ___________________________________________________________________
ADDRESS ___________________________________________________________________
NAME ___________________________________________________________________
TELEPHONE ___________________________________________________________________
FAX ___________________________________________________________________
CELL ___________________________________________________________________
E-MAIL ___________________________________________________________________
DATE ___________________________________________________________________
38
CONTRACT AWARD
Upon opening bids, pricing shall remain firm for a period of sixty (60) calendar days. In the event that
the award is not made within sixty (60) calendar days, bidders may hold their bid consideration beyond
sixty days or until the contract is awarded.
☐ Check here if willing to hold the pricing consideration beyond sixty days or until the contract is
awarded.
☐ Check here if not willing to hold the pricing consideration beyond sixty days or until the contract is
awarded.
_________________________________________________________________________
AUTHORIZED SIGNATURE
CONTINUITY OF OPERATON DURING EMERGENCIES
In the event of an emergency, Vendor will provide priority service for High Bridge Borough.
CONTINUITY OF OPERATION DURING EMERGENCY
YES ☐
NO ☐
Contractors shall have contingency plans to ensure that Services continue during emergency periods
such as, but not limited to, major equipment breakdown, national or local strikes, severe weather
conditions, power outages and traffic disruptions. Indicate your continuity of operation plan for ensuring
services during emergencies.
_____________________________________________________________________________________
_____________________________________________________________________________________
_____________________________________________________________________________________
_____________________________________________________________________________________
_____________________________________________________________________________________
_____________________________________________________________________________________
_____________________________________________________________________________________
_____________________________________________________________________________________
39
IF AWARDED A CONTRACT, PLEASE PROVIDE CONTACT, ADDRESSES FOR PURCHASE ORDERS AND
CHECK REMIT TO INFORMATION, COPY OF YOUR W9 AND UPON AWARD, FORWARD TO THE BOROUGH
OF HIGH BRIDGE, ACCOUNTS PAYABLE, 97 WEST MAIN ST., HIGH BRIDGE, NJ 08829, 908-638-6455.
CONTRACT CONTACT
__________________________________________________________________________
COMPANY
__________________________________________________________________________
PURCHASE ORDER MAILED TO:
__________________________________________________________________________
__________________________________________________________________________
__________________________________________________________________________
CHECK REMIT TO:
__________________________________________________________________________
__________________________________________________________________________
__________________________________________________________________________
TELEPHONE
__________________________________________________________________________
FAX
__________________________________________________________________________
E-MAIL
__________________________________________________________________________
40
14.0 CRITERIA FOR EVALUATION OF PROPOSALS
The RFP Committee will independently evaluate each submission and selection will be made upon the
basis of the criteria listed below. Price will NOT be included in the criteria for evaluation. The use of Sub-
Consultants to relieve the Consultant of the duties and responsibilities define herein may affect a firm’s
evaluation, where it’s expected to have one firm in responsible charge of the construction management
and inspection.
Sect.
Criteria
POINTS
PERCENT
9.1
Project Manager/Resident Engineer
Project Specific Qualifications and Training
Experience in CM Role
Past Performance on Similar Project(s)
SUBTOTAL
5
5
5
15
9.2
Lead Inspector
Lead Inspector Project Specific Qualifications and Training
Experience in CI Role
All Staff Federal Project Experience (incl. DBE)
SUBTOTAL
7
10
8
25
9.3
Overall Organization
Organization Chart
2
9.4
Overall Experience
FHWA, NJDOT, Municipalities, Other NJ Counties
Referrals
Experience with Similar Projects
SUBTOTAL
5
5
10
20
9.5
Team Availability and Commitment
Availability of Personnel
SUBTOTAL
4
4
9.6
Project Approach
Project Understanding
Completeness and Clarity of Submission
Key Issues and Critical Problems
Project Delivery
Project Control Method(s)
Construction Quality Assurance Program
SUBTOTAL
8
8
6
5
4
5
36
9.7
Firm’s Capability / Performance
100
Protected Document Content
Start your free trial to view the raw municipal bid documents and web text.
Unlock Full AccessDetailed Risk Breakdown
local preference
No Flags Found
performance bond
No Flags Found
liquidated damages
Evidence Detected
"...ime extension. Extension in contract time will only be granted for excusable compensable delays as defined in Section 108.11 of the Specifications. Liquidated damages will be assessed for each day the Contractor fails to complete work within the specified Contract Time. 11 Protests in COs will be resolve..."
Quick Actions
Contacts
Borough Administrator (Project Responsible Charge)
Borough Administrator
hidden@email.com
Unlock(***) ***-****
UnlockExplore More
Timeline
First Discovered
Apr 1, 2026
Last Info Update
Apr 8, 2026
Start your 7-day free trial
Get instant notifications and full bid analysis. Existing users will be logged in automatically.
Start Free Trial