Start your 7-day free trial — unlock full access instantly.
← Back to Search12 CLAUSES FOUND2 CLAUSES FOUND
Lead Closed
This opportunity is no longer accepting submissions.
2024 Morristown Bid, RFQ & RFP Documents
BID #: N/A
ISSUED: 11/9/2023
DUE: 12/7/2023
VALUE: TBD
55
Rating
Risk Rank
Red Risk
AI-Powered Lead Insights
Executive Summary
The Town of Morristown is seeking Qualification Statements and Proposals for various professional services contracts for the year 2024. These services span a range of areas, including appraisal services for tax assessments, municipal auditing, consulting engineering, and legal services (bond counsel, conflict public defender, labor counsel, general counsel, tax appeal attorney, and redevelopment attorney), as well as municipal prosecutor, on-call and conflict town planners, psychological services for police and fire bureaus, grant consulting, IT consulting and management, and insurance brokerage/risk management. Interested firms must submit a Qualification Statement/Proposal detailing their professional, financial, and administrative capabilities, while adhering to specific submission procedures and compliance with New Jersey law.
Web Content
Home Government > Bid, RFP, RFQ, Auction & Legal Notices > 2024 Morristown Bid, RFQ & RFP Documents 2024 Morristown Bid, RFQ & RFP Documents RFP: Morristown Downtown Public Arts Program - Market and Bank Street (Click here to apply) Request for Proposal for Implementation Of Lead Based Paint Hazard Inspection Program.pdf ADDENDUM # 1 - Questions and Answers - RFQ and RFP North Park Place posted July 8, 20024 RFQ: North Park Place Redevelopment.pdf Elevator Subcode Official Request for Bids Due June 14, 2023 at 11am Legal Notice - Aviation Council and Conflict Redevelopment Attorney.pdf 2024 Legal Services - Conflict Redevelopment Attorney.pdf 2024 Legal Services - Aviation Counsel.pdf 2024 RFP Grant Consulting Services.pdf 2024 RFP Information Technology Consulting & Management Services.pdf 2024 Financial Services-Municipal Auditor.pdf 2024 Legal Services-Bond Counsel.pdf 2024 Legal Services-Conflict Public Defender.pdf 2024 Engineering Services-Consulting Engineer.pdf 2024 Legal Services-General Legal Services.pdf 2024 Legal Services-Labor Counsel.pdf ADDENDUM #1 2024 Labor Counsel.pdf 2024 Municipal Prosecutor.pdf 2024 Psychological Services to the Bureau's of Police and Fire Protection.pdf 2024 Legal Services-Public Defender.pdf 2024 Legal Services-Redevelopment Attorney.pdf 2024 Legal Services-Tax Appeal Attorney.pdf 2024 Appraisal Services-Tax Assessments.pdf 2024 On-Call Planner Services.pdf 2024 Conflict On-Call Planner Services.pdf 2024 Insurance Broker & Risk Management.pdf 2024 Health Insurance Broker.pdf LEGAL NOTICE for 2024 Professional Services.pdf Advertised in the Morris County Daily Record on November 9, 2023 Government Mayor's Office Town Council Agendas & Minutes Bid, RFP, RFQ, Auction & Legal Notices Boards & Commissions Budget & Financial Information Elections Ordinances, Town Code, Land Use & Ordinances Pending Codification Revaluation Permits, Licenses & Forms
Document Text
--- Document: Request for Proposal for Implementation Of Lead Based Paint Hazard Inspection Program.pdf ---
1
TOWN OF MORRISTOWN
COUNTY OF MORRIS
STATE OF NEW JERSEY
REQUEST FOR PROPOSALS
Sealed proposals should be received by the Business Administrator of the Town of Morristown, in
the Town Offices located at 200 South Street, 2nd Floor, Morristown, New Jersey 07963-0914, by
no later than 4:00 p.m. on Wednesday, August 21, 2024 for the following:
IMPLEMENTATION OF LEAD BASED PAINT HAZARD INSPECTION PROGRAM
Successful applicants will be required to comply with the requirements of N.J.S.A. 10:5-31, et seq.
(N.J.A.C. 17-27) (Equal Employment Opportunity).
The right is reserved to reject any or all proposals if it is deemed to be in the best interest of the
Town of Morristown to do so.
All those interested in submitting proposals should review the request for proposals and submit all
documentation requested.
2
TOWN OF MORRISTOWN
REQUEST FOR PROPOSALS
IMPLEMENTATION OF LEAD BASED PAINT HAZARD INSPECTION PROGRAM
PURPOSE OF REQUEST
The Town of Morristown is requesting proposals from individuals and companies to implement a lead-based
paint hazard inspection program in the Town. The program will include all work necessary to comply with
P.L. 2021, Chapter 182; N.J.A.C. 5:28A; and Morristown municipal code, Chapter 13 Housing and Property
Maintenance, Lead-Based Paint Hazard Inspections. Program services include on-site surface-by-surface,
room-by-room lead inspections of the interior and exterior of the home using visual inspection on certain
single-family, two-family, and multiple rental dwellings every three years or upon tenant turnover where there
is no valid lead-safe or lead-free certification. Vendor will also be responsible for all notice, record keeping,
and reporting requirements, including for those landlords that directly hire a private lead evaluation
contractor. Proposals shall be delivered in a sealed envelope clearly marked “RFP – IMPLEMENTATION
OF LEAD BASED PAINT HAZARD INSPECTION PROGRAM” and bear the name and address of the proposer
on the outside of the envelope to Jillian Barrick, Business Administrator located at 200 South Street, 2nd Floor,
Room 239, Morristown, NJ 07960 no later than 10:00 AM on Wednesday, August 21, 2024 at which time all
proposals will be opened. One original and one copy of the proposal will be required. In addition, one
electronic copy of the proposal shall be submitted on a USB drive.
Interested respondents must continue to monitor the town website www.townofmorristown.org until 4:00 p.m.
on August 21, 2024 as the Town reserves the right to issue Addenda to the RFQ & RFP documents in this space.
All Service Contractors are required to comply with the requirements of N.J.S.A. 10:5-3 et seq. Affirmative
Action, P.L. 1975 c. 127 N.J.A.C. 17:27 et seq. (Contract Compliance and Equal Employment Opportunities
in Public Contracts), and N.J.S.A. 52:25-24.2 (Disclosure of Ownership).
TIME SCHEDULE
The Town will follow the following timetable, which should result in a selection of a firm by September 10, 2024.
Date of Issuance
July 31, 2024
Submittal Deadline
August 21, 2024
Town Review and Recommendation
August 28, 22024
Town Council Consideration and Potential Approval
September 10, 2024
SCOPE OF SERVICES AND RFP SPECIFICATIONS
A.
Purposes of the Program
Perform all work necessary to comply with P.L. 2021, Chapter 182; N.J.A.C. 5:28A; and Morristown municipal
code, Chapter 209 Rental Properties, Article IV Lead-Based Paint Hazard Inspections. Program services include
on-site surface-by-surface, room-by-room lead inspections of the interior and exterior of the home using visual
inspection and dust wipe analysis on certain single-family, two-family, and multiple rental dwellings every three
3
years or upon tenant turnover where there is no valid lead-safe or lead-free certification. Vendor will also be
responsible for all notice, record keeping, and reporting requirements, including for those landlords that directly
hire a private lead evaluation contractor.
B.
Eligible Applicants
Experienced, state certified lead-based paint inspector/risk assessor, with the ability to perform all work necessary
to comply with the state laws, state regulations, and municipal codes as identified in these specifications.
C. Current Rental Inventory
The Town of Morristown currently has 3000+ registered properties containing rental units, the majority of which
are two-family and multifamily homes.
D.
Required application details
Describe in detail your full process, beginning to end, to comply with this RFP and the applicable laws and
regulations, including but not limited to:
i.
Creating and maintaining a database of dwelling units identified as requiring inspection per municipal
code 209-46
ii.
Creating and maintaining a database of dwelling units identified as being exempt from inspection per
municipal code 209-47, A
iii.
Providing initial notification of required inspection to identified dwelling owners, landlords, their
agents and/or property management
iv.
Scheduling and performing inspections
v.
Record keeping and reporting for performed inspections
vi.
Record keeping and reporting for dwellings who directly hire a private lead evaluation contractor and
those already certified by the state
vii.
Process if inspection result in identified lead-based paint hazards
viii.
Process of identifying and notifying dwelling units required for inspection based on the three-year
inspection cycle
ix.
Providing to the State of New Jersey the required fees and reporting
x.
Providing to Morristown the necessary fees and reporting
xi.
Providing to Morristown all data required to be kept by municipal entities
xii.
Description of staff, including their qualifications, certifications and licenses
xiii.
Developing educational materials detailing the requirements of the applicable laws and regulations,
including the inspection frequency, the need to retest upon tenant turnover, and providing tenants the
lead safety certificate
4
E.
Fees
Furnish all fees for your services, including but not limited to the items below, and describe the process for
fee collection and remittance:
i.
Initial inspections and testing bedroom(s) up to six and any additional bedroom thereafter
ii.
Standard re-inspection
iii.
Record keeping and reporting
iv.
Mailings
v.
Any costs associated with work required for those exempt from inspection, inspected and/or already
certified by the state, or who hire a private lead evaluation contractor
In addition, a fee of $20 per dwelling unit inspected must be collected and remitted as required by the state under
the Lead Hazard Control Assistance Act.
F.
Procurement / Contract term
The Town has issued this RFP in compliance with the competitive contracting process, as described in N.J.S.A
40A:11-4 et seq. The Town to intends to award a two-year contract.
G.
Schedule
Provide a draft schedule for completion of the tasks identified in your response, measured in weeks from date of
contract award.
Evaluation
The Town’s objective in soliciting this RFP is to enable it to select a firm or organization that will provide high
quality and cost-effective services to the citizens of Morristown. The Town will consider proposals only from
firms or organizations that, in the Town’s judgment, have demonstrated the capability and willingness to provide
high quality services to the citizens of the Town in the manner described in this RFQ.
The Town may establish an evaluation committee to evaluate and score the proposals submitted by the vendors.
Proposals will be evaluated by the Town on-the-basis of the most advantageous, all relevant factors considered.
The evaluation will consider the following selection criteria:
Factor
Weight Given
1. Responsiveness:
The Town will consider the materials submitted by the
30%
proposer to determine whether the proposer is in
compliance with the RFP.
2. Price:
30%
3. Responsibility & Experience:
40%
The Town will consider the materials submitted and other
5
evidence it may obtain to determine the companies ability
and history of successfully completing contracts of this
type, meeting projected deadlines and experience in similar work.
Total Criteria Weight:
100%
Each proposal will be independently evaluated on factors 1 through 3.
Terms and Conditions
1. The Town reserves the right to reject any and all proposals and to waive minor irregularities proposal.
2. The Town reserves the right to request clarification of information submitted and to request additional
information from any proposer.
3. The Town reserves the right to award any contract to the next most qualified vendor if the vendor does not
execute a contact with thirty (30) days after the award of the proposal.
4. Any proposal may be withdrawn up until the submitted date and time.
5. The Town reserves the right to reject any proposal agreement or contract that does not conform to the
specifications contained in this RFP and which is not approved by the Municipal Attorney.
6. The Town shall not be responsible for any costs incurred by the vendor in preparing, submitting or
presenting its response to the RFP.
Termination of Contract
If, through any cause, the awarded proposer shall fail to fulfill in a timely and proper manner obligations under
the Contractor or if the awarded proposer violates any requirements of the Contract, the Town shall thereupon
have the right to terminate the Contract by giving written notice to the awarded proposer of such termination at
least thirty (30) days prior to the proposed effective date of termination. Such termination shall relieve the Town
of any obligation for the balances to the awarded proposer of any sum or sums set forth in the Contract.
The awarded proposer agrees to indemnify and hold the Town harmless from any liability to
subcontractors/suppliers concerning payment for work performed or goods supplied arising out of the lawful
termination of the Contract by the owner under this provision.
Ownership of Material
The Town shall retain all of its rights and interest in any and all documents and property both hard copy and
digital furnished by the Town to the selected Proposer for the purpose of assisting the selected Proposer in the
performance of the contract. All such items shall be returned immediately to the Town at the expiration or
termination of the contract or completion of any related services, pursuant thereto, whichever comes first. None
of the documents and/or property shall, without the written consent of the Town, be disclosed to others or used
6
by the selected Proposer or permitted by the selected Proposer to be used by their parties at any time except in
the performance of the resulting contract.
Ownership of all data, materials and documentation originated and prepared for the Town pursuant to the contract
shall belong exclusively to the Town. All data, report, computerized information, programs and materials related
to this project shall be delivered to and become the property of the Town upon completion of the project. The
selected Proposer shall not have the right to use, sell, or disclose the total of the interim of final work products,
or make available to third parties, without the prior written consent of the Town. All information supplied to the
Town may be required to be supplies on CD-ROM media compatible with the Town’s computer operating system.
Payment Terms
Payment by the Town will be made a monthly basis after services have been performed and an itemized billing
statement has been received. A signed voucher will be submitted in the form specified by the Town and approved
by the appropriate Town representative for signature by the vendor.
Interested applicants should submit qualifications no later than 4:00pm on August 21, 2024 to:
Ms. Jillian Barrick, Business Administrator
Town of Morristown
200 South St. PO Box 914
2nd Floor, Office of Mayor/Administration
Morristown, NJ 07963-091
7
APPENDIX A
AMERICANS WITH DISABILITIES ACT OF 1990
ACKNOWLEDGEMENT FORM
This form is an agreement of the successful Vendor’s obligation to comply with the requirements of 42 U.S.C. §121.01 et
seq., referred to as the Americans Disability Act of 1990.
The undersigned Vendor hereby acknowledges receipt of the Americans with Disabilities Act of 1990 found at Appendix
B of this packet.
The undersigned Vendor hereby certifies that he/she is aware of the commitment to comply with the requirements of 42
U.S.C. §121.01 et seq. and agrees to furnish any required forms as evidence of compliance.
The undersigned Vendor further certifies that he/she understands that his/her proposal shall be rejected as non-responsive
and any contract entered into shall be void and of no effect if said Vendor fails to comply with the requirements of 42 U.S.C.
§121.01 et seq.
COMPANY:___________________________ TITLE:______________________________
PRINT NAME: __________________________SIGNATURE:_______________________________
DATE: ______________________
--- Document: ADDENDUM # 1 - Questions and Answers - RFQ and RFP North Park Place posted July 8, 20024 ---
Request or Qualifications and Proposals:
North Park Place Redevelopment
ADDENDUM #1 : QUESTIONS/ANSWERS
•
LEED Silver Certification or equivalent, shall be incorporated as part of any development
within the Redevelopment Plan Area. What certifications would be acceptable equivalents?
Standard practice in Morristown is to require redevelopers to demonstrate with a
proposed LEED score card that the Project as proposed could achieve the minimum
requirements for LEED Silver Certification. Developers are encouraged to seek actual
certification from LEED, but same is not required by the Town.
•
Regarding the maximum floor area ratio of 4.0. Does the Total Building Floor Area of the 10
N Park Place Existing Building (Lot 3.02,Lot 3.05) get included in the FAR with new proposed
buildings?
Both existing and proposed structures shall be subject to the maximum FAR standard
contained in the redevelopment plan.
•
Will this building (10 North Park Place) be required to be improved to meet a LEED Silver
certificate?
LEED certification would only be required or new construction.
•
Will private loading with vehicular access be required to be maintained at the rear of
existing buildings of Lot 14 and Lot 12? Truck Access?
It should be assumed that any existing rear access to of-site parcels should be
maintained.
•
Regarding creation of a public pedestrian connection between North Park Place and the
public parking structure (Dalton Garage) at 24 Cattano Ave:
o
Is there a minimum width for pedestrian corridor(s)?
-
The Town has not established minimum dimensions or the pedestrian
corridor. It will be evaluated or quality and comort othe public. It is
encouraged that the space be generous with regard to width and height.
o
Per item 4.7 on the North Park Place Redevelopment, there are potential pedestrian
access routes exhibited that connect to Dalton Garage from the sidewalks along
North Park Place at two locations. Is a pedestrian corridor required connecting
Washington Street in the vicinity of the Lots 10-11?
-
The RDP does not require pedestrian connection between the Dalton
Garage and Washington Street. Only connection to North Park Place is
required. That said, a pedestrian connection to Washington Street
would be welcomed.
•
Are any reail, oce, or commercial enans currenly in occupancy? If so, are here any
relocaon requiremens associaed wih our response o he RFQ/P?
Applicanis responsible for deermining exisng occupancy and relocaon requiremens wih
exisng enans, if any. Morrisown will be subjeco any sae saues governing relocaon
assisance wihin redevelopmenareas.
•
In order o supporhe economic feasibiliy of he projec, is he Town amenable o a srucure
for Paymens in Lieu of Taxes?
This locaon is eligible for Long Term Tax Exempon based upon designaon as a
redevelopmenarea. Seleced developer will be permited o apply for ax exempon, which
will be evaluaed on a case-by-case basis. Tax exempons will only be graned subjeco he
recommendaon of he Adminisraon and approval by he Governing Body.
•
Is he Town open o a higher percenage of Affordable housing unis han he 15% menoned in
he RFP/Q?
The Town will consider any proposal hais consisenwih he RedevelopmenPlan. The Plan
does not refleca maximum affordable housing percenage.
•
Are here any exisng oorplans, building schemacs, propery condions assessmens, or oher
conexual documens available for review, deailing he hisoric building a10 N Park Place?
All informaon regarding exisng condions can be found in he preliminary invesgaons
conduced for Washingon Sreeand 10 Norh Park Place. Please see here:
Norh Park Place Preliminary Invesgaon
Washingon SreePreliminary Invesgaon
•
Considering he subsanal commercial uses and pedesrian hroughway providing access from
N Park Place, may he projecengage he Morrisown Parking Auhoriy wih respeco he
garage a24 Catano Avenue, in order o faciliae parking requiremens ahe projec?
The Morrisown Parking Auhoriy is an independeneny. The Town does nohave he
auhoriy o direche MPAs discussions wih ineresed pares.
--- Document: RFQ: North Park Place Redevelopment.pdf ---
1
Request for Qualifications and Proposals:
North Park Place Redevelopment
I. Purpose
The Town of Morristown is seeking proposals to implement the North Park Place Redevelopment Plan
(“the Plan”). This Request for Qualifications and Proposals (“RFQ/P”) provides background on the Plan
andoutlines the processandrequirementsfor respondingtothe RFQ/P. Afterreceiptof submissions,the
Townmay conduct interviewsorrequestadditional informationto evaluate the materials received. The
Town hopes to use the results of this RFQ/P as the first step to enter into a Redevelopment Agreement
(“RDA”) designating a redeveloper(s) to implement the Plan (the “Designated Redeveloper(s)”).
II. Background
The North Park Place RedevelopmentPlanArea(the “RedevelopmentArea”orthe “Area”) consists of 11
parcels located at the heart of downtownMorristown.Despite beingsituatedat the heart of downtown
Morristown adjacent to the Town’s historic Green, the Redevelopment Area has languished in recent
decades. Today, the buildings within the Area are marked by vacancy, substandard building conditions,
and dilapidation. This condition is in stark contrast to nearby portions of downtown Morristown, which
have experienced revitalization and reinvestment, especially in the last decade.
The properties comprising the Area comprise roughly 3.2 acres and are reflected in the map below:
The Area was designated as a condemnation area in need of redevelopment by the Morristown Town
Council (the “Town Council”) on December 12, 2023, via Resolution R-174-2023.
On February14, 2014, the TownCouncil adoptedthe Plan. The Planis attachedas AppendixA. The Plan
2
sets forth parameters for the holistic redevelopment of the Area in accordance with the vision of the
Town’s Master Plan and Re-Examination Reports as well as the goals and objectives for redevelopment
articulated in the Plan itself. The principles setforthin the Plan encourage a mixture of usesand respect
for the historic character of the community. The Plan requirements are intended to facilitate a single
redevelopmentprojectinthe Areathatmaybe comprisedonmultiple principal structureslocated onone
or more parcels.
Key parameters of the Plan include the following:
•
Active GroundFlooruses,witha mixture of upperstoryusesincludingresidentialand a varietyof
commercial uses.
•
Maximum height of 5 stories and 60’.
•
Maximumof 160 residential units with on-site affordable housing (15% for rental units and 20%
for for-sale units).
•
Maximum floor area ratio of 4.0.
•
Historic preservation objectives, including preservation of existing structure at 10 North Park
Place.
•
Minimum lot area of 130,000 SF to ensure that project proposals set forth a cohesive approach
to the entirety of the Area, particularly as it relates to access and circulation.
•
Creation of a public pedestrian connection between North Park Place and the public parking
structure at 24 Cattano Avenue.
•
Requirementforvehicular access to be provided via existing entry point along Cattano Avenue.
•
Requirement for a Traffic Impact Study to assess circulation around the Morristown Green.
•
Building design standards to set a framework for architectural decisions.
Importantly, the Plan requiresany redevelopertoenterinto a redevelopmentagreementwiththe Town
prior to making an application to the Planning Board. This process will ensure that the Town Council,
acting as the RedevelopmentEntityforimplementationof the Plan, has an opportunitytoreview project
details, including butnot limitedto conceptualsite plans, conceptualrenderings, buildingelevations, and
circulation plans to ensure consistencywiththe Plan and redevelopmentagreement before the Planning
Board may exercise jurisdiction over any development application for the Area.
IV. Submission Requirements
Responses to this RFQ/P shall include the following sections:
Section 1: Good Government – Due Diligence
The Town is committed to forming transparent and informed public private partnerships. Qualified
redevelopersare those that share this commitmentand are willing and able to undertake andcomplete
the redevelopment project pursuant to terms and conditions that are in accordance with the Local
Redevelopment and Housing Law, N.J.S.A. 40A:12A-1 et seq. (the “LRHL”), the Plan, all applicable
ordinancesor regulationsof the Town, andthat are mutually beneficialtothe Town andthe redeveloper.
Qualified redevelopers are also those that are willing and able to provide the necessary due diligence
documentation for the Town to fully evaluate the qualifications, capacity and experience of the
redevelopmentandmanagementteam, aswellasto undertake the necessarynegotiationsin connection
witha redevelopmentagreement toensurethatthe selectedredeveloperhasthe necessary qualifications
and financial wherewithal to undertake and complete the redevelopment project. As such, the
prospective redeveloper or respondent to this RFQ/P (“Respondent”) shall provide the following
3
documentation as part of its submittal in response to this RFQ/P.
Part 1: Corporate Entity Information
1. All formation documents of the Respondent, including the formation documents, the operating
agreement, shareholder agreement, or partnership agreement, as applicable, and a current
certificate of good standing.
2. The name, business address, and (as applicable) ownership percentage of each of the current
members, partners, directors, and officers of the Respondent.
3. The name and business address of any entity which is currently a manager or director of the
Respondent.
4. The name, business address, and ownership percentage of each individual or entity currently
having, directly or indirectly, an ownership interest, of ten percent (10%) or more in the
Respondent.
5. The name, business address, and ownership percentage of each individual or entity currently
having, directly or indirectly, an ownership interest of ten percent (10%) or more in any entity
required to be disclosed in the preceding paragraph 4.
6. The name, business address, and ownership percentage of each of the members, owners,
partners, officers, directorsand/ormanagersof anylegalentitythatcurrentlyholdsanownership
interest disclosed under the preceding paragraphs 4 and 5.
7. A certifiedfinancial statementforthe Respondentshowingthe assetsandthe liabilities, including
contingentliabilities, fullyitemizedin accordance with acceptedaccountingstandardsand based
on a proper audit. If the date of the certified financial statement precedes the date of this
submissionbymore than six months, also attach an interimbalance sheetnotmore than60 days
old. Include the name and address of auditor or public accountant who certified the financial
statement.
8. Provide answers to the following questions.
For these questions, Respondent means the
Respondent, any principal or parent entity thereof or owner of an interest of ten (10%) percent
or more therein.
•
Has the Respondent, withinthe last five years, beena party defendantin litigation involving
laws governing hours of labor, minimum wage standards, discrimination in wages or child
labor? If yes, furnish details.
•
Has the Respondent ever been charged with or convicted of any criminal offenses? If yes,
furnish details.
•
Has the Respondent now a party in any civil or criminal litigation? If yes, furnish details.
•
Has the Respondent been subject to any disciplinary action, past or pending, by any
administrative, governmental or regulatory body? If yes, furnish details.
•
Has the Respondent been or are they now subject to any order resulting from any criminal,
civil
or administrative proceedings brought against
them by
any
administrative,
governmental, or regulatory agency? If yes, furnish details.
•
Has the Respondent been denied any license by any administrative, governmental, or
regulatory agency on the grounds of moral turpitude? If yes, furnish details.
•
Has the Respondent beeninformedoraware of any current or on-goinginvestigationof the
Respondent or management of the Respondent for possible violation of Local, State or
Federallaws, or had any records subpoenaedbyanygrand juryor investigative body?If yes,
furnish details.
•
Has the Respondent ever been in receivership or adjudicated as bankrupt? If yes, furnish
details.
4
•
Has the Respondent ever been denied a business-related license or had it suspended or
revoked by an administrative, governmental or regulatory agency? If yes, furnish details.
•
Has the Respondent been debarred, suspended, or disqualified from contracting with any
federal, state, county or municipal agency? If yes, furnish details.
•
Does any member of the governing body, officer, or employee of the Town of Morristown
have any direct or indirect personal interest in the Respondent? If yes, furnish details.
•
Does any member of the governing body of the Town of Morristown or any other public
official of the Town of Morristown, who exercises any functions or responsibilities in the
review or approval of the carrying out of developmentorredevelopmentprojects,have any
direct or indirect personal interest in the Respondent? If yes, furnish details.
•
Has the Respondent ever been found in default of a redevelopment agreement or
redeveloper’s agreement? If yes, furnish details.
•
Has the Respondenteverbeendesignatedasa redeveloperbya municipality or otherpublic
entity? Has a public entityeverdesignatedthe Respondentas a redeveloperandthen later
rescinded the designated redeveloper status (“de-designated”)? If yes, to either, furnish
details.
9. In the event that the Respondent is not the proposed redeveloper entity and such proposed
redeveloper entity has not yet been formed, the Respondent shall provide all of the preceding
information and documentation as it relates to the Respondent and existing parent entity(ies)
and/or affiliate(s).
Part 2: Development Team Information
Developer
1. A portfolio of at least five (5) similarly complex completed projects withprojectdescriptionsand
photographs, completed within the past seven (7) years. Respondents should include the
following for each project example, if available:
•
Project summary, including project name, address, size, client, total development cost,
project team members, roles, financing structure, architect and date of completion; and
•
Brief physical description (may include photograph, site plan, etc.).
2. Demonstrated experience in
assembling properties necessary to
implement complex
development projects.
3. Complete contact information for three references within each of the following categories:
•
Public Agency (i.e., municipality, redevelopment agency, or similar public agency)
•
Financial Partner/ Investor/ Funding/ Lender
•
Construction Contractor
4. Resumes of key management and staff that will be involved in this project.
Legal Counsel
1. List the name and contact information.
2. A portfolio of similarly complex completed projects(a minimum of three projects), with project
descriptions, completed within the past seven (7) years.
3. Complete contact information for three references within each of the following categories:
•
Developers
•
Public Agency
4. Resumes of key attorneys that will be involved in this project.
5
Design Team (Architecture, Planning, Engineering, Landscape Architecture)
1. List the name and contact information of each firm.
2. Resumes of key management and staff from each firm that will be involved in this project.
3. A portfolioof similarly complex completed projects(aminimumof three projectsfromeachfirm),
with project descriptions and photographs, completed within the past seven (7) years.
4. Complete contact information for three references within each of the following categories:
•
Developers
•
Public Agency
Construction Contractor/ Construction Manager
1. A portfolio of similarly complex completed projects(aminimumof five), withprojectdescriptions
and photographs completed within the past seven (7) years.
2. Complete contact information for three references within each of the following categories:
•
Developers
•
Public Agency
3. Resumes of key management and staff that will be involved in this project.
Property Manager
1. A portfolio of similar projects (a minimum of five), with property descriptions, currently in
management portfolio.
2. Complete contact information for three references.
3. Resumes of key management and staff that will be involved in this project.
Section 2: Good Development – Feasibility, Viability, and Implementation Approach
The Townof Morristownhasassembledateamof redevelopmentexpertstoassistinthe implementation
of the Plan, including butnotlimited to the selectionof anappropriate redeveloper(s)andthe negotiation
of a redevelopmentagreement(s) toensurethatthe Areais redevelopedinaccordance withthe termsof
the Plan and the requirements of the LRHL, including but not limited to limitations on transfers of
redeveloper rights, project schedules, etc. The Respondent is expected to provide the necessary
documentationtofacilitate andparticipate inaninformedandrationalprocessfor selectingaredeveloper
that is capable of designing, implementing, andcompletinga redevelopmentproject ina timely manner,
thatis capable of enteringintoa redevelopmentagreement, andthatpossessesthe financialwherewithal
to acquire the necessary property and obtain all necessary entitlements, permits and approvals for the
redevelopment of the Area.
Section 2 shall include the following documentation:
1. An overall description of the financial plan necessary to undertake and complete this project,
including:
•
The proposed project budget, including any acquisition costs;
•
If debtfinancingwill be utilized, provide a statementestablishingthe Respondent’sabilityto
obtainthe necessaryfinancing,preferablythroughastatementof commitmentfromalender
or financial institution;
•
A summary of sources and uses of funds for the project;
•
Pro-forma financial calculations for the project (all hard and soft costs), with land valuation
(acquisition or lease) proposal, as applicable.
Pro formas should account for affordable
housing requirements;
•
Operatingbudget(showingrentsorsales), withproposalsforanypaymentsinlieuof taxesor
other services charges;
6
2. Description of approach to acquiring property within the Area, to the extent necessary;
3. Description of any public improvements which may be required to accommodate the project;
4. Project timetable accounting for any project phasing and including timeline for acquisition,
construction start, construction completion, occupancy;
5. Any funding agreements with financial partners, investors, or guarantors.
Section 3: Good Planning – Sustainable Design
The Town of Morristown is committed to becomingone of the greenest,healthiesttownsin New Jersey
through the development of efficient buildings and connected neighborhoods that promote active and
safe streets for families, children and seniors. The Respondent is expectedto demonstrate, throughthe
requireddesigndocumentslistedbelow,overallcompatibilitywiththe Plan.The Respondentshallsubmit
the following documentation:
1.
Provide summaryof proposedredevelopmentprogram, i.e., buildingheights, totalsquare footage
of components, number of residential units, square feet of commercial space, target residential
market, target commercial tenants, number of parking spaces, tenant amenities, other
development program features. If off-site parking is proposed, approach to securing off-site
parking shall be included.
2.
Provide concept site plans, elevations that indicate the proposed building materials to be
constructedon all sidesof all building elevations, cross sectionsbased on initial site investigation
and analysis, and other supplementary design documents indicating design details like building
mass and bulk standards, lot coverage and building placement designs, sidewalk and street
designs, public space designs, building frontage and entrances, parking area and ingress/egress
locations. Concept site plans must include adjacent parcels to illustrate the context of the
redevelopment project within the overall site, block and neighborhood.
3.
Provide imagesof architectural precedents and/orrenderings thatdepictthe Respondent’svision
for the project.Architecture shouldbe consistentwith Morristown’slocal architecture and urban
design, contextual to the site, and driven by design standards in the Plan.
4.
Provide summary of green building and urban design strategies, e.g., storm water management,
energy-efficient design
components, green building
components, green
infrastructure
components, other development strategies that promote compliance with current trends in
environmental and energy design, including but not limited to the requirements set forth in the
Plan.
5.
Provide a statementof compliance comparing the Respondent’sprojectasproposed to the Plan.
Identify any anticipated variances.
6.
Provide sufficient market analysis to demonstrate market feasibility of proposed project.
7.
Provide overview of the expectedfiscalimpact on the Town and the regionincluding tax ratables
and otherdirect and indirect financial benefitsduringconstruction and upon project completion.
Section 4: Good Planning – Civic Engagement
Morristown approaches all redevelopment with a commitment to civic engagement. We expect our
redevelopment partnerstoshare thiscommitmentandbe preparedtofacilitate orparticipate ina process
in which redevelopers and stakeholders meaningfully engage so that the values and aspirations of
Morristown’s communities are considered in the proposed project.This civic engagement strategy may
include community workshops or meetings beyond the required Redevelopment Entity meetings and
hearings. Please provide the following:
•
Proposal for a civic engagement process for this redevelopment project.
7
•
Description of how the proposed project aligns with the Town’s planning objectives, including
consideration of the Town’s 2014 Master Plan, subsequent 2018 and 2022 Master Plan
Reexaminations, and a description of public improvements and benefits stemming from the
project.
IV. RFQ/P Timeline
The timeline for submission is as follows:
•
RFQ/P issued: June 3, 2024
•
Deadline to submit questions: June 28, 2024
•
Submission deadline: July 30, 2024 at 3:30 PM
V. Evaluation Criteria
The Town will evaluate RFQ/P responses using the following criteria:
•
Development team qualifications, with particular consideration given to:
•
Relevance and demonstrated success of comparable completed projects;
•
Demonstrated financial capacity for completion of this project;
•
Experience of development team;
•
Track record for accomplishing projects within a defined timeline;
•
References
•
Feasibility, Viability, and Implementation, with particular consideration given to:
•
Financial feasibility of the proposed project;
•
Viability of proposed acquisition strategy;
•
Project timetable
•
Quality of proposed design, with particular consideration given to:
•
Compliance of proposed project with the adopted Plan
•
Public benefits of the proposed project
VI. Selection Process
Once proposals have been received, the Town will review each proposal for completeness and then
evaluate the proposals. It shall be the sole discretion of the Town to determine whether a proposal is
complete, meetsallrequirementsof thisRFQ/P,andis responsive tothe RFQ/P. Baseduponsuchreview
and evaluation, the Town reserves the right to select one or more Respondent(s) for an interview with
the Town. The Town may request additional or supplemental information from any Respondent from
time to time, designate orconditionally designate the successfulRespondentasthe "redeveloper"of the
Areaor take no action at all. Such designation, if any, will be conditioneduponthe successfulandtimely
negotiation of a redevelopment agreement between the Town and the successful Respondent.
VII. Legal Qualifiers
•
Any redeveloperdesignationarisingfromthis RFQ/P is subjecttothe approvalof the Morristown
Town Council.
•
The Town does not own the property included in the Area.
•
The Town reservesthe rightto identifya shortlist of respondentsandconductnegotiationswith
any or all of these Respondents.
8
•
Notwithstanding anything to the contrary, the Town reserves the right to proceed or not to
proceed with this RFQ/P, to amend or supplement this RFQ/P at any time or to terminate the
process at any time.
•
The Town has no obligation to qualify any Respondent and it expressly reservesthe right, at its
sole and absolute discretion, to modify, alter, or waive any provisions or informalities of this
RFQ/P.
•
The Town reserves the right to reject any and all proposals which, in the Town’s sole judgment,
is/are not in compliance with the terms of, or is/are not responsive to, the RFQ/P or any part
thereof, or which is/are not deemed in the best interest of the Town.
VIII. Town Not Responsible for Respondent’s Costs and/or Disclosures and Disposal
The Town shall not be responsible for any expenses of Respondent inthe preparationof its proposal, or
otherwise in connection with the participation in the RFQ/P process. Each proposal and all information
required to be submitted in accordance with this RFQ/P, shall be prepared at the sole cost and expense
of the Respondent. There shall be no claims whatsoeveragainstthe Town, its staff, orits consultantsfor
reimbursement of any costs or expenses incurred by the Respondent in the preparation of the proposal
or of other information required by the RFQ/P.
The Town shall also not be responsible forthe disclosure, if any, of any informationor material received
in connection with the RFQ/P, whether by negligence or otherwise. Once submitted, all information
submitted by the Respondent will be considered the property of the Town and public documents.
Proprietaryandconfidentialfinancial information, if identifiedassuch, will not be disclosed,aspermitted
by law.
Atthe conclusion of the RFQ/P process, the Townmaydispose of anyandall copiesof responsesreceived
in an appropriate manner. Prior to such disposal, the Town will use its best efforts to prevent the
unauthorizeddisclosure of proprietaryinformation, providedsameisproperlyidentified. Innoevent shall
the Town be liable for any loss, damage or injurywhich may result from any disclosure or use of marked
data or other information contained in the responses.
IX. Terms and Conditions
By responding to the RFQ/P, the Respondent acknowledges and consents to the following additional
terms and conditions:
•
The issuance of this RFQ/Pis not intendedto, and shall not be construedtocommit the Town to
execute any agreements or any portion thereof;
•
The issuance of this RFQ/P is not intended to, nor shall be construed to form any joint venture
between the Town or any Respondent;
•
Neitherthe Town nor any of its officials, staff, agents, or consultants will be liable for any claims
or damages resulting from the solicitation or collection of proposals, nor will there be any
reimbursement to any Respondent for the cost of preparing the proposal or for participating in
the RFQ/P process;
•
By submitting a proposalin response tothe RFQ/P, the Respondentacceptsandconsentsto the
process selected and implemented, and waives any and all claims as to this process; and
•
All proposals will become the property of the Town and will not be returned.
9
Contact Information and Submission Instructions
All questions should be submitted via e-mail to Jillian
Barrick,
Town Administrator, at j-
barrick@townofmorristown.org. Responsestoquestionswill be publishedon the Town’s website as an
addendumtothis RFQ/P. Questionsshouldbe submittedwiththe subjectline:“Questionfor NorthPark
Place RFQ/P.
All submissions should be addressed to Jillian Barrick, Town Administrator.
Three hard copies of
submissions should be delivered to Ms. Barrick at Morristown Town Hall, 200 South Street, Room 239,
Morristown, NJ 07963.
A digital copy should be submitted to Ms. Barrick via e-mail at
administrator@townofmorristown.org with the subject line “Submission for North Park Place RFQ/P.”
10
Appendix A: North Park Place Redevelopment Plan
Prepared by: Topology
NORTH PARK PLACE
REDEVELOPMENT PLAN
TOWN OF MORRISTOWN
60 Union St #1N Newark, NJ
Acknowledgements
Mayor
Timothy P. Dougherty
Town Council
Nathan Umbriac
David Silva
Robert Iannaccone
Tina Lindsey
Steve Pylypchuk
Chris Russo
Toshiba Foster
Planning Board
Timothy Dougherty
Mark Gandy
Chris Russo
Joseph Stanley, Chair
Martha Ballard
Joseph Kane
Marisa Sweeney
Andrea Lekberg
Town Administrator
Jillian C. Barrick
Town Clerk
Margot Kaye
Town Attorney
David Minchello
Redevelopment Counsel
Lisa John-Basta, Danielle Federico
Plan Date: February 13, 2024
Date Introduced: February 13, 2024
Date Adopted: February 27, 2024
Prepared by:
___________________________
___________________________
Philip A. Abramson, AICP/PP
Christopher P. Colley
NJ Planner License No. 609600
NJ Planner License No. 33LI00647100
Sitwat Syed
The original of this report was signed and sealed in
accordance with N.J.S.A. 45:14A-12.
NORTH PARK PLACE REDEVELOPMENT PLAN
pg. 2
TABLE OF CONTENTS
1. INTRODUCTION.............................................................................................3
2. SITE DESCRIPTION .........................................................................................5
3. VISION, GOALS, AND OBJECTIVES................................................................ 11
4. LAND USE.................................................................................................... 12
5. ADMINISTRATION ....................................................................................... 29
6. APPENDIX A: LOCAL REDEVELOPMENT + HOUSING LAW ............................. 36
7. APPENDIX B: RELATION TO OTHER PLANS ................................................... 39
8. APPENDIX C: DESIGNATING RESOLUTIONS .................................................. 47
NORTH PARK PLACE REDEVELOPMENT PLAN
pg. 3
1. INTRODUCTION
The North Park Place Redevelopment Plan (the “Plan” or “Redevelopment Plan”) applies to the
properties in the Town of Morristown along North Park Place and Washington Avenue identified
on the Town’s tax maps as Block 5901, Lots 8, 9, 10, 11, 3.01, 3.02, 3.03, 3.04, 3.05, 3.06, and 3.07
(the “Area,” “Redevelopment Area” or “Redevelopment Plan Area”).
The Area is shown in the figure below:
Figure 1: Redevelopment Plan Area.
Despite being situated at the heart of downtown Morristown adjacent to the Town’s historic
Green, the Redevelopment Area has languished in recent decades. Today, the buildings within
the Area are marked by vacancy, substandard building conditions, and dilapidation. This condition
is in stark contrast to nearby portions of downtown Morristown, which have experienced
revitalization and reinvestment, especially in the last decade.
In light of these observed conditions, the Town of Morristown elected to explore the utilization
of the redevelopment powers granted to municipalities under the Local Redevelopment and
Housing Law (the “LRHL”) (N.J.S.A 40A:12A-1, et. Seq). Following an assessment of the Area, the
Area was designated as a condemnation area in need of redevelopment by the Town Council on
December 12, 2023, via resolution R-174-2023. This resolution is included as Appendix C.
This Redevelopment Plan was prepared following the designation of the Area as an area in need
of redevelopment. The Plan sets forth parameters for the holistic redevelopment of the Area in
a matter in accordance with the vision of the Town’s Master Plan and associated documents. The
principles set forth in this plan encourage a mixture of uses and respect for the historic character
NORTH PARK PLACE REDEVELOPMENT PLAN
pg. 4
of the community. Importantly, the Plan requires the Plan Area to be redeveloped in a cohesive
manner through implementation of single unified project.
In accordance with the LRHL [N.J.S.A. 40A: 12A-7.a.2], this Redevelopment Plan establishes the
following proposed requirements for the Redevelopment Plan Area:
-
Land Uses
-
Bulk Standards
-
Design Criteria
-
Building Requirements
-
Electric Vehicle Infrastructure
Appendix A includes additional information regarding the policies and procedures associated with
the LRHL. Appendix B details the relationship between this Redevelopment Plan and other
planning documents, as is required by the LRHL.
The provisions set forth in the Redevelopment Plan shall supersede the development standards
set forth in the Land Development Ordinance (“LDO”) adopted by the Town of Morristown. Any
standard, definition, or regulation in the Town of Morristown Municipal Code that is not
specifically addressed by a superseding standard, definition, or regulation in this Redevelopment
Plan shall apply as part of this Redevelopment Plan.
NORTH PARK PLACE REDEVELOPMENT PLAN
pg. 5
2. SITE DESCRIPTION
Site Location + Existing Conditions
The Redevelopment Plan Area is within Morristown’s downtown core, located
immediately adjacent to the Morristown Green. In addition to being the Town’s central
gathering point, the Green is also the point of convergence for several major regional
roadways, including Morris Street, South Street, Speedwell Avenue (US-202), and
Washington Street (County Road 124).
Figure 2: Site location and surrounding area.
Morris Street is located to the east of the Redevelopment Plan Area, where a mix of uses
radiate away from the town center before reaching the Morristown Train Station less than
half a mile away. To the northeast of the Redevelopment Plan Area, Speedwell Avenue is
lined with a mixture of predominantly commercial uses, including Headquarters Plaza, a
complex of five office buildings with ground floor retail uses.
In the northwest, the
neighborhood surrounding Washington Street contains a mélange of single-family-
attached and detached buildings and apartment buildings. To the southwest are several
county government and apartment buildings before the entrance to the Morristown
National Historical Park.
Property History
The area presently known as Morristown was once occupied by the Lenni Lenape tribe,
who traded with English colonists before deeding several thousand acres in present-day
Morristown to white colonists in 1708. The first white colonists arrived in Morristown in
the early 18th century, when iron forges were first constructed along the nearby Whippany
River. Colonists settled in clearings along the present-day locations of Morris Street and
Spring Street. Businesses and churches formed on the Town Hill surrounding the
Morristown Green, and the settlement surrounding the Town Hill grew as the dense
forests around it were cleared. In addition to being the early colonial center for
Morristown, the Morristown Green was also the backdrop to many of the events that
NORTH PARK PLACE REDEVELOPMENT PLAN
pg. 6
contribute to Morristown’s historic character. Morristown is the site of then-General
George Washington’s 1777 winter encampment during the Revolutionary War. Roads
adjacent to the Green (North and East Park Place) are part of the Washington-Rochambeau
National Historic Trail, commemorating the route taken by French allies to support
Revolutionary War participants.
The Green has both a historic and contemporary role as the focal point for Morristown’s
residents and visitors. Nearby North Park Place and Washington Street were historically
used for hotels, grocers, doctor’s offices, banks, and drug stores—a one-stop shop
frequented by early residents, who only had access to horse and buggy (see 1885 Map
below).
Figure 3: View of Redevelopment Area and adjacent buildings from rear.
As is often the case with commercial and civic cores, the buildings that flanked the Green
were of greater densities than the residential neighborhoods on the Town’s periphery.
This concentration of activity in downtown Morristown continued into the twentieth
century even as new uses were introduced catering to the car, such as department stores
and auto repair garages.
NORTH PARK PLACE REDEVELOPMENT PLAN
pg. 7
Figure 4: Park Place North, looking Northeast (postcard from 1907).
The development pattern surrounding the Redevelopment Plan Area shifted over the
course of the last century. During the 1970s, the buildings bound by Water Street,
Speedwell Avenue, and Spring Street, were demolished, and the Headquarters Plaza office
complex was constructed. Despite the movement towards the automobile in surrounding
areas, the general form of the Redevelopment Plan Area remained intact: buildings
oriented toward the street with minimal setbacks, an active retail ground floor, and a
pedestrian scale.
In recognition of the historic significance of the area, the Plan Area is
included in the Morristown Historic District, as listed in both the National and State
Register of Historic Places.
NORTH PARK PLACE REDEVELOPMENT PLAN
pg. 8
Figure 5: Park Square Building (ca. 1929) at 10 North Park Place.
As described in the Town’s 2022 Master Plan Reexamination, Morristown’s access to
regional transit, cultural attractions, and employment opportunities ideally positioned it
for a renaissance of sorts following the Great Recession. In the past decades, Morristown
has seen the approval and construction of several significant projects, resulting in
hundreds of new residential units, a vibrant retail market, and an influx of significant office
tenants. As noted in the Reexamination, this growth was partially driven by a shift in
market preferences towards walkable, compact downtowns like Morristown and the
Town’s willingness to accommodate reinvestment opportunities while still striving to
preserve its historic character. Much of this development interest has been concentrated
in areas within walking distance of the Redevelopment Plan Area and Town Green.
NORTH PARK PLACE REDEVELOPMENT PLAN
pg. 9
Figure 6: Bamberger’s by Morristown Green, corner of North Park Place and Speedwell Avenue (ca. 1970).
While the surrounding area has enjoyed an increase in development interest, the
properties within the Redevelopment Plan Area have languished, and experienced
significant vacancies, particularly along the ground floor. Closures along North Park Place
in recent years include tenants such as Jos. A Bank, Rite Aid, HSBC, Chase Bank, Citigroup
and Scottrade. This condition contrasts with the balance of the Green and downtown,
where storefronts are largely occupied and vibrant. Tellingly, the largest property in the
Redevelopment Plan Area, Lot 3.01, has been vacant since the departure of Century 21 in
late 2020.
In December 2023 the Town Council of Morristown declared the Redevelopment Plan Area
as a Condemnation Area in Need of Redevelopment. This designation came after Planning
Board hearings on the matter on October 26, 2023 and November 8, 2023. The designation
as an area in need of redevelopment was based on a finding that properties within the
Area met several of the criteria outlined in the LRHL. Specifically, the Planning Board stated
the following in their resolution memorializing their recommendation:
•
“Properties within the Study Area have not been used and have experienced
significant vacancies for an extended period of time of at least two years to satisfy
criteria “b”;
•
“Documentation presented from the site visit of the individual properties satisfy
criteria “a” and “d”. The conditions of the buildings identified within the Report
NORTH PARK PLACE REDEVELOPMENT PLAN
pg. 10
are conducive to unwholesome working conditions and/or are detrimental to the
safety, health and welfare of the community.”
•
“The designation of the Study Area as in need of redevelopment would also
promote smart growth principals [sic] to satisfy criteria “h”.”
Significantly, the Board also concurred with the recommendation of the preliminary
investigation that several properties which of themselves are not detrimental to the public
health, safety, or welfare, should be included in the Redevelopment Area.
This
recommendation (commonly referred to as “Section 3”) was based on a finding that the
properties “are necessary for the effective redevelopment of the Study Area…[and] must
be incorporated within the Study Area to promote cohesive development, to avoid gaps in
development, to ensure rational and cohesive circulation patterns, and to maintain [and]
provide loading and access.” The relationship between the individual properties implied
by this finding drives some of the provisions found in this Redevelopment Plan, particularly
as it relates to access and circulation. The resolution, which includes detailed information
regarding the Planning Board’s findings and the condition of the Area, is included as
Appendix C.
Existing Zoning
Figure 7: Redevelopment Plan Area zoning.
The Redevelopment Plan Area is within Morristown’s downtown core. The subject properties
are all part of the Morristown Green Overlay District (MG) located within the Town Center zone.
This classification permits greater height and density than other areas in the Town Center zone.
NORTH PARK PLACE REDEVELOPMENT PLAN
pg. 11
3. VISION, GOALS, AND OBJECTIVES
The Land Use parameters contained herein are envisioned to drive redevelopment of the area in
a manner that stimulates economic development, creates new housing opportunities, and
reinforces the urban fabric of downtown Morristown. The Land Use parameters are intended to
facilitate a single project to ensure that redevelopment of the Area is done in a cohesive fashion.
The impetus for encouraging a single project is partially driven by the factors that led to a portion
of the Area being designated as an area in need of redevelopment under Section 3, including the
need to allow for shared rear access and a unified circulation pattern. While a single
redevelopment project is required, the project may be comprised of multiple principal structures
which may be located on one or more parcels.
Specifically, implementation of this Redevelopment Plan is intended to fulfill the following
objectives. These objectives are consistent with, and largely drawn from, the Town’s 2014 Master
Plan.
•
Promote complete, pedestrian- and bike-friendly streets.
•
Create attractive, lively streetscapes that support socializing, walking, biking, and
accessibility.
•
Minimize negative impacts of traffic on local and regional roadways.
•
Provide parking in a manner that supports walkability, transit ridership, and sustainable
development.
•
Optimize the use of existing parking facilities.
•
Promote high quality architecture and urban design that is characteristic of Morristown.
•
Preserve and enhance the downtown experience to support economic development and
residential growth.
•
Support the continued growth of the downtown residential population.
•
Promote sustainable building practices.
•
Safeguard Morristown’s heritage by protecting and promoting buildings and districts that
tell the story of its social, cultural, economic, and architectural history.
•
Promote walkable, human-scale design that respects Morristown’s historic character.
•
Create a range of housing choices that are affordable to low-, middle-, and moderate-
income households.
•
Protect the health, safety, and welfare of the citizens of Morristown by redeveloping
underutilized and stagnant properties that could more effectively contribute to the well-
being of the Town.
NORTH PARK PLACE REDEVELOPMENT PLAN
pg. 12
4. LAND USE
4.1.
Use Standards1
•
Permitted Principal Uses
•
3-4 Family
•
5+ Family
•
Art Gallery
•
Childcare Center
•
Convenience Store
•
Market
•
Gaming
•
Media Production
•
Offices, General and Professional
•
Offices, Medical
•
Coworking Facilities
•
Services, Business or Personal
•
Restaurant (coffee shop/cafe)
•
Restaurant (full service/sit down)
•
Restaurant (food hall)
•
Retail
•
Club/Lodge/Fraternal Organization
•
Community Center
•
Gov/Utility Offices
•
Cultural Uses (Museum/Library)
•
Conditional Uses2
•
Live/Work
•
Supermarket
•
Hotel
•
Theatre
•
Restaurant (carry out/fast food)
1 Multiple permitted or conditional uses are allowed. Principal uses that are not permitted or conditionally permitted
are prohibited.
2 All conditional uses subject to corresponding conditions applicable to the TC district as described in the LDO, except
where otherwise noted.
NORTH PARK PLACE REDEVELOPMENT PLAN
pg. 13
•
Restaurant (liquor licensed)
•
Bar/Nightclub
•
Breweries/Brewpubs
•
School
•
Outdoor Dining
•
Valet Parking
•
Permitted Accessory Uses
•
Park/Playground
•
Parking, subject to the conditional use standards included in 30-211.9.g.
(30-2.E.7.I.viii)3
•
Accessory uses customary and incidental to permitted or conditionally
permitted uses are allowed.
•
Active Ground Floor Uses shall be required on all street fronting Ground
Floors subject to exemptions contained within Section 30-333.5 (30-3.D.7.e)
of the LDO.4
4.2.
Bulk Standards
•
Minimum lot area: 130,000 SF5
•
Maximum principal structures: N/A
•
Minimum building coverage: N/A
•
Maximum building coverage: 85%
•
Minimum improved coverage: N/A
•
Maximum improved coverage: 95%
•
Minimum lot width: N/A
•
Minimum lot depth: N/A
•
Minimum front yard setback: N./A
•
Maximum front yard setback: 20’
•
Minimum side yard setback: N/A
•
Maximum side yard setback: N/A
•
Minimum rear yard setback: N/A
3 Parenthetical citations are included for reference and refer to pre-codification version of the Land Development
Ordinance.
4 Active Ground Floor Uses shall be defined using the corresponding definition in the LDO. Medical offices shall not
be considered an Active Ground Floor Use.
5 See Section 5.6 “Site Plan and Subdivision Review” for subdivision parameters.
NORTH PARK PLACE REDEVELOPMENT PLAN
pg. 14
•
Maximum rear yard setback: N/A 6
4.3.
Height Standards
•
Maximum building height, stories: 5.
•
Maximum building height, feet: 60’.7
•
Minimum stepback at 5th story: 10’
•
Minimum ground floor height (floor to ceiling): 12’
•
Minimum upper floor height (floor to ceiling): 9’
4.4.
Density Standards
•
Maximum Residential Units: 160 units
•
Maximum Floor Area Ratio: 4.0, as calculated across the entirety of the
Redevelopment Plan Area.
4.5.
Parking and Loading Standards
•
Parking and loading standards in 30-218 et seq. (30-2.F.4) shall apply, unless
superseded herein.
•
Electric vehicle parking shall be provided in accordance with 30-428 et seq.
(30-4.F.6)
•
If projects consist of more than one principal structure, shared parking and
loading calculations shall take into account the total demand across all
principal structures.
•
No surface parking shall be visible from North Park Place, Speedwell Avenue,
or Washington Street.
•
Parking requirements may be met through the provision of off-site parking
locations so long as the access point to the off-site parking location is located
within 400 feet (direct line measurement) of the subject property.
4.6.
Vehicular Access
•
No new vehicular curb-cuts shall be permitted along street frontages.
7 Building height exceptions in 30-331 (30-3.D.5) shall apply.
NORTH PARK PLACE REDEVELOPMENT PLAN
pg. 15
•
All vehicular access to the Redevelopment Area shall occur via the existing
driveway along Cattano Avenue (current Lot 3.04) in accordance with the
figure below.
4.7.
Pedestrian Circulation
•
Sidewalk standards shall conform with Frontage Based Public Space
Standards for Downtown Frontage included in Section 30-405 et seq. (30-4.B)
of the LDO.
•
Sidewalk Standards shall conform with S3 standards included in Section 30-
421 et seq. (30-4.E) “Required Streetscape and Pedestrian Improvements”
with the following exceptions:
o
Sidewalk width (inclusive of frontage zone, pedestrian zone, and
greenscape/furnishing zone) along North Park Place shall not be less
than the existing sidewalk width along the frontage of Block 5901,
Lots 3.02 and 3.05.
o
Sidewalk width (inclusive of frontage zone, pedestrian zone, and
greenscape/furnishing zone) along Washington Street shall not be
less than the existing sidewalk width along the frontage of Block
5901, Lot 11.
•
A publicly accessible direct pedestrian connection shall be created to provide
a direct route for pedestrians to travel between North Park Place and the
parking structure located at 24 Cattano Avenue (Block 5901, Lot 21). If the
access route is open air, it shall be adequately lit and designed in a manner
that creates a hospitable and attractive route. The proposed location of the
pedestrian connection shall be identified on the concept drawings attached
to any Redevelopment Agreement. Potential locations for this pedestrian
NORTH PARK PLACE REDEVELOPMENT PLAN
pg. 16
access route are shown on the figure below, although alternative routes may
be proposed.
4.8.
Historic Preservation
•
The existing structure located at Lots 3.02 and 3.05 is identified in the 1986
Nomination Form for the Morristown Multiple Resource Area Historic District
as a contributing structure. As noted in the nomination form “decorative
brick panels with intersecting semi-circular motifs and stone label hood
moldings above the fourth floor windows alternate with Gothic motifs,
flanking octagonal stone turrets with carved bases and segmentally arched
stone label moldings. Other features include brick pilasters with carved stone
bases, 1/1 sash windows, small stone spandrel panels and carved stone
second floor window sills.” This structure shall be retained, except for minor
modifications which may be required to facilitate incorporation into the
broader Redevelopment project. An image of the structure is included below
for reference.
Potential access route
NORTH PARK PLACE REDEVELOPMENT PLAN
pg. 17
Figure 8a: Building to be retained at Lot 3.02 and 3.05
•
The façade of the existing structure at Block 3.01 is adorned with large stone
medallions commemorating individuals that made significant contributions
to the development of Morristown. These medallions shall be restored and
incorporated into any reuse of the structure. If the structure is demolished
as part of the redevelopment project, the medallions shall be preserved and
retained for reuse on site or in the general vicinity of the project.
Figure 9b: Examples of medallions at Block 3.01 to be salvaged and reused.
•
Best efforts shall be made to retain and reuse features of other buildings
within the Redevelopment Area, particularly those identified as contributing
structures in the 1986 Nomination Form for the Morristown Multiple
Resource Area Historic District.
Contributing structures identified in this
report include:
•
15 Washington Street (identified as potentially contributing): “A pantile-
clad pent roof with box cornice and louvered end piers stretches across
NORTH PARK PLACE REDEVELOPMENT PLAN
pg. 18
the front. The west shop front with glass tile and a curve-corner display
window is mid-20th century Art Moderne; the brick east shop front is
more modern.”
•
23 Washington Street (identified as potentially contributing): “It retains
2/2 sash windows (segmentally arched on third floor and round-headed
on second floor) with stone sills, molded stone window hoods with key
blocks, and rusticated brick quoins at the corners. The store front has
been remodeled and the cornice was evidently removed.”
4.9.
Building Design Standards
This section shall guide the design of all new construction within the
Redevelopment Area.
•
Design of new buildings within the Redevelopment Area should be inspired
by the rhythm, materials, placement, and style of buildings in the surrounding
vicinity.
While new buildings should be inspired by and may reference
existing structures, new buildings should be distinct from and not aim to
create facsimiles of existing historic structures.
NORTH PARK PLACE REDEVELOPMENT PLAN
pg. 19
•
On North Park Place, architecture should be harmonious with, and designed
to accentuate, the existing structures at 10 North Park Place (Block 5901, Lots
3.02 and 3.05) and 22 North Park Place (Block 5901, Lot 4).
These existing
structures should serve as architectural cornerstones for new development
proposed along North Park Place. These buildings are shown in the images
below.
Figure 10a: Existing structures that should serve as architectural reference points for new buildings along North Park Place.
•
On Washington Street, architecture should be complementary to, and
designed to accentuate, existing structures in nearby sections of Washington
Street.
Areas of Washington Street that should provide architectural
reference points for new construction are shown in the images below.
NORTH PARK PLACE REDEVELOPMENT PLAN
pg. 20
Figure 11b: Existing structures that should serve as architectural reference points for new buildings along Washington Street.
•
The design of all primary facades shall incorporate a clear visual division
between the base, middle, and top. These elements shall be established using
cornice lines, windows or similar horizontal architectural elements.
•
Building Base: The base includes the ground floor of the building and, in
certain cases, the level above.
•
Middle: The middle shall be defined as the space between the top and
base portions of the building. This space may be broken up using more
subtle and subdued horizontal architectural elements.
•
Top: The top be defined as the top one to two floors of the primary
façade. Appropriate cornice lines shall enhance the top of the building.
Building tops with flat roofs shall be defined by parapet walls with
horizontal elements that are appropriate for the vernacular described
herein. Cornices shall be coordinated with the architectural and roof style
of the building. Decorative corbels and brackets for cornices if used shall
be complementary in style to the cornice.
NORTH PARK PLACE REDEVELOPMENT PLAN
pg. 21
•
The relationship of width to height of windows and door openings at ground
level should be visually compatible with openings in the same building facade
and/or other nearby or related structures.
•
Windows shall be coordinated with architectural character and shall be
compatible in terms of design, size, and material to the surrounding
neighborhood context.
•
To the extent appropriate given the building’s architectural style, the use of
decorative window heads, sills, and surrounds is recommended. Windows
shall be recessed at least four (4) inches from the primary façade.
•
Windows in siding shall be wrapped in a four (4) inch trip with head and sill
detail, at minimum.
•
Mirrored glass is not permitted.
•
A minimum 10’ step-back from the primary façade is required at any fifth
story. The step back should contribute to the differentiation between the
primary and secondary facades.
•
Stepped back areas may be used as terraces to create a building amenity.
Where upper-story step-backs are utilized, the two facade plans should be
defined with a horizontal element such as a cornice, band, or frieze.
•
Awnings, canopies, stoops, or other architectural features are encouraged at
building entrances.
These features should not conceal or disfigure
architecturally significant elements.
•
Active Ground Floor Uses must have primary entrances directly accessible
from a public sidewalk.
•
Ground floor uses shall be modulated with at least one pedestrian entrance
every 40 feet along the street frontage.
•
The following transparency standards shall be adhered to:
•
Basement Levels: No minimum transparency
•
Ground Floor: 60% - 80%
•
Upper Floors: 30% - 70%
•
The following building materials are permitted:
•
Permitted primary materials:
•
Brick
•
Stone
•
Precast stone
•
Other materials if approved by the Planning Board
•
Permitted secondary materials:8
8 Secondary materials shall not comprise more than 15% of any façade (exclusive of windows).
NORTH PARK PLACE REDEVELOPMENT PLAN
pg. 22
•
Fiber and cement panels
•
Metal paneling
•
Masonry
•
Spandrel glass
•
Other materials if approved by the Planning Board
•
If utilized, brick and masonry should be of a similar scale, texture, and quality
as that brick found in the other nearby properties along Washington Street
and surrounding the Morristown Green.
•
Utility meters and similar infrastructure shall be in an enclosed room. If the
utility company prohibits the placement of meters in an enclosed room,
meters shall be located on the rear of the building. No utility meters shall be
located along street frontages.
•
Outdoor ground mounted utility boxes or transformers are strongly
discouraged.
No street facing outdoor ground mounted utility boxes or
transformers shall be permitted.
4.10.
Sustainable Design
The following sustainable design practices and materials shall be incorporated
as part of any development within the Redevelopment Plan Area:
•
LEED Silver certification or equivalent.
•
Only low VOC paints, stains, sealants and building materials shall be used.
•
All windows shall be double paned windows with a Low-E coating.
•
All lighting shall be LED lighting.
•
Ducts and HVAC shall be protected from dust and damage during
construction and cleaned prior to building occupancy or use.
•
A construction waste plan shall be prepared to outline disposal of
construction debris. A reasonable effort shall be made to recycle, reuse, or
salvage construction and demolition debris. Donation of reusable materials
to non-profit centers like Habitat for Humanity’s ReStores is encouraged.
The following practices are encouraged as part of the Redevelopment Project:
•
Rain gardens or bioswales as part of the streetscape design
•
Water harvesting for on-site irrigation (greywater systems)
•
Building materials comprised largely of recycled materials
•
Locally sourced materials
•
Sustainable energy systems or energy storage systems including solar panels
•
Maximizing natural light
•
Skylights that allow buildings to take advantage of natural light
NORTH PARK PLACE REDEVELOPMENT PLAN
pg. 23
•
Solar screening
•
Porous pavement, such as porous asphalt and grow-through pavers.
•
Green roofs
4.11.
Public Art
The requirements below shall be applicable to all new projects in the
Redevelopment Area.
•
Requirement
•
Each new development project shall provide for the installation and
maintenance of exterior Public Art on the property being developed or
other publicly owned properties. Public Art must be continuously
maintained in good condition after installation. No piece of Public Art
may be removed without prior approval by the Town’s Zoning Officer,
except for required maintenance and repair.
•
Process
•
Potential public art locations should be denoted on concept plans
included with a Redevelopment Agreement.
•
As part of any site plan submission to the Planning Board, the
development shall include a proposal for meeting this public art
requirement.
•
Qualified Art Forms
•
Forms of public art used to satisfy the requirement of this section may
include but are not limited to:
•
Sculpture: in any material or combination of materials. Sculpture may be
situated in open areas of outdoor public space. Sculptures may also be
included within commercial or residential building lobbies so long as they
are clearly visible from the public view.
•
Painting: all media, including, but not limited to, murals.
•
Mosaics: pictures of decorative designs made by setting small colored
pieces, such as stone or tile, into a surface.
•
Artwork: in clay, wood, metal, plastics or other materials.
•
Unique Architectural Features: one-of-a-kind building features and site
enhancements including gates, benches, water features, green walls,
walkways or other items visible to the public.
•
Submission Requirements
•
Submissions shall provide enough information to allow for assessment
pursuant to the Evaluation Guidelines, below. At minimum, the
requirements shall include:
NORTH PARK PLACE REDEVELOPMENT PLAN
pg. 24
•
Proposal: conceptual plans that include the specific location and
orientation of the proposed piece. A sample, model, photography or
image of the proposed piece. Material samples and finishes, as needed.
Written description of the project. Statement of ongoing maintenance.
•
Artist Portfolio: the resume of at least one visual artist or public designer.
•
Budget: that includes all qualified costs attributable to public art
installation.
•
Valuation
•
The ‘Percent for Art’ requirement shall not exceed $200,000.
•
Qualified costs shall include fabrications (design, labor, fabrication);
mounting fixtures; illumination as needed.
•
Nonqualified costs shall include artist procurement costs; architect and
landscape architect fees; land costs; mass produced objects; long-term
operating expenses; landscape not integral to the design.
•
Payment in Lieu
•
Redevelopers may elect to make a contribution to the municipality in the
amount of 1% of the cost of new development on-site, not to exceed
$100,000, as determined by the Town’s Building Department as used for
determining building permit fees.
If Redeveloper proposes to make a
payment in lieu, the Town may locate the public art at any location within
the Town.
•
Alternative Plan
•
Redevelopers may submit alternative proposals that do not conform to
the criteria above, but nonetheless enhance public life, placemaking,
cultural significance and economic viability of the area surrounding the
Redevelopment Area. Alternative proposals may include provision of
publicly viewable gallery space for rotating displays or agreement to
partner with local institutions to provide financial support for
programming or special arts-related events in the immediate vicinity of
the project. Alternative approaches, if approved by the Town, shall be
codified in a Redevelopment Agreement.
4.12.
Affordability
Pursuant to N.J.S.A 40A:12A- 7(b) and the New Jersey Fair Housing Act (N.J.S.A
52:27D-301 et. Seq.), this Redevelopment Plan incorporates the affordable
housing requirements set forth in 30-6 of the Town of Morristown Land
Development Ordinance, as further supported by the 2014 Morristown Master
Plan and 2018 Morristown Housing Element and Fair Share Plan.
The Town of Morristown’s affordable housing requirement specifies a 15%
affordable housing requirement for residential rental buildings and a 20%
obligation for residential for-sale buildings. Development pursued under this
Plan shall incorporate this minimum requirement and shall be consistent with
NORTH PARK PLACE REDEVELOPMENT PLAN
pg. 25
the applicable requirements of the Land Development Ordinance, the Housing
Element and Fair Share Plan, the Town of Morristown’s 2017 Settlement
Agreement with the Fair Share Housing Center, the Consent Order Resolving
FSHC’s June 21, 2021 Motion to Enforce entered into by the Town and the Fair
Share Housing Center in August 2022 (the “Consent Order”), and all other
applicable ordinances, regulations, and statutes related to affordable housing.
Any fractional obligation related to the number of required affordable housing
units shall be rounded up.
The Consent Order identified all properties in the Area except Block 5901 Lots
3.02 and 3.05 as part of the “North Park Place / Washington Street
Redevelopment” compliance mechanism.9 In the Consent Order, Morristown
“agreed to create a realistic opportunity for at least fifteen (15) family non-age
restricted affordable units via inclusionary development with an on-site 15%
affordable housing set aside for rental units or an on-site 20% affordable
housing set-aside for for-sale units.” The permitted residential density set
forth in this Redevelopment Plan creates a realistic opportunity for twenty four
(24) family non-age restricted affordable units in accordance with the terms of
the Consent Order. Any residential units created through implementation of
this Redevelopment Plan shall include the required percentage of on-site
affordable housing units in accordance with the requirements of the Consent
Order.
The Consent Order further requires that Morristown shall ensure and require
that the affordable units comply with N.J.A.C. 5:80-26.1, et seq., UHAC, with
the sole exception that thirteen percent (13%) of the affordable units
(fractional units shall be rounded up) within each bedroom distribution shall
be required to be for very-low-income households earning thirty percent (30%)
or less of the median income. All residential units created via implementation
of this Redevelopment Plan shall satisfy these requirements.
4.13.
Traffic Impact Study
The redeveloper shall conduct a Traffic Impact Study (“TIS”) for the proposed
uses. The traffic study shall conform with applicable standards published by
the Institute of Traffic Engineers.
The Council may require submission of the TIS as an attachment to the
Redevelopment Agreement. If the TIS is not required as an attachment to the
Redevelopment Agreement, timing for submission of the TIS shall be outlined
in the Redevelopment Agreement.
The following intersections shall be included within the required traffic study
(the “Traffic Study Area”):
•
Speedwell Avenue and Cattano Avenue
•
Bank Street and Washington Street
9 The 2-10 Washington Street Redevelopment Plan, adopted by the Town of Morristown on August 8, 2023, created
a realistic opportunity for eight (8) on-site family non-age restricted affordable units. This Redevelopment Plan also
applies to the “North Park Place / Washington Street Redevelopment” compliance mechanism.
NORTH PARK PLACE REDEVELOPMENT PLAN
pg. 26
•
Speedwell Avenue, North Park Place, and East Park Place
•
Morris Street, Dumont Place, East Park Place, and South Park Place
•
South Park Place, South Street, and West Park Place
•
South Street and Dehart Street
•
Morris Street and Spring Street
•
Market Street and West Park Place
•
Washington Street and Cattano Avenue / Court Street
•
Washington Street and Western Avenue
The primary purpose of the TIS is to determine whether traffic improvements
will be necessitated by redevelopment of the Project Area. Any improvements
required in connection with implementation of the Redevelopment Plan shall
be included in a Redeveloper Agreement to be executed by designated
redeveloper(s) and the Town.
In addition to determining any improvements required because of the project,
the TIS shall also include information necessary to identify if the project is
compatible with long-term capital improvements contemplated around the
Morristown Green.
To that end, the TIS shall also include the following traffic information and
analyses:
•
Classification Turning Movement Counts: Counts will be performed using
MioVision video technology or equivalent method at each intersection within
the Traffic Study Area. The intersections will be determined collaboratively
by the consultant and the Town of Morristown. Counts will be performed on
a Tuesday, Wednesday, and/or Thursday, excluding holidays, between the
hours of 6:00 through 9:30 A.M. and 3:00 through 6:30 PM. Counts will also
be performed on a Saturday between the hours of 11:00 A.M. through 1:00
P.M. Counts will be classified in 15-minute increments into the following
categories:
•
Pedestrians
•
Bicyclists
•
Automobiles/Light Trucks (motorcycles, automobiles, SUV’s, minivans,
pick-up trucks and full-size vans, for personal or commercial use)
•
Medium Trucks
•
Heavy Trucks/Buses
•
Automatic Traffic Recorder Counts: Automatic traffic recorders (ATRs) will be
placed on corridors within the Traffic Study Area at locations to be
determined in coordination with the Town and its representatives to collect
continuous 24 hour/7 day traffic count data for both directions of travel, as
applicable.
NORTH PARK PLACE REDEVELOPMENT PLAN
pg. 27
•
Additional data as required by the Town Engineer or designee to update the
Town’s Synchro planning and analysis model.
•
A feasibility assessment of the conceptual improvements to the Morristown
Green as proposed in the 2017 Morristown Mobility Initiative to assess
compatibility with the proposed redevelopment proposal, as well as any
recommended modifications to the proposal.
•
An assessment of off-site features within the traffic study area including:
•
Traffic control devices
•
Pedestrian crossings and sidewalks
•
Geometries of proposed access
•
On-street and off-street loading areas
•
On-site and off-site parking
4.14.
Applicability of Land Development Ordinance
•
Standards in the following sections of the LDO shall not apply, unless
otherwise noted herein:
•
30-302 et seq.: Building Standards (30-3.B)
•
30-215 et seq.: Frontage Based Building Standards (30-3.C)
•
30-328: Modulation (30-3.D.2)
•
The following sections of the LDO shall apply, unless otherwise excluded or
superseded herein:
•
30-219: Utilities (30-2.F.5)
•
30-222: Residential Unit Requirements (30-2.F.8)
•
30-327 et seq.: General Building Standards (30-3.D)
•
30-335 et seq.: Accessory Structures (30-3.E)
•
30-342 et seq.: Environmental Building Standards (30-3.F)
•
30-401 et seq.: Design Standards (30-4)
•
30-501 et seq.: Environmental Regulations (30-5)
•
30-601 et seq.: Affordable Housing (30-6)
•
30-701: Subdivision of Land (30-7)
•
30-801: Administration & Legal Basis (30-8)
•
Definitions from the LDO shall apply, unless otherwise noted.
•
Restaurant (food hall) shall be defined as an establishment containing a
variety of food vendors exhibiting characteristics consistent with
Restaurant
(carry
out/fast
food);
Restaurant
(coffee
shop/café);
Restaurant (liquor licensed); or Restaurant (sit down). Any component
NORTH PARK PLACE REDEVELOPMENT PLAN
pg. 28
parts of a Restaurant (food hall) which are conditional uses shall remain
subject to the applicable conditions.
•
Standards in the LDO may be amended from time to time.
Where LDO
standards apply, the corresponding standard in place at the time of
application to the Planning Board for site plan or subdivision approval shall
apply.
NORTH PARK PLACE REDEVELOPMENT PLAN
pg. 29
5. ADMINISTRATION
5.1.
Applicability
The standards and procedures contained within Section 5, Administration, shall
apply to all projects within the Redevelopment Plan Area.
5.2.
Validity of Plan
If any section, subsection, paragraph, division, subdivision, clause or provision of
this Redevelopment Plan shall be deemed by a court of competent jurisdiction to
be invalid, such part(s) shall be severed and the invalidity thereby shall not affect,
impair or invalidate the remainder of the Redevelopment Plan.
5.3.
Computations
When a numerical calculation of zoning standards for a particular lot results in a
fractional number, such numbers shall be rounded down to the next whole
number for fractions less than .500 and rounded up for fractions .500 and above.
5.4.
Other Actions by the Town in Furtherance of the Plan
Other actions may be taken by the Town in its sole discretion, to further the goals
of the Plan. These actions may include, but shall not be limited to, provisions for
public infrastructure necessary to service new development and vacation of public
utility easements and other easements and rights-of-way as may be necessary for
redevelopment. The costs for such actions shall be borne by the designated
redeveloper(s).
5.5.
Redevelopment Entity
The Town Council of the Town of Morristown shall serve as the Redevelopment
Entity to implement this Redevelopment Plan, designate Redeveloper(s) and enter
into Redevelopment Agreement (s).
The Redevelopment Entity must designate a redeveloper or redevelopers for the
Redevelopment Area and enter into a Redevelopment Agreement before the
Planning Board shall have jurisdiction to accept the filing of a site plan application
for new development within the Redevelopment Area.
•
Usage of the word “developer”
Anytime the word “developer” is utilized in this Redevelopment Plan,
the same shall mean the redeveloper or redeveloper(s) that may be
designated by the Redevelopment Entity. It is the intention of this
Redevelopment
Plan
that
any
new
construction
within
the
Redevelopment Area may only be undertaken by a designated
redeveloper, which has entered into a Redevelopment Agreement
with the Redevelopment Entity.
NORTH PARK PLACE REDEVELOPMENT PLAN
pg. 30
5.6.
Approval Process
•
Redevelopment Agreement
Prior to application to the Planning Board for Site Plan and Subdivision
review, the Redevelopment Entity shall have designated the applicant
as the redeveloper of the Redevelopment Area and entered into a
redevelopment agreement with the redeveloper. Only redevelopers
with an executed redevelopment agreement with the Redevelopment
Entity shall have standing to submit an application to the Planning
Board. The following items may be included as attachments to any
Redevelopment Agreement if required by the Town: conceptual
architectural renderings; conceptual site plans depicting entirety of
Redevelopment
Plan
Area;
conceptual
building
elevations;
information regarding project phasing and proposed subdivisions if
any; traffic impact study; redevelopment timeline; description of
redeveloper qualifications; description of redeveloper’s financial
capability; other items as required by the Town Council.
•
Administration Review
After designation and execution of a redevelopment agreement, but
prior to submission of a site plan or subdivision application to the
Planning Board, the redeveloper shall submit site plan application
materials to the administration, as defined in the applicable
redevelopment agreement, for review as to consistency with the
Redevelopment
Agreement
and
Redevelopment
Plan,
and
authorization
to
proceed.
The
Town,
by
and
through
the
Administration, will be required to review and authorize same as a
condition precedent to submission of an application before the
Planning Board.
•
Site Plan and Subdivision Review
Prior to commencement of construction, site plans for the
construction of improvements within the Redevelopment Area,
prepared in accordance with the requirements of the Municipal Land
Use Law (N.J.S.A. 40:55D-1 et. seq.), shall be submitted by the
applicants for review and approval by the Planning Board of the Town
of Morristown so that compliance with this Redevelopment Plan can
be determined.
Any subdivision of lots and parcels of land within the Redevelopment
Area shall be in accordance with the requirements of this
Redevelopment Plan or otherwise established in the subdivision
ordinance of the Town of Morristown. Parcels may be subdivided
subject to Planning Board approval to allow for separate ownership
and/or financing purposes. To provide design flexibility, there shall be
no minimum lot area, depth, width, yard, or any other bulk
requirements for the individual subdivided lots, provided that the
NORTH PARK PLACE REDEVELOPMENT PLAN
pg. 31
project as a whole complies with the requirements of the
Redevelopment Plan.
If subdivisions are proposed, easements or other legal instruments
shall be created and implemented to ensure that the required access
provisions of this Redevelopment Plan are maintained, to enforce any
shared parking provisions, and to codify other relationships between
the subdivided properties as necessary. Any such legal instruments
shall be preliminarily identified in the Redevelopment Agreement.
The form and content of these legal instruments shall be subject to
the review and approval of the Town Attorney. Execution of these
legal instruments may be a condition of Planning Board approval.
No construction or alteration to existing or proposed buildings shall
take place until a site plan reflecting such additional or revised
construction has been submitted to, and approved by, the Planning
Board. This pertains to revisions or additions prior to, during and after
completion of the improvements.
In addition to the above-mentioned items, the following items shall be
submitted as part of a site plan application:
o
Mandatory Submissions:
§
Public Art submission report including narrative
description
of
public
art
component
that
addresses all aspects of the corresponding
section of this Plan, including but not limited to
budget,
name
of
designer,
and
narrative
description as applicable.
§
Copy of applications or conceptual designs that
have been or will be submitted to NJDOT, Morris
County, and any other applicable local, state, or
federal agencies.
§
Streetscape/landscape design package including
name of designer and design drawings.
§
Material
board
identifying
specifications
of
proposed building materials and including sample
materials.
§
If proposing the use of ground mounted electrical
transformers
within
the
confines
of
the
Redevelopment Area, a narrative explanation
shall be provided that identifies other possible
locations and feasibility considerations of each
site
and
provides
an
explanation
for
the
reasonable infeasibility of alternative sites.
NORTH PARK PLACE REDEVELOPMENT PLAN
pg. 32
§
If
proposing
accessory
roof
decks,
design
drawings and a narrative report describing
operations and amenities shall be provided.
Redeveloper shall be required to obtain a Zoning Permit upon
demonstration of compliance with all conditions contained in any
resolution of approval from the Planning Board. Redeveloper shall be
required to provide, prior to issuance of a zoning permit, copies of all
approvals necessary to implement public improvements. Only upon
issuance of a zoning permit shall the Town’s Construction Code Official
issue Building Permits or similar approvals to allow construction to
commence.
The Planning Board may also require a developer’s
agreement as a condition of approval.
5.7.
Deviations
The Planning Board shall have the power to grant deviations from the regulations
contained within this Redevelopment Plan to the same extent as the Board may
grant relief from bulk and dimensional requirements pursuant to N.J.S.A. 40:55D-
70c and the power to grant waivers from the standards of the Plan to the same
extent as the Board may grant relief from site plan regulations pursuant to N.J.S.A.
40:55D-51.
Any deviation from the Redevelopment Plan standards which would typically
result in a “d” variance, shall be addressed as an amendment to the
Redevelopment Plan. Neither the Planning Board nor the Board of Adjustment
shall have authority to allow deviations which would result in a “d” variance
pursuant to N.J.S.A. 40:55D-70d.
5.8.
Severability
The provisions of this Redevelopment Plan are subject to approval by Ordinance.
If a Court of competent jurisdiction finds any word, phrase, clause, section, or
provision of this Redevelopment Plan to be invalid, illegal, or unconstitutional, the
word, phrase, clause, section, or provision shall be deemed severable, and the
remainder of the Redevelopment Plan and implementing Ordinance shall remain
in full force and effect.
5.9.
Adverse Influences
No use or reuse shall be permitted which, when conducted under proper and
adequate conditions and safeguards, will produce corrosive, toxic or noxious
fumes, glare, electromagnetic disturbance, radiation, smoke, cinders, odors, dust
or waste, undue noise or vibration, or other objectionable features to be
detrimental to the public health, safety or general welfare.
5.10.
Non-Discrimination Provisions
No covenant, lease, conveyance or other instrument shall be effected or executed
by the Town of Morristown or by a developer or any of his successors or assignees,
whereby land within the Redevelopment Area is restricted by the Town of
Morristown, or the developer, upon the basis of race, creed, color, national origin,
ancestry, affectional preference, marital status or gender in the sale, lease, use or
NORTH PARK PLACE REDEVELOPMENT PLAN
pg. 33
occupancy thereof. Appropriate covenants, running with the land forever, will
prohibit such restrictions and shall be included in the disposition instruments.
There shall be no restrictions of occupancy or use of any part of the
Redevelopment Area on the basis of race, creed, color, national origin, ancestry,
affectional preference, marital status or gender.
5.11.
Relocation Requirements
The redeveloper will comply with any applicable New Jersey law or regulation
applicable to relocation of tenants within the redevelopment area. No housing
units, temporary or permanent, shall need relocation under this Redevelopment
Plan.
5.12.
Escrows
At a minimum, the Redevelopment Agreement shall provide that the redeveloper
shall be responsible to post sufficient escrows to cover any and all costs of the
Town and the professional consultants retained by the Town to negotiate the
Redevelopment Agreement, undertake any studies in connection with the project,
review the proposed redevelopment project and advise the Town on any and all
aspects of the redevelopment process and as otherwise set forth in the
Redevelopment Agreement.
5.13.
Infrastructure
The redeveloper, at the redeveloper’s cost and expense, shall provide all necessary
engineering studies for, and construct or install all on- and off-site municipal
infrastructure improvements and capacity enhancements or upgrades required in
connection of traffic control measures, water service, sanitary sewer service,
stormwater management, and flood mitigation measures to the project, in
addition to all required tie-in or connection fees. The redeveloper shall also be
responsible for providing, at the redeveloper’s cost and expense, all sidewalks,
curbs, streetscape improvements (street trees and other landscaping), street
lighting, and on and off-site traffic controls and road improvements for the project
or required due to the impacts of the project. The redeveloper shall be required
to receive all necessary approvals for infrastructure, including at the County and
State level as applicable.
5.14.
Procedures for Amending the Plan
This Redevelopment Plan may be amended from time to time upon compliance
with the requirements of state law. A request for same may be submitted to the
Morristown Town Council. The Town of Morristown reserves the right to amend
this plan. A non-refundable application fee of $10,000 shall be paid by the party
requesting such amendment, unless the request is issued from an agency of the
Town. The Town, at its sole discretion, may require the party requesting the
amendments to prepare a study of the impact of such amendments, which study
must be prepared by a professional planner licensed in the State of New Jersey
and other additional professionals as may be required by the Town.
NORTH PARK PLACE REDEVELOPMENT PLAN
pg. 34
5.15.
Redevelopment Plan Duration
The provisions of this Redevelopment Plan specifying the redevelopment of the
Redevelopment Area and the requirements and restriction with respect thereto
shall be in effect for a period of fifty (50) years from the date of adoption of this
Redevelopment Plan by the Morristown Town Council, or until a zoning ordinance
amendment is adopted in accordance with Section 5.16 of this Redevelopment
Plan.
5.16.
Certificates of Completion
Upon completion of a project, the developer shall submit for a Certificate of
Completion. Concurrently, the developer shall request that the Town prepare a
zoning ordinance amendment for consideration by the Town Council. This zoning
ordinance amendment should incorporate the standards contained herein into the
Town Code to ensure that they remain applicable.
5.17.
Land Use Map Amendments
The adoption of this Redevelopment Plan or any amendments thereto shall be
considered an amendment to the Official Zoning Map.
5.18.
Additional Superseding Provisions
The standards contained within this Redevelopment Plan shall supersede any
conflicting standards contained within the Land Development Ordinance (LDO) of
the Town of Morristown or other applicable Town of Morristown codes or
ordinances.
•
Terms and Definitions
Any terms or definitions not addressed within this Redevelopment
Plan shall rely on the applicable terms and conditions set forth in the
Zoning Ordinance of the Town of Morristown.
•
Other Applicable Design and Performance Standards
Any design or performance standards not addressed within this
Redevelopment Plan shall rely on the applicable design and
performance standards set forth in the Land Development Ordinance
of the Town of Morristown, as may be amended from time to time.
5.19.
Other Provisions
•
This Redevelopment Plan herein has delineated a definite relationship to
local objectives as to appropriate land uses, density of population, and
improved public utilities, recreation and community facilities and other
public improvements. This Redevelopment Plan has laid out various
programs and strategies requiring implementation to carry out the
objectives set forth herein.
•
This Redevelopment Plan lays out the proposed land uses and building
requirements for the Redevelopment Area.
•
The diagrams, images and other graphic representations provided in this
Redevelopment
Plan
are
intended
to
provide
a
framework
for
NORTH PARK PLACE REDEVELOPMENT PLAN
pg. 35
interpretation of the written standards and regulations contained herein.
Nothing
in
this
Redevelopment
Plan
shall
preclude
the
partial
redevelopment of a block depicted in such diagrams, images or other
graphic representations, provided that such subdivision or re-subdivision
and partial redevelopment of a block is fully in conformance with the
written standards and regulations contained herein.
•
Final adoption of this Plan by the Town Council of the Town of Morristown
shall be considered an amendment of the Town Zoning Map.
5.20.
Other Redevelopment Actions
In carrying out this Redevelopment Plan, the Town of Morristown and any
designated
redeveloper(s)
may
be
required
to
undertake
a
variety
of
redevelopment actions. These may include but will not be limited to anything
permitted under the LRHL.
5.21.
Public Improvement Approvals
If approval of third party agencies is required for project implementation,
construction of improvements shall not commence until all required approvals are
received from third party agencies.
5.22.
Properties to be Acquired
The Redevelopment Area was designated a Condemnation Area in Need of
Redevelopment by the Town Council. Accordingly, all properties within the
Redevelopment Plan Area including the properties identified as Block 5901, Lots
8, 9, 10, 11, 3.01, 3.02, 3.03, 3.04, 3.05, 3.06, and 3.07 on the Tax Maps of the
Town of Morristown, may be acquired through condemnation in accordance with
the provisions of the LRHL.
NORTH PARK PLACE REDEVELOPMENT PLAN
pg. 36
6. APPENDIX A: LOCAL REDEVELOPMENT + HOUSING LAW
New Jersey’s Local Redevelopment and Housing Law (the “LRHL”) empowers local
governments to initiate a process by which designated properties that meet certain
statutory criteria can be transformed to advance the public interest. Once an area is
designated “in need of redevelopment” in accordance with statutory criteria,
municipalities may adopt Redevelopment Plans and employ several planning and
financial tools to make redevelopment projects more feasible to remove deleterious
conditions.
A
redevelopment
designation
may
also
qualify
projects
in
the
Redevelopment Area for financial subsidies or other incentive programs offered by the
State of New Jersey.
6.1.
Process
The LRHL requires local governments to follow a process involving a series of steps
before they may exercise powers under the LRHL. The process is designed to ensure
that the public is given adequate notice and opportunity to participate in the public
process. Further, the redevelopment process requires the Governing Body and
Planning Board interact to ensure that all redevelopment actions consider the
municipal Master Plan. The steps required are generally as follows:
•
The Governing Body must adopt a resolution directing the Planning Board
to perform a preliminary investigation to determine whether a specified
area is in need of redevelopment according to criteria set forth in the LRHL
(N.J.S.A. 40A:12A-5).
•
The resolution authorizing the Planning Board to undertake a preliminary
investigation shall state whether the Redevelopment Area determination
shall authorize the municipality to use all those powers for use in a
Redevelopment Area other than the use of eminent domain (non-
condemnation redevelopment area) or whether the Redevelopment Area
determination shall authorize the municipality to use all those powers for
use in a Redevelopment Area, including the power of eminent domain
(condemnation Redevelopment Area).
•
The Planning Board must prepare and make available a map delineating
the boundaries of the proposed Redevelopment Area, specifying the
parcels to be included and investigated. A statement setting forth the
basis of the investigation or the preliminary statement should accompany
this map.
•
The Planning Board must conduct the investigation and produce a report
presenting the findings. The Board must also hold a duly noticed hearing
to present the results of the investigation and to allow interested parties
to give testimony. The Planning Board then may adopt a resolution
recommending a course of action to the Governing Body.
•
The Governing Body may accept, reject, or modify this recommendation
by adopting a resolution designating lands recommended by the Planning
Board as an “Area in Need of Redevelopment.” The Governing Body must
make the final determination as to the Redevelopment Area boundaries.
NORTH PARK PLACE REDEVELOPMENT PLAN
pg. 37
•
If the Governing Body resolution assigning the investigation to the
Planning Board states that the redevelopment determination shall
establish a Condemnation Redevelopment Area, then the notice of the
final determination shall indicate that:
•
the determination operates as a finding of public purpose and authorizes
the municipality to exercise the power of eminent domain to acquire
property in the Redevelopment Area, and
•
legal action to challenge the final determination must be commenced
within forty-five (45) days of receipt of notice and that failure to do so shall
preclude an owner from later raising such challenge as a defense in any
condemnation proceeding to acquire the property.
•
A Redevelopment Plan may be prepared establishing the goals, objectives,
and specific actions to be taken with regard to the “Area in Need of
Redevelopment.”
•
The Governing Body may then act on the Plan by passing an ordinance
adopting the Plan as an amendment to the municipal Zoning Ordinance.
Only after completion of this process is a municipality able to exercise the
powers under the LRHL.
6.2.
Redevelopment Plan Content
The LRHL identifies required components to be included in a Redevelopment Plan. In
accordance with N.J.S.A 40A:12A-7a, the Redevelopment Plan must include an outline
for the planning, development, redevelopment or rehabilitation of a project area which
is sufficient to indicate:
•
Its relationship to definite local objectives as to appropriate land uses,
density of population, and improved traffic and public transportation,
public utilities, recreational and community facilities and other public
improvements.
•
Proposed land uses and building requirements in the project area.
•
Adequate provision for the temporary and permanent relocation, as
necessary, of residents in the project area, including an estimate of the
extent to which decent, safe and sanitary dwelling units affordable to
displaced residents will be available to them in the existing local housing
market.
•
An identification of any property within the Redevelopment Area which is
proposed to be acquired in accordance with the Redevelopment Plan.
•
Any significant relationship of the Redevelopment Plan to (a) the master
plans of contiguous municipalities, (b) the master plan of the county in
which the municipality is located, and (c) the State Development and
Redevelopment Plan adopted pursuant to the “State Planning Act,” P.L.
1985, c.398 (C.52:18A-196 et al.).
NORTH PARK PLACE REDEVELOPMENT PLAN
pg. 38
•
An inventory of all housing units affordable to low and moderate income
households that are to be removed as a result of implementation of the
redevelopment plan (not applicable).
•
A plan for the provision of affordable housing replacement units (not
applicable).
•
Locations for public electric vehicle charging infrastructure.
NORTH PARK PLACE REDEVELOPMENT PLAN
pg. 39
7. APPENDIX B: RELATION TO OTHER PLANS
Pursuant to the LRHL, “all provisions of the redevelopment plan shall be either substantially
consistent with the municipal master plan or designed to effectuate the master plan” (N.J.S.A
40A:12A-7(d)). As well, the redevelopment plan must address “any significant relationship of the
redevelopment plan to (a) the master plans of contiguous municipalities, (b) the master plan of
the county in which the municipality is located, and (c) the State Development and
Redevelopment Plan” (N.J.S.A 40A:12A-7(a)(5).
The North Park Place Redevelopment Plan is significantly consistent with and intended to
effectuate the Town’s 2014 Master Plan, known as “Morristown Moving Forward.” This section
includes information regarding the relationship of this Redevelopment Plan with the Town’s
Master Plan, as well as the other plans listed below.
•
Local Master Plan (2014)
o
Mobility + Streets Plan
o
Land Use + Community Form Plan
o
2018 Master Plan Reexamination
o
2022 Master Plan Reexamination
•
Morris County Master Plan
•
Adjacent Communities’ Master Plans
o
Morris Township
•
NJ State Development and Redevelopment Plan
7.1.
Local Master Plan: 2014 Master Plan
2014 Master Plan
The North Park Place Redevelopment Plan is significantly consistent with and
intended to effectuate the Town’s 2014 Master Plan, known as “Morristown
Moving Forward.” Specifically, it advances the following objectives.
Mobility And Streets Plan, Objective 01.1: “Safely and conveniently connect
residents, workers, and visitors to the various employment, residential, shopping,
and recreational opportunities in town” (p.36).
As a key commercial frontage along the Morristown Green, the Redevelopment
Plan will further enhance the experience for residents, shoppers, employees, and
other visitors to downtown. This Plan seeks to make long-vacant commercial
spaces viable and attractive. Inclusion of up to 160 dwelling units and
requirements for active ground-floor uses will provide foot traffic along the wide
and enhanced sidewalk, and preservation of historic assets will retain and
celebrate the architecture and character that makes Downtown Morristown
attractive.
Maintaining the existing street wall along North Park Place without curb cuts will
reinforce the pedestrian realm and support pedestrian safety. The site’s proximity
to the Morristown Train Station, local bus routes, Pioneer Plaza, and Morristown
Green provide convenient access to local and regional attractions. Lastly, the
requirement for traffic studies to determine feasibility of reconfiguration of
circulation around the Green advances recommendations of the 2014 Master Plan
NORTH PARK PLACE REDEVELOPMENT PLAN
pg. 40
(see Plans for Places below), the 2008 Bicycle Plan, and 2017 Morristown Mobility
Initiative.
In this context, the project advances several of the Objective’s strategies (p.37):
•
#4: Implement the recommendations of the recently adopted Bicycle
Plan, with a focus on routes connecting neighborhoods to parks and
destinations within town.
•
#6: Improve pedestrian and bike connections between neighborhoods
and to local parks and public places.
•
#10: Ensure streets and buildings are accessible for all users, including
the disabled and elderly; strategies include longer street-crossing
times, pedestrian count-down signals, pedestrian ramps, hand rails,
and legible signage.
•
#13: Require the inclusion of bike rooms or racks in new
developments, and ensure sidewalk widths and the placement of
street furniture, including bike racks, comply with the Streets Plan.
Mobility and Streets Plan, Objective 01.2: “Create attractive, lively streetscapes
that support socializing, walking, biking, and accessibility” (p.38).
The improvements and proposed uses discussed above under Objective 0.1.1, in
addition to required public artwork, will support creation of an attractive, lively,
and safe public realm for a variety of users. Green infrastructure requirements will
further enhance this transit- and person-oriented developments approach to
sustainable land use practices.
Specific strategies under this objective that are advanced by 2024 Amendment
include (pp.38-39):
•
#3: Incorporate public art, cultural signage, human scale lighting,
benches, trash receptacles, and other design strategies and amenities
that provide walkability and interaction.
•
#5: Minimize new curb cuts on major streets, and locate surface
parking lots in the rear of buildings; all parking lots should be
appropriately screened, landscaped, and maintained.
•
#6: Promote the extensive use of green infrastructure – Maximize
planted areas, greenways, and swales to retain and filter stormwater.
Mobility and Streets Plan, Objective 02.1: “Improve transit service operations,
access, and convenience to promote increased ridership” (p.40).
Specifically in relation to Strategy #7 – “Encourage transit-oriented development
and districts with densities of development that are designed to be transit-
supported, particularly along regional corridors” (p.41) – the project will provide
enhanced density within walking distance of the Morristown Train Station and
local NJ Transit bus routes, incentivizing transit use and supporting ridership.
Land Use & Community Form Plan, Objective 01.1: “Preserve the physical
character and fabric of existing neighborhoods” (p.60).
NORTH PARK PLACE REDEVELOPMENT PLAN
pg. 41
Specifically, Strategy 2 recommends the Town “enact regulations to ensure new
development is compatible with the prevailing neighborhood context” (p.60). In
the downtown context, the Redevelopment Plan pays particular attention to
preservation of existing historic structures, as well as maintenance of the existing,
strong street wall that makes Downtown Morristown so attractive. As the
Redevelopment Plan relies on existing use, bulk, and intensity standards of the
underlying Town Center – Morristown Green Zoning Overlay, envisioned
development is of a scale and intensity consistent with existing conditions.
Land Use and Community Form Plan, Objective 01.4: “Continue to preserve and
create a range of housing choices that are affordable to low-, middle-, and
moderate-income households” (p.63).
By implementing Strategy #2 of this objective – “Continue to enforce the
mandatory provision of affordable housing in new development” (p.63) – this
development will provide up to 24 affordable rental units or 32 affordable for-sale
units.
Land Use and Community Form Plan, Objective 02.1: “Preserve and enhance the
downtown experience to support economic development and residential growth”
(p.64).
As discussed above, this Redevelopment Plan comprehensively provides for an
improved downtown experience, economic development, and residential growth
as a mixed-use development that maintains a strong street wall within Downtown
Morristown’s built form, reactivating a side of the Morristown Green that has seen
less activity and higher vacancy rates. Redevelopment will provide for an improved
streetscape consistent with Land Development Ordinance and Morristown
Partnership standards.
Specifically, the following of the Objective’s strategies are advanced (p.65):
•
#1: Enact regulations to ensure new development promotes
walkability and enlivens the public realm, such as requiring active
street-level uses and designs that enhance transparency and build
strong connections between adjacent buildings.
•
#6: Work with Morris Arts, the local arts council to develop a strategy
to administer, promote, and raise funds for public visual and
performance art projects.
Land Use and Community Form Plan, Objective 02.2: “Support the continued
growth of the downtown residential population, including areas proximate to the
train station” (p.66).
The Redevelopment Plan directly advances this objective by providing up to 160
residential units within blocks of the Morristown Train Station, located in the heart
of downtown and its many destinations.
Specifically, the following of the Objective’s strategies are advanced (p.66):
•
#1: Permit mixed-use building types – specifically housing above retail
and/or offices.
NORTH PARK PLACE REDEVELOPMENT PLAN
pg. 42
•
#2: Amend basic building, mass, bulk, and height requirements to
ensure new development is consistent with surrounding buildings and
the prevailing neighborhood context.
•
#3: Promote the adaptive reuse of historic buildings, particularly on
downtown mixed-use corridors such as South Street and Speedwell
Avenue.
Land Use and Community Form Plan, Objective 03.1: “Promote walkable, human-
scale design that respects Morristown’s historic character” (p.68).
As discussed above, the approach of the Redevelopment Plan is explicitly and
intentionally pedestrian-oriented. High façade transparency requirements will
support an active streetscape, improve safety through an “eyes on the street”
effect, and support quality of life for tenants and residents.
In this context, the following of the Objective’s strategies are advanced (pp.68-69):
•
#3: Require buildings and building entrances to be oriented to the
street and include pedestrian-scaled detailing.
•
#4: Maximize windows, views, and connections to the street and
sidewalks.
•
#5: Require off-street parking to located within, or adjacent to, or in
the rear of structures.
•
#6: In commercial areas, require active ground-floor uses that build a
continuous street wall.
•
#7: Incentivize and remove barriers to the expansion and re-use of
existing buildings, particularly buildings contributing to the historic
fabric of Morristown, instead of demolition and new construction.
•
#9: Adjust off-street parking requirements to reflect the proximity of
transit and incorporate shared parking strategies.
Land Use and Community Form Plan, Objective 03.2: “Promote sustainable
building practices” (p.69).
The Redevelopment Plan embraces use of sustainable design and construction
techniques, requiring at least LEED Silver certification, low-VOC paints, low-
emissivity glass, and a green roof system, as well as encouraging rain
gardens/bioswales, greywater harvesting systems, locally sourced/recycled
building materials, maximizing natural light penetration, and porous pavement.
Specific strategies advanced under this objective include (p.70):
•
#2 Establish minimum stormwater standards for new development.
•
#3: Establish minimum sustainable site and building standards for the
design and construction of new development.
•
#6: Require development proposals in redevelopment areas and/or
requesting municipal development incentives to meet minimum
NORTH PARK PLACE REDEVELOPMENT PLAN
pg. 43
energy and water standards, as well as sustainable site/building
design and construction standards.
•
#7: Incentivize and remove barriers to the expansion and re-use of
existing buildings (particularly those contributing to Morristown’s
historic character), instead of demolition and new construction.
Land Use and Community Form Plan, Objective 05.1: “Safeguard Morristown’s
heritage by protecting and promoting buildings and districts that tell the story of
its social, cultural, economic, and architectural history” (p.72).
As discussed above, this Redevelopment Plan embraces historic preservation,
requiring preservation of 10 N. Park Place, retention of the historic medallions on
the Century 21 building, and encouraging preservation of other historic buildings
and their design features.
Plans for Places
As the heart of Downtown throughout the ages, the 2014 Master Plan gives
extensive consideration for planning around the Morristown Green. In the context
of this Redevelopment Plan, the following principles are particularly pertinent
(p.98).
•
#1 Reinforce the historic role of the Green as a center of community
life – Reactivate it with new design, programming, activities, and
events.
•
#4: Preserve the historic character of surrounding buildings.
•
#5: Promote walkability and active ground-floor uses (no banks).
Of note, retail banks may be permitted as a permitted retail use.
Desired Community Form and Public Realm
Permit ground-floor office and residential lobbies only on side streets.
While lobbies will be permitted on North Park Place, standards have since been
expanded to provide specific regulations for lobbies on frontages requiring active
ground-floor uses in order to improve a lobby’s interaction with such a street
context.
Install sidewalk amenities described in the Streets Plan for Primary Activity
Corridors…including additional street trees and landscaping, bicycle parking,
benches, refuse containers, pedestrian-scale lighting, and outdoor café seating.
While the Streets Plan is not directly incorporated into or referenced by this Plan,
it does require compliance with streetscape standards of the Land Development
Ordinance.
Further,
the
Morristown
Green
Plans
for
Places
provides
extensive
recommendations for potential alternate intersection treatments and circulation
patterns around the Green. While no specific specifications are required or
provided at this time, the required traffic study as part of any redevelopment
project must conduct a feasibility assessment of such improvements as elaborated
on in the 2017 Morristown Mobility Initiative.
NORTH PARK PLACE REDEVELOPMENT PLAN
pg. 44
7.2.
2018 Housing Element & 2022 Consent Order
Morristown adopted its Housing Element and Fair Share Plan in 2018. This site was
not identified then as part of the Town’s realistic development potential. However,
to accommodate evolving conditions, the Town entered into a new Consent Order
Resolving FSHC’s June 21, 2021 Motion to Enforce entered into by the Town and
the Fair Share Housing Center in August 2022 (Docket No. MRS-L-1697-15). As part
of the Consent Order, this Redevelopment Area, alongside the 2-10 Washington
Street Redevelopment Plan, was identified to provide at least 15 family, non-age-
restricted affordable units. This Plan, with a total maximum yield of 160 units, will
provide up to 24 rental or 32 for-sale affordable units toward compliance with the
Town’s affordable housing obligations.
The Town of Morristown’s affordable housing requirement specifies a 15%
affordable housing requirement for residential rental buildings and a 20%
obligation for residential for-sale buildings. Development pursued under this Plan
shall incorporate this minimum requirement and shall be consistent with the
applicable requirements of the Land Development Ordinance, the Housing
Element and Fair Share Plan, the Town of Morristown’s 2017 Settlement
Agreement with the Fair Share Housing Center, and applicable Consent Orders.
The 2022 Consent Order further requires that Morristown shall ensure and require
that the affordable units comply with N.J.A.C. 5:80-26.1, et seq., UHAC, with the
sole exception that thirteen percent (13%) of the affordable units (fractional units
shall be rounded up) within each bedroom distribution shall be required to be for
very-low-income households earning thirty percent (30%) or less of the median
income. All residential units created via implementation of this Redevelopment
Plan shall satisfy these requirements.
7.3.
2018 & 2022 Master Plan Reexaminations
The 2018 Master Plan Reexamination does not speak to nor envision
redevelopment in this location specifically but notes that “Any redevelopment
plans adopted in the future should incorporate the conditions of the Town’s new
set aside ordinance and the Town’s affordable housing settlement agreement”
(p.49), which this Plan does.
As well, the 2022 Master Plan Reexamination does not speak directly to the North
Park Place Redevelopment Plan but provides the following guidance: “the Town
may elect to pursue the creation of new redevelopment areas, create or amend
redevelopment plans, or enact other mechanisms enabled under the NJ LRHL that
will
address
emerging
opportunities,
affordable
housing
requirements,
underutilized public facilities, deteriorating property conditions, or changing
market realities. New redevelopment plans should be reflective of the priorities
and vision outlined in this Reexamination and the Town’s other planning
documents.
7.4.
Morris County Master Plan
The 1975 Morris County Master Plan, a seminal document that addresses sprawl and
sustainability in the region. Pursuant to N.J.S.A. 40A:12A-7(a)(5), this Redevelopment Plan
NORTH PARK PLACE REDEVELOPMENT PLAN
pg. 45
relates directly to the goals, values, and objectives of the Morris County Master Plan, as
follows:
•
Make fuller use of existing transportation lines and facilities. The County Plan
anticipated that public transportation would achieve greater significance as a
necessary alternative to the private automobile, with its attendant problems of
pollution, energy availability, and congestion.
•
Promote a greater diversity of housing types. The County Plan points out that the
elderly and young couples do not need large living areas. Therefore, goals for
Morris County’s future should include adequate provision for other types of
housing in sufficient numbers to provide choice for all residents.
•
“Cluster” future growth around definable town centers and transportation
facilities to include commercial and office employment as well as residential, with
land use intensity decreasing as distance from the town center increases.
This Redevelopment Plan, which will provide up to 160 apartment dwelling units at the
core of Morristown and within walking distance of public transportation assets, is
consistent with and effectuates the 1975 Morris County Master Plan.
More recently, Morris County adopted a new Circulation Element in 2018. Given its focus
on circulation, the Element is limited in its relation to this Redevelopment Plan but does
contain several recommendations that are generally consistent with this Plan.
The County recommends consideration of a new bus route along US-202 between
Morristown and the VA Medical Center to the south in Lyons. Morristown presently has
transit service in every cardinal direction except south. Such route would presumably pass
proximate to the Site, making the Site a truly transit-oriented development and providing
potential residents with access to additional employment centers. The County also
acknowledged Morristown’s relatively high anticipated population growth between 2010
and 2040; at 0.7% over the 30-year span, it is only behind Riverdale in the County (0.9%).
The Element also acknowledges Morristown’s high expected job growth rate over the
same span. Providing diverse and affordable housing to accommodate projected demand
is important for sound planning.
Lastly, the County identified particular traffic concerns within Morristown, where Morris
Street is one of the most congested corridors under County jurisdiction, and Morristown
(alongside Dover) had the heaviest concentration of pedestrian and bicycle crashes in the
County. This Plan will require a traffic study to effectively assess the traffic congestion and
safety impacts of the Site’s redevelopment, as well as incorporate design that prioritizes
transit use and walkability.
7.5.
Surrounding Communities' Master Plans
The Local Redevelopment and Housing Law requires that a redevelopment plan identify
any significant relationship of the redevelopment plan to the master plans of contiguous
municipalities. Based on the central location of the Redevelopment Plan Area and the
distance from any municipal borders, no significant relationships with the master plans
Morris Township, the one municipality adjacent to Morristown, were identified.
7.6.
NJ State Plans
The Redevelopment Area is located within Planning Area 1 (PA-1). As documents in the
SDDRP, the following intent was documented for PA-1:
NORTH PARK PLACE REDEVELOPMENT PLAN
pg. 46
•
Provide for much of State’s future redevelopment;
•
Revitalize cities and towns;
•
Promote growth in compact forms;
•
Stabilize older suburbs;
•
Redesign areas of sprawl; and
•
Protect the character is existing stable communities.
This Redevelopment Plan is substantially consistent with and effectuates the intent of for
this Planning Area. This Plan provides for compact urban revitalization of historic
architectural assets in the heart of Morristown. Given its prominent location, this Plan
pays particular attention to architectural detail and consistency with the prevailing built
context surrounding the Morristown Green. Within walking distance of rail and bus stops,
open space, retail, dining, and cultural assets, this Plan will provide a high-quality, transit-
oriented development that supports walkability and synergy with surrounding uses.
NORTH PARK PLACE REDEVELOPMENT PLAN
pg. 47
8. APPENDIX C: DESIGNATING RESOLUTIONS
--- Document: Elevator Subcode Official Request for Bids ---
[691-002/00545588-]
NOTE: The Town of Morristown will consider bids only from firms or organizations that have
demonstrated the capability and willingness to provide high quality services in the manner described in
this Request for Bids.
REQUEST FOR BIDS FOR
ELEVATOR SUBCODE OFFICIAL
ISSUE DATE: May 30, 2024
DUE DATE: June 14, 2024
11:00 A.M.
Issued by:
Town of Morristown
200 South Street
Morristown, New Jersey
[691-002/00545588-]
Legal Notice to Bidders
Notice is hereby given that, in accordance with N.J.A.C. 5:23-4.5A, the Town of Morristown is seeking bids from authorized on-
site inspection agencies for a contract of three (3) years for an Elevator Subcode Official. Sealed Bids will be received by the
Business Administrator of the Town of Morristown, in the County of Morris, State of New Jersey, Municipal Building, Room 201,
200 South Street, Morristown, New Jersey, 07960, on June 14, 2024 at 11:00 a.m., prevailing time for the furnishing of the following:
ELEVATOR SUBCODE OFFICIAL
Specifications for the above may be examined in the Department of Building and Construction, 200 South Street, 2nd Floor,
Morristown, New Jersey, between the hours of 7:30 am and 3:20 pm, Monday through Friday. Any person, firm, or corporation
desiring a copy of the Specification Documents may obtain such from the Office of the Construction Official.
Any reference in the Bid specification documents to the terms “Proposal” or “Proposer” shall be construed to have the same meaning
as the terms “Bid” or “Bidder” pursuant to the Local Public Contracts Law.
Bidders must use the prepared Bid Sheet. Each bid must be enclosed in a sealed envelope addressed to the Business Administrator,
Town of Morristown, marked on the outside “Elevator Subcode Official” and delivered on or before the hour set forth above. Bid
opening will be held in Meeting Room 201, at 200 South Street, Morristown, N.J. NO BIDS WILL BE ACCEPTED AFTER THE
BID OPENING HAS COMMENCED. The Town of Morristown will not assume responsibility for bids forwarded by mail or
delivery service. The Town of Morristown reserves the right to award the contract to the lowest responsible bidder.
The successful bidder will be required to execute the contract within (20) twenty days after award of the contract and submit a
Business Entity Disclosure Certification and any other necessary documentation required if not already submitted.
Bids must be accompanied by a bid guarantee in the form of a certified check, bid bond or cashier’s check in the amount of ten
percent (10%) of the total amount bid, but not in excess of $20,000.00, made payable to the order of the Town of Morristown.
The guarantee of the successful bidder will be returned upon execution of the contract. All guarantees of the unsuccessful bidders
will be returned upon award of contract to the successful bidder.
Bidders (and Bidder’s subcontractors, if any) should submit a Business Registration Certificate issued by the New Jersey Department
of the Treasury, Division of Revenue, in accordance with the requirements of P.L. 2009, c. 315.
Bidding information contained in this Bid should be clear and not subject to qualifications, deletions, erasures or other markings
that create any doubt as to its meaning. Bidders should make sure that the Bid Form is signed by a duly authorized person on
behalf of the bidder and that the bid is responsive. Bidders can determine the responsiveness of their bid by reading “General
Instructions for Bidders” and the “Bid Document Submission Checklist”. INSTRUCTIONS MUST BE FOLLOWED EXACTLY
OR THE BID MAY BE DECLARED NON-RESPONSIVE.
The right to reject any and all bids and to waive any informality in any bid is reserved if such an action is not detrimental to the
interest of the Town of Morristown.
Bidders are required to comply with the requirements of P.L. 1975, c. 127, which pertains to "non-discrimination" and "affirmative
action" and P.L. 1977, c. 33, which refers to the statement of corporation ownership.
Attention is called to the fact that the contractor must ensure that employees and applicants for employment are not discriminated
against because of their race, creed, color, sex or national origin and to the greatest extent possible, opportunity for training and
employment shall be given to lower-income residents of the project area.
Jillian C. Barrick, AICP, P.P., Business Administrator
[691-002/00545588-]
TABLE OF CONTENTS
Legal Notice to Bidders
Table of Contents
General Instructions for Bidder
Technical Specifications
Bid Document Submission Checklist
• Misinterpretation of Contract Documents (Schedule A)
• Bid Sheet
• Additional Requirements
• Bid Bond Form (Schedule B)
• Stockholder, Partnership Or Other Business Entity Disclosure Statement Form (Schedule – C)
• Non-Collusion Affidavit (Schedule – D)
• Certificate of Bidder Showing Ability to Perform Contract (Schedule – E)
• Acknowledgement of Receipt of Changes Form (Schedule – F)
• Americans With Disabilities Act Disclosure (Schedule – G)
• List of Items to be Subcontracted and List of Subcontractors (Schedule – H)
• Affirmative Action Acknowledgement (See General Instruction To Bidders) (Schedule – I)
• Disclosure of Prohibited Activities in Russia, Belarus and investment activities in Iran
Successful Bidders Checklist
• Notice of Award
• Contract
• Individual Acknowledgement Form
• Partnership Acknowledgment Form
• Corporate Acknowledgement Form
• Limited Liability Acknowledgment Form
[691-002/00545588-]
GENERAL INSTRUCTIONS FOR BIDDERS
It is the purpose of these General Instructions to establish an understanding of the intent of the Town of
Morristown (“Town” or “Owner”) in the purchase of certain equipment/services.
Bidders shall be responsible to carefully examine the specifications enclosed herewith as well as the conditions
of the Bid. Failure to comply with any section of this invitation/notice may be deemed just cause for rejection
of the Bid as being non-responsive and not meeting specifications.
Specifications may be reviewed and/or acquired at the Department of Building and Construction, Second
Floor, during normal business hours of 7:30 am to 3:20 pm.
Sealed Bids will be received at the location and on the date and time stated in the Notice to Bidders, and at
that time opened and publicly read aloud. No Bids will be accepted after the Bid opening has commenced.
The Town takes no responsibility for the receipt of Bids through the U.S. Postal Service or other courier
services.
Any reference in the Bid specification documents to the terms “Proposal” or “Proposer” shall be construed to
have the same meaning as the terms “Bid” or “Bidder” pursuant to the Local Public Contracts Law.
1. Bid Submission
All Bids must be submitted on the Bid forms furnished herein and must be enclosed in a sealed opaque
envelope, with the name of the Bidder and the name of the project plainly and clearly marked on the outside
as follows:
TO:
Business Administrator, Jillian Barrick
2nd Floor, room 239
Town of Morristown
200 South Street
Morristown, N.J. 07960
Bid For:
“ELEVATOR SUBCODE OFFICIAL”
Due:
June 14, 2024, @ 11 a.m.
Submitted By: __________________________________
(Name of Bidder)
2. Bid Opening
At the time fixed, Bids will be opened and read publicly. All Bidders or their authorized representatives
are invited to be present. No Bids shall be received nor accepted after the commencement of the Bid opening.
It is the vendor’s responsibility to deliver the sealed Bid document to the Bid opening location as specified
herewith. The Town and/or its authorized agents are not responsible for misdirected or wrongly delivered Bid
documents.
[691-002/00545588-]
- 2 -
3.
Bid Completion
The Bidder shall fill in all blank spaces in the Bid form using ink or typewriter and sign same in ink. Erasures
or other changes in the Bid must be explained or noted over the signature of the Bidder. Bids containing any
conditions, omissions, unexplained erasures or alterations, or any item not called for in the Bid, or irregularities
of any kind, may be cause for rejection by the Town. Bidders may bid on any or all items or categories in this
Bid unless other stipulations are made in the specifications.
4.
Conditional Bids
Conditional Bids will not be accepted.
5.
Time to Award Contract
Bids are to remain firm for a period of not less than sixty (60) days. Award or rejection of Bids will be made
within this period. If for any reason the Municipality is unable to make an award within such sixty (60) day
period, it shall be lawful for such Municipality and each of the three lowest responsible Bidders to agree upon
an extension not to exceed an additional sixty (60) days, for the making of the award, in which event the
Municipality shall make the award or reject such Bids on or before the end of such extension period.
6.
Withdrawal of Bids
Any Bid may be withdrawn on written request received from a Bidder prior to the time fixed for the Bid
opening. After the time fixed for the bid opening a bid may be requested to be withdrawn if the bidder has
made a mistake. A mistake is defined as "a clerical error that is an unintentional and substantial computational
error or an unintentional omission of a substantial quantity of labor, material, or both, from the final bid
computation." N.J.S.A. 40A:11-2(42). The written request shall be signed by the Bidder. Otherwise no right
to withdraw a Bid shall exist after the time specified for opening of Bids or for the sixty (60) days thereafter.
7.
Comparison of Bid Prices
After the Bids are opened and read, they are compared on the basis of the Total Price Bid.
8.
Tax Exemption
Prices quoted in all Bids shall include delivery (FOB destination) and be exclusive of all Federal, State or
local taxes, from which the Town is exempt.
9. Misinterpretation of Contract Documents – (Schedule A)
Bidders shall submit this form with the Bid.
10.
Start of Work and Time of Completion
Work shall be commenced within ten calendar days after being instructed to do so in a written notice from
the Town of Morristown. Any work performed prior to this date will be at the Contractor's sole instance and
expense. The time for completion of the work shall be that fixed by the Standard Provisions.
[691-002/00545588-]
- 3 -
11. New Jersey Business Registration Requirements
Bidders and Bidders’ subcontractors, are required to submit a Business Registration Certificate issued by the New
Jersey Department of the Treasury, Division of Revenue, in accordance with the requirements of P.L. 2009, c.
315. This statute removes the requirement that a bid be automatically rejected if the Bidder fails to submit a
Business Registration Certificate at the time of the Bid. The statute now permits the Business Registration
Certificate to be filed with the Town of Morristown prior to the award of Bids. However, a Bidder must have a
valid Business Registration Certificate in place prior to the receipt of Bids.
For the term of the contract, the contractor and each of its affiliates and a subcontractor and each of its
affiliates [N.J.S.A. 52:32-44(g)(3)] shall collect and remit to the Director, New Jersey Division of Taxation,
the use tax due pursuant to the Sales and Use Tax Act on all sales of tangible personal property delivered into
this State, regardless of whether the tangible personal property is intended for a contract with a contracting
agency.
A business organization that provides false business registration information under the requirements of either
of those sections shall be liable for a penalty of $25 for each day of violation, not to exceed $50,000.00 for
each business registration copy not properly provided under a contract with a contracting agency.
12.
Contract Award and Right to Reject Bids
Pursuant to requirements of N.J.A.C. 5:30-5.1 et seq., any contract resulting from this bid shall be subject to
the availability and appropriation of sufficient funds annually.
The Town of Morristown shall determine whether a bidder is “responsible” in accordance with N.J.S.A
40A:11-1 et seq. The bid of any bidder that is deemed not to be “responsible” shall be rejected. The award is
to be made to the lowest responsible bidder submitting on the basis of the total base bid only and not divided
out by lowest unit pricing. The Town reserves the right to reject any and all Bids pursuant to N.J.S.A. 40A:11-
13.2, to award in whole or in part, to waive immaterial defect or informality in any Bid, or to accept substitutes
of equal or better quality, where it is deemed to be in the best interest of the Town to do so. The form of
contract shall be submitted by the owner to the successful bidder. Terms of the specifications package prevail.
Bidder exceptions must be formally accepted by the owner.
Within twenty (20) calendar days of the award of the contract, the Town of Morristown shall notify the
successful bidder in writing, at the address set forth in the bid and such notice shall specify the place and time
for delivery of the executed contract and the appropriate affirmative action documentation. Failure to deliver
the aforementioned documents as specified in the notice of award shall be cause for the Town of Morristown
to declare the successful bidder non-responsive and to award the contract to the next lowest bidder. Award or
rejection of Bids will be made within this period. If for any reason the Municipality is unable to make an
award within such sixty (60) day period, it shall be lawful for such Municipality and each of the three lowest
responsible Bidders to agree upon an extension not to exceed an additional sixty (60) days, for the making of
the award, in which event the Municipality shall make the award or reject such Bids on or before the end of
such extension period. All bidders will be notified of the Town of Morristown’s decision.
13.
U.S. Manufactured Products
In accordance with N.J.S.A. 40A:11-18, only products manufactured or farmed in the United States, wherever
available, shall be used in connection with this Contract.
[691-002/00545588-]
- 4 -
14.
Brand Name
The name of any manufacturer, trade name, or manufacturer or vendor model number or catalogue number
mentioned in the Specification Package is for the purpose of designating a standard of quality and type and for
no other. Even though a particular manufacturer's name or brand is mentioned, Bids will be considered on
other brands or on the product of other manufacturers which may be comparable and equivalent in quality, and
suitable to the Town's needs. When the responding Bid may differ from the requirements set forth in the
Specification Package, the vendor shall indicate clearly the item/product on which he is proposing; shall
describe each variation in detail in the space provided within the specification response/compliance sheets and
specifying the variation that will apply; and shall supply a sample or sufficient data to enable an intelligent
comparison to be made with the particular brand or manufacturer mentioned in the specifications. Catalogue
cuts and descriptive data shall be attached to the original copy of the Bid where applicable. Failure to submit
the above information may be sufficient grounds for rejection of the Bid.
15.
Return of Bid Guarantee
The Bid guarantee of all Bidders except the three (3) apparent lowest responsible Bidders, will be returned
within ten (10) days after the opening of Bids, Saturday, Sundays and Holidays excepted. The Bid guarantee
of the remaining unsuccessful Bidders will be returned within three (3) days, Sundays and Holidays excepted,
after award of a Contract and approval of the Contractor's performance bond.
16.
Use of Bid Guarantee as Liquidated Damages
All deposits made with Bids hereon shall be returned to the person making the same as soon as the three
lowest responsible Bidders are selected (except those deposits made by the lowest responsible Bidders) but, in
any event, within thirty days after receipt of Bids. If the Bidder to whom the award is made shall fail to execute
the Contract and furnish the required bond or security for the performance of the Contract within ten days, the
award shall be vacated and the deposit forfeited as liquidated damages.
17.
Required Signatures
The firm, corporate or individual name of the Bidder must be signed in the space provided for signatures on
the Bid form. In the case of a corporation, the title of the officer signing must be stated, and the signature of
said officer must be duly attested and the corporate seal affixed. In the case of partnership, each partner must
sign, or the Bid must be accompanied by original evidence of the authority of the Bidding partner to act for
the full partnership. A corporation not organized in the State of New Jersey must, as a condition to an award
of the Contract, furnish proof that it has qualified, under the laws of New Jersey, to do business in this State.
18
Intentionally Omitted.
19.
Technical Specification Questions or Bid Document Questions
Should be addressed to:
Brian Mulligan, Construction Official
Department of Building and Construction
Town of Morristown
200 South Street, 2nd Floor
[691-002/00545588-]
- 5 -
Morristown, NJ 07960
No answers to any questions will be binding on the Town of Morristown unless they are formally incorporated
as an addendum to these specifications. All questions must be submitted no less than three (3) business days
before the bid opening date. Any prospective Bidder who wishes to challenge a Bid specification shall file
challenges in writing with the contracting agent no less than three (3) business days prior to the opening of the
Bids. Challenges filed after that time shall be considered void and having no impact on the contracting unit or
the award of contract.
20.
Availability of Funds
The contractual obligation of the Town of Morristown under this Contract is contingent upon the availability
of appropriated funds from which payment for this Contract can be made.
The successful vendor (also referred to hereinafter as “Bidder”) shall be notified by a Notice of Award by
way of a Purchase Order and/or a written contract and copy of the Resolution by the governing body sent by
the Town. Within twenty (20) calendar days after receipt of said Notice, the successful vendor shall execute
and deliver to the Town all documents required in these instructions and the Bid package. If the successful
vendor fails to do so, the Town may elect to recover from that vendor damages caused to it by such failure.
21.
Qualifications of Bidder
The Town reserves the right to make such investigations as it deems necessary to determine the ability of a
Bidder to perform the work, and the Bidder shall furnish to the Town all such information and data for this
purpose as the Town may request. The Town reserves the right to reject any and all Bids if the evidence
submitted by or investigation of such Bidder fails to satisfy the Town that such Bidder is properly qualified to
carry out the obligations of the Contract and complete the work contemplated therein.
The Contract shall not be awarded to a Bidder/vendor, or an officer or partner, who appears on the State of
New Jersey’s list of debarred, suspended or disqualified Bidders.
22.
Bid Guarantee - (Schedule B)
Each Bid shall be accompanied by a certified check, cashier's check or Bid Bond duly executed by the Bidder
as principal. In the event a Bid bond is utilized, a surety company licensed to do business in the State of New
Jersey shall execute same. The certified check, cashier's check or Bid bond shall be drawn to the Town of
Morristown in the amount of (10%) ten percent of the total amount Bid. In the event a Bid Bond is utilized,
the form attached hereto and made a part hereof as Schedule B shall be utilized. The certified check, cashier's
check or Bid bond will be held by the Town as a guarantee, that in the event the Bid is accepted and a Contract
awarded to the Bidder, the Contract will be executed and its performance duly secured by the required
performance surety bonds. Cash or negotiable securities shall not be accepted.
Failure to submit such bid guarantee with the bid response will be deemed a fatal defect and shall render the
bid unresponsive.
23.
Intentionally Omitted.
24.
Stockholder, Partnership or Other Business Entity Disclosure Statement Form - (Schedule C)
[691-002/00545588-]
- 6 -
In accordance with N.J.S.A. 52:25-24.2 (P.L. 1977, Chapter 33), all Bidders shall submit with the Bid a
statement setting forth the names and addresses of all stockholders in the corporation, or partners in the
partnership, who own 10% or more of its stock, of any class, or of all individual partners in the partnership
who own 10% or greater interest therein, as the case may be. If a stockholder 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 the partnership, as the case may be, shall also be listed. Please use the attached form
to comply with this requirement. Failure to supply such Stockholder, Partner or Other Business Entity
Disclosure Statement Form shall be deemed a fatal defect and shall render the Bid unresponsive.
25.
Non-Collusion Affidavit Form - (Schedule D)
Bidders are required to complete the enclosed Non-Collusion Affidavit Form attached hereto. Failure to
submit same shall render the Bid unresponsive.
26.
Certificate of Bidder Showing Ability to Perform Contract – (Schedule E)
All Bidders must complete the enclosed form or the Bid shall be deemed unresponsive and shall be cause for
rejection of the Bid.
27.
Bid Forms and Additional Requirements.
Bids submitted on a form other than the Bid Form(s) provided herein shall be rejected. Bidders shall submit
bids using the bid form. All Bidders must answer all questions on the “Additional Requirements Form”.
Failure to answer such Additional Requirements shall render the bid unresponsive.
28.
Addendum/Acknowledgment of Receipt of Changes to Bid Documents – (Schedule F)
Fill in and sign attached form and submit with Bid. Failure to submit same shall render the Bid unresponsive.
29.
Compliance with Americans with Disability Act – (Schedule G)
During the performance of the Contract, the Contractor agrees to provisions of Title II of the American
Disabilities Act of 1990 (42 U.S.C. S12.101 et seq.) and shall execute Disclosure of Compliance with the
Americans with Disability Act. Failure to submit same shall render the Bid unresponsive.
30.
Insurance
The Contractor shall maintain the following insurance coverages in companies acceptable to the Town of
Morristown, which will protect him from claims for damages which may arise from operations under this
Contract whether such operations be by him or by any subcontractor or anyone directly or indirectly employed
by either of them. In the case of Bidders’ Insurance Companies and/or Surety Companies not chartered in the
State of New Jersey, the Bid must also be accompanied by proper certification from the Secretary of State,
indicating that such individuals, partnerships, and/or corporations are licensed to do business in the State of
New Jersey. All insurance policies shall name the Town of Morristown as additional insured.
1. Workers Compensation -- statutory limit; an Employer's Liability Insurance limit of not less than
$100,000.00. The policy to include a provision that the insurer agrees to waive all rights of subrogation
against the Town of Morristown, its employees or agents;
[691-002/00545588-]
- 7 -
2. Comprehensive Automobile Liability Coverage for protection against all claims for injury to any and
all persons and damage to property of others arising from the use of each automobile, truck, vehicle,
or other equipment used in the performance of the within Contract. The liability limits shall not be less
than the following:
a. Bodily Injury -- $1,000,000.00 per Person;
b. Property Damage -- $500,000.00 Each Occurrence; or
c. A Combined Single Limit of $1,000,000.00.
3. Comprehensive General Liability (Occurrence Form) Coverage for protection against all claims arising
from injuries to any or all persons (including death resulting therefrom) and damage to property
(including loss of use thereof) arising out of any act or omission of the Contractor, his agents and
employees. The following coverages are to be included:
o Products/Completed Operation
o Contractual Liability for obligations of this Contract
o Personal Injury Liability
4. The limits of liability shall not be less than $1,000,000 each occurrence and aggregate where applicable.
General Liability and Automobile Liability Insurances shall include Owner (its elected officials,
employees, agents, servants, consultants and designees, commissions, boards, authorities),
Engineer or Architect as Additional Insured.
All coverages shall be in a form and with insurers acceptable to Owner.
Contractor shall ensure that insurance policies are endorsed to provide at least thirty (30) days written
notice to Owner prior to any material change or cancellation of coverage.
Contractor, prior to commencing any work, shall submit a Certificate of Insurance to Owner
evidencing compliance with the above requirements.
31.
Requirements Under Right to Know Act
As required by the Workers' Right-to-Know Act, material safety data sheets must be submitted with signed
Contract Documents, where applicable, concerning hazardous substances.
32.
Prevailing Wage and Labor Laws
The New Jersey Prevailing Wage Act (Public Laws of 1963, Chapter 150) and provisions of the State Labor
Laws must be complied with by the successful Bidder.
33.
Additional Payment
The successful Bidder shall make no claim for additional payment or other concession because of any
misinterpretation or misunderstanding of the Contract Documents on his part or because of any failure to fully
acquaint himself with any condition or provision of the Contract Documents.
[691-002/00545588-]
- 8 -
Prices provided on the Bid Form herewith shall cover the cost of supplying all necessary labor and materials
together with all special equipment and tools necessary and proper, and shall include the cost of all insurances,
bonds, shipping, delivery and all other charges incidental to the services/procurement required herein.
34.
Delivery of Materials – Where Applicable
The successful Bidder shall deliver proposed materials as needed to any location designated by the Town at
the time of purchase. The materials shall be available pursuant to the delivery time stated on the Bid.
All materials, equipment, supplies and/or services delivered to or performed for the Town may be subject to
final inspection and/or testing by the Town or by other testing laboratories as the Town may designate. If the
result of one or more of such tests indicates that any part of the materials, supplies or services are deficient in
any respect, the Town may reject all or any part of the materials, supplies or services to be provided under this
contract/Bid.
35.
Cancellation of Contract
If the work to be done under this Contract shall be abandoned by the Contractor or if at any time the Town
Business Administrator shall certify in writing to the Town Council that the performance of the Contract is
unnecessarily or unreasonably delayed, or that the Contractor is willfully violating any of the conditions of the
specifications, or is executing the same in bad faith, or not in accordance with the terms hereof, the Town may
annul the Contract or any part thereof by a written notice served upon the Contractor, and the Town may
thereupon have the power to Contract for the completion of said work in the manner prescribed by law, and to
charge the entire cost and expense thereof to the Contract.
The cost and expense so charged shall be deducted from and paid by the Town out of such monies as may be
due or become due to the Contractor under and by virtue of the Contract. In case such expense shall exceed
the amount which would have been completed by the Contractor, he or his surety shall pay the amount of such
excess to the Town.
36.
Assignment and Subletting
The Contractor shall keep the work under his personal control, and shall not assign, transfer, convey, sublet,
or otherwise dispose of this Contract, or his right, title, or interest in or to the same or any part thereof, without
the previous consent, in writing, of the Town, and he shall not assign, by power of attorney or otherwise, any
of the monies to become due and payable under this Contract unless by and with the like consent of the Town.
Consent by the Town to an assignment of this Contract shall not, in any way, release the Contractor from the
conditions, covenants, and agreements herein undertaken by the Contractor, but such duty to perform shall
continue as though such assignment had not been made.
37.
Subcontractors – (Schedule H)
Any work to be subcontracted and the names of all subcontractors must be set forth in the Bid response or
such Bid response shall be deemed unresponsive and shall be rejected. No contractor shall Bid on any contract
for public work as defined in section 2 of P.L. 1963, c. 150 (C. 34:11-56.26) unless the contractor is registered
pursuant to this act. No contractor shall list a subcontractor in a Bid response for the contract unless the
subcontractor is registered pursuant to P.L. 1999, c. 238 (C. 34:11-56.48 et seq.) at the time the Bid is made.
No contractor or subcontractor, including a subcontractor not listed in the Bid response, shall engage in the
[691-002/00545588-]
- 9 -
performance of any public work subject to the contract, unless the contractor or subcontractor is registered
pursuant to that act.
The Contractor may utilize the services of subcontractors to accomplish any portion of its services. On the
“List of Subcontractors and Items to be Subcontracted (Exhibit H)” form, each vendor must identify the name
of each and every subcontractor whose services will be used to complete any portion of the vendor’s proposed
services, the nature of the subcontractor’s work and the address and phone number of the subcontractor.
If no subcontractors are to be utilized, the vendor shall affirm this on the “List of Subcontractors and Items to
be Subcontracted” form provided by checking off this statement and initialing where indicated.
The Contractor shall not be permitted to substitute for subcontractors listed in its Bid response without prior
written notice to the Town and written acceptance of the said substitution by the Town. The Town in no way
implies acceptance of any intended subcontractor by acceptance of Bids.
The Contractor shall be as fully responsible to the Town for the acts and omissions of its subcontractors and
of persons either directly or indirectly employed by them, as it is for the acts and omissions of persons directly
employed by the Contractor.
The Contractor shall cause appropriate provisions to be inserted in all subcontracts relative to the work to
bind subcontractors to the contractor by the terms of the RFP and any other Contract documents insofar as
applicable to the work of subcontractors and to give the successful vendor the same power as regards
terminating any subcontract as the Town may exercise over the Contractor under any provisions of the Contract
documents. Nothing contained herein or in any Contract document shall create any contractual relationship
between any subcontractor and the Town.
Failure to submit the “List of Subcontractors and Items to be Subcontracted” shall render the bid unresponsive
and be a mandatory cause for rejection under N.J.S.A. 40A:11.23.2.
38.
Affirmative Action Evidence – (Schedule I)
All vendors shall be required to comply with N.J.S.A. 10:5-31 et seq. (P.L. 1975, c.127) and N.J.A.C. 17:27-
1.1 et seq., concerning affirmative action, and any amendment thereto, and shall also comply with the
requirements contained in the "Affirmative Action/Employment Goal Compliance Attachment to Instructions"
attached to these Instructions. Bidders shall execute the Affirmative Action Acknowledgment attached hereto
as Schedule I.
39.
Intentionally Omitted.
40.
Oral Agreements and Waivers
Once a Contractor is chosen and contract is executed, no oral order, objection, claim or notice by any party
to the other shall affect or modify any of the terms or obligations contained in any of the Contract Documents,
and none of the provisions of the Contract Documents shall be held to be waived or modified by reason of any
act whatsoever, other than by a definitely agreed waiver or modification thereof, in writing, and no evidence
shall be introduced in any proceeding of any other waiver or modifications.
Further, neither the acceptance by the Town, nor any of its employees, nor any order of the Town, nor any
order by the Town for payment of money, nor any payment for, nor acceptance of, the whole or any part of
[691-002/00545588-]
- 10 -
the work by the Town, nor any extension of time, nor any possession taken by the Town or employees
therefore, shall operate as a waiver of any portion of this Contract or any power herein reserved to the Town,
or of any right to damages herein provided; nor shall any waiver of any breach of this Contract be held to be a
waiver of any other or subsequent breach. All remedies provided in this Contract shall be taken and construed
as cumulative; that is, in addition to each and every other remedy herein provided.
41.
Intentionally Omitted.
42.
Intentionally Omitted.
43.
Indemnification.
The successful bidder shall indemnify and hold harmless the owner from all claims, suits or actions, and
damages or costs of every name and description to which the owner may be subjected or put by reason of
injury to the person or property of another, or the property of the owner, resulting from negligent acts or
omissions on the part of the contractor, the contractor's agents, servants or subcontractors in the delivery of
goods and services, or in the performance of the work under the contract.
44.
Acquisition, Merger, Sale and/or Transfer of Business.
It is understood by all parties that if, during the life of the contract, the contractor disposes of his/her business
concern by acquisition, merger, sale and or/transfer or by any means convey his/her interest(s) to another party,
all obligations are transferred to that new party. In this event, the new owner(s) will be required to submit all
documentation/legal instruments that were required in the original bid/contract. Any change shall be approved
by the Owner. The contractor will not assign any interest in the contract and shall not transfer any interest in
the same without the prior written consent of the owner.
45. Payment.
Invoices shall be submitted monthly and shall state the address, job, and work performed at each location.
[691-002/00545588-]
- 11 -
TOWN OF MORRISTOWN
ON-SITE SUBCODE OFFICIAL
ELEVATOR INSPECTIONS
TECHNICAL SPECIFICATIONS
1. All bids must set forth the fees which the contractor proposes to charge for work done by it in the Town.
The fees must be expressed as a uniform percentage, by subcode, which shall not exceed one hundred percent
(100%) of the fees charged, as of the date on which the bids are opened, by the DCA when it serves as an
enforcing agency. The municipality requires a forty percent (40%) administrative fee. These fees are set
forth in N.J.A.C. 5:23-4.20.
2. The contract will set forth the specific amount to be paid by the Town to the Contractor. Such amount will,
in all cases, be the amounts set forth in N.J.A.C. 5:23-4.20, as of the date of the opening of the bids,
multiplied by the percentage proposed by the contract. Contractor will charge no other fees, will furnish no
services other than subcode enforcement services to the Town, and will not receive any payments from the
Town for any other goods or services whatsoever.
3. The contract will provide that amounts due to the contractor will be paid as follows, if applicable, and will
be billed within thirty (30) days of coming due.
4.
The amounts to be charged by contractor awarded a contract shall be the amounts set forth in N.J.A.C.
5:23-4.20 and/or 5:23-12.6 (a), (b) and (c) as of the date of the opening of the bids, multiplied by the
percentage set forth in the bid.
5. The contractor will provide the DCA with a copy of the executed contract and all amendments thereto,
including any attachments containing any terms of the agreement at least ten (10) days prior to the effective
date. Any subsequent amendments will also be submitted.
6. The Elevator Subcode Official/Inspectors may not be changed or replaced without the approval of the
Construction Official.
[691-002/00545588-]
- 12 -
7.
The Town will require subcode services from the contractor based on the permit activity in Town, as
determined by the Construction Code Official, to review plans and meet the public. Their performance
standards include:
A. Meeting between the Construction Code Official and the contractor will be at the time
designated by the Construction Code Official.
B. All inspections shall be performed between 7:00 a.m. and 6:00 p.m. in accordance with the
Uniform Construction Code regulations.
C. The contract may be terminated by the Town in thirty (30) days of written notice by certified
mail and by the Bidder in sixty (60) days of written notice by certified mail.
D. The response time for emergency service shall be one hour at any time of the day or night.
Contractor must provide service in the construction office five (5) days per week unless the
Construction Official determines that fewer days are acceptable given the level of building
activity.
[691-002/00545588-]
- 13 -
BID DOCUMENT SUBMISSION CHECKLIST
A. Failure to submit the following documents is a mandatory cause for the bid to be rejected.
(N.J.S.A. 40A:11-23.2)
Required With
Initial Each Item
Submission of Bid
Submitted with Bid
(Owner’s X-marks)
(Bidder’s initials)
X
A bid guarantee pursuant to N.J.S.A. 40A:11-23.21.
A certificate from a surety company, pursuant to N.J.S.A. 40A:11-22 (Consent of Surety)
X
Stockholder, Partnership Or Other Business Entity Disclosure Statement Form
X
A listing of subcontractors and items to be subcontracted pursuant to N.J.S.A. 40A:11-16
X
Bidders acknowledgment of receipt of any notice(s) or revision(s) or addenda to an
advertisement, specifications or bid document(s)
B. Failure to submit the following documents may be cause for the bid to be rejected.
(N.J.S.A. 40A:11-23.1b.)
Required With
Initial Each Item
Required with
Initial EachItem
Submission of Bid
Submitted with Bid
Submission of Bid
Submitted
(Owner’s checkmarks)
(Bidder’s initials)
(Owner’s checkmarks)
(Bidder’s initials)
Public Works Contractor
Registration Certificate for
Contractor and Subcontractor, if
applicable, pursuant to N.J.S.A.
34:11-56.48, et seq.
X
Submission of a Non-Collusion
Affidavit (this form must be
Notarized)
X
Affirmative Action
Acknowledgement
X
Additional Requirements
X
Bid Sheet
X
Misinterpretation of Contract
Documents Form
X
Certificate of Bidder Showing
Ability to Perform Contract
X
Business Registration Certificate of
Bidder and Subcontractors, if any,
pursuant to N.J.S.A. 52:32-44.
X
Americans with Disability Act
Disclosure Form
X
INVESTMENT ACTIVITIES IN
IRAN
C. SIGNATURE: The undersigned hereby acknowledges and has submitted the above listed requirements.
Name of Bidder / Company: _______________________________________________
Signature: _____________________________________
Date:________
Name and Title of Signer: ________________________________________________
[691-002/00545588-]
- 14 -
SCHEDULE “A”
MISINTERPRETATION OF CONTRACT DOCUMENTS
The successful Bidder shall make no claim for additional payment or other concession because of any
misinterpretation or misunderstanding of the contract documents on his part or because of any failure
to fully acquaint himself with any condition or provision of the contract documents.
Elevator Subcode Official
Bidder:
Signature:
Name Printed:
Title:
Date:
Corporate Registered Agent (if applicable)
Name:
Address:
[691-002/00545588-]
- 15 -
BID SHEET
Town of Morristown
Department of Building and Construction
200 South Street, 2nd Floor
Morristown, NJ 07960
Attn: Brian Mulligan, Construction Official
RE: Contract No. ________
Title of Contract:
ELEVATOR SUBCODE OFFICIAL
ESTIMATED NUMBER OF ELEVATOR DEVICES IS
310, this is subject to change.
Gentlepersons:
The undersigned herein states that he or an authorized member of his firm has studied all the Bid documents
and conditions and we are thoroughly familiar with the items to be provided and the delivery provisions. And
we further agree to enter into contract as directed. We will provide Plan Review and On-Site Inspection
Services for the following subcodes for a fee of:
Elevator: __________ of the State mandated fee for said services.
It is certified that the below named is authorized to make such a bid.
Name of Firm:
Address:
____________________________________________________________
(Written Signature)
____________________________________________________________
(Typed Signature)
____________________________________________________________
(Typed Position)
[691-002/00545588-]
- 16 -
ADDITIONAL REQUIREMENTS
This form must be submitted with the bid
It is required that the subcode official be available at the Department of Building and Construction to meet
with the public and the Construction Official on an as-needed basis as determined by the Construction Official.
All inspections and/or re-inspections shall take place between the hours of 7:00 A.M. and 6:00 P.M. and are
to be performed in a timely manner as prescribed by the Uniform Construction Code and directed by the
construction official. It is understood that the Bidder will adhere to and comply with all the duties and
responsibilities enumerated in N.J.A.C. 5:23-4.14 and all related rules.
The qualification statement submitted shall be in writing and shall contain the following information 1-13.
Please address in writing, the manner in which the Bidder intends to comply with our “Local Procedural
Requirements” a through j which are made a part of this request for bid.
Any omission of required information, in these qualification statements, questions 1 through 13 and
Local Procedural requirements a through j, shall allow the local governing body the option to automatically
disqualify the entire bid.
1.
Bidder name and principal business address.
2.
Name of person who will serve as the Bidder’s responsible official and representative if the Bidder is
awarded the contract.
3.
A complete list of all agencies technical, field inspection, and supervisory personnel, grouped by job
classification and title. This list must also contain the technical, educational, and license qualifications of each
person named.
4.
A complete list of all municipalities served by the Bidder specifically identifying the subcodes enforced
in each municipality named and the number of permits supervised and the number of inspections performed
during an average month of the previous year in each municipality.
5.
The Bidder’s Table of Organization correlated by job title to the personnel list specified in 3 above.
6.
The manner in which each class of employee is compensated which shall be one of the following only:
full-time salaried, part-time salaried, full-time hourly or part-time hourly. If employees of a given class are
compensated in more than one way, a percentage breakdown must be provided. Provide a list of the elevator
Inspectors and Subcodes employed by the Bidder in accordance with this requirement.
7.
The complete address of each Bidder’s office that is open and staffed at least 35 hours per week by
salaried or hourly employees of the Bidder.
8.
A narrative description of the arrangements the Bidder plans to make for the issuance of minor work
and single trade permits.
9.
A narrative description of the arrangements, the Bidder plans to make discharging plan review
obligations.
10.
The time in which the Bidder can or has performed plan reviews assigned by the Construction Official.
[691-002/00545588-]
- 17 -
11.
Any guarantees of time in responding to requests for required inspections or plan reviews where the
response time is less than the maximum time established in the regulations. If the Bidder cannot guarantee
response time less than the maximum, please state such fact in the bid response.
12.
The time in which the Bidder can respond or has responded to requests for required inspections from
the construction industry.
13.
List the name(s) of the sub-code officials and inspectors; list cell numbers for subcode officials and
inspectors who will be providing sub code and inspection services to the municipality.
14.
To maintain quality of work within our municipality as the bidder provides services in other
municipalities, the bidder shall have at least (5) full time staff members who are licensed to provide elevator
subcode services and who will satisfy a background check.
15.
In what other municipalities is/are the above listed sub code official(s) and inspector(s) performing sub
code or inspection services?
16.
What are the anticipated numbers of inspections that will be required of each sub code official(s) or
inspector(s) in any and all municipalities on an annual basis during the time of the contract with the
municipality?
17.
In addition to inspection s performed by said sub code official(s) or inspector(s) to other municipalities,
describe any additional duties or requirements of any such municipality.
18.
Describe in detail how said subcode official(s) or inspector(s) will service the municipality in
conjunction with any other services to other municipalities.
19.
A narrative description of the arrangements the Bidder plans to make for providing emergency
inspection services, including response time.
The following is our list of “Local Procedural Requirements” which shall be considered a part of the Bidder’s
response to this Bid.
a).
The Subcode Official must submit completed technical subcode forms to the attention of the
Construction Official of the Town of Morristown for signing and execution of the final certificate in the Town’s
offices. The form must include the type of certificate, Block and Lot numbers, Building Registration Numbers,
elevator car number and expiration date of Certificate and a Control Number for each certificate issued.
b).
The Subcode Official will prepare all Notice of Violation and Order to Terminate, form U.C.C. F211
for signing together in the office of the Construction Official. It must include all necessary information such
as Name of Owner/Agent, Lot and Block numbers, a Control Number for the purpose of identification, the
name and address of the Board of Appeals and the fee for application to the Board.
c).
Please provide a resume of the person(s) who will serve as the Bidder’s Subcode Official.
d).
Within (15) days of the inspection the Subcode Official must deliver in person, to our Building
Department, all inspection reports, completed Notices of Violation, and Certificate of Compliance for signing
[691-002/00545588-]
- 18 -
off with the Construction Official as required by N.J.A.C. 5:23-1 et seq., within the prescribed time frames set
forth in the regulations.(removed last sentence)
e).
As required by N.J.A.C. 5:23-12, inspection cycles shall be maintained. A monthly status report is
required, which provides the address of the elevator, including lot and block numbers, the current Owner or
Agent, the type of elevator device, the next inspection due date and type of inspection for each building location
in our municipality. Furnish an example of your report.
f).
The SubCode Official shall be required to bill for its services rendered at a minimum of once each
month. The bill must include the name and address of the owner, the elevator device address, the Lot and
Block number, total fee collected the fee payable to the owner and the administrative fee retained by the
municipality. Please provide an example of such bill.
g).
When in the municipality, the Subcode Official or elevator inspector shall be available as necessary to
perform inspections and will be required to advise us of their presence.
h).
The municipality requires a 40% administrative fee. Included within the envelope marked “Sealed
Bid,” please provide a Fee schedule based on the fees the Bidder is bidding.
[691-002/00545588-]
- 19 -
SCHEDULE “B”
BID BOND
Bond No.
KNOW ALL MEN BY THESE PRESENTS, that we, the undersigned, _____________________________, as Principal
and _____________________________, as Surety, are hereby held and firmly bound unto the Town of Morristown,
as Owner, in the penal sum of $_________________________ for the payment of which, well and truly to be made, we
hereby jointly and severally bind ourselves, our heirs, executors, administrators, successors and assigns.
The conditions of the above obligation are such that whereas the Principal has submitted to the Town of Morristown a
certain Bid, attached hereto and hereby made a part hereof to enter into a Contract in writing for the Elevator Subcode
Official.
NOW THEREFORE,
(a) If said Bid shall be rejected, or in the alternative,
(b) If said Bid shall be accepted and the Principal shall execute and deliver a Contract in the Form of contract
attached hereto (properly completed in accordance with said Bid) and shall furnish Bonds for his faithful
performance of said Contract, and for the payment of all persons performing labor or furnishing materials in
connection therewith, and shall in all other respects perform the agreement created by the accepted of said Bid,
then this obligation shall be void; otherwise, the same shall remain in full force and effect; it being expressly understood
and agreed that the liability of the Surety for any and all claims hereunder shall, in no event, exceed the penal amount of
this obligation as herein stated.
The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its Bonds shall be in
no way impaired or affected by any extension of the time within which the Owner may accept such Bid; and said Surety
does hereby waive notice of any such extension.
IN WITNESS WHEREOF, the Principal and the Surety have hereunto set their hands and seals, and such of them as are
corporations have caused their corporate seals to be hereto affixed and these presents to be signed by their proper officers,
the day and year first set forth above.
Signed and sealed this day of , 2024
ATTEST:
________________________________
(Corporate Name)
(Corp. Seal)
______________________________
By:
________________________________
Corporation Secretary
(Principal Signature)
Witness as to Surety
(Title)
______________________________
________________________________
(Surety)
(Signature)
(Seal)
[691-002/00545588-]
- 20 -
(Power of Attorney, and certificate of authority certified and effectively dated, for person signing for Surety Company,
and a financial statement must be attached.)
[691-002/00545588-]
- 21 -
SCHEDULE “C”
STOCKHOLDER, PARTNERSHIP OR OTHER BUSINESS ENTITY DISCLOSURE STATEMENT
N.J.S.A. 52:25-24.2 (P.L. 1977 c.33)
Failure of the bidder to submit the required information is cause for automatic rejection of bid.
NOTE:
It is mandatory that this form be completed and submitted with bids by all vendors who are
either corporations or partnerships. A Bidder who is neither a corporation nor a partnership
should so indicate in Paragraph A and sign at the end of the form.
In accordance with P.L. 1977, c.33, N.J.S.A. 52:25-24.2, a corporate, partnership or other business entity
vendor must submit a statement setting forth the names and addresses of all stockholders in the corporation or
those who own interests in the partnership or other business entity, who own TEN (10%) PERCENT or more
of its stock, of any class or of all individual partners in the partnership who own a 10% or greater interest
therein, as the case may be. If one or more such stockholder or partner is, itself, a corporation or partnership
or business entity, the stockholders holding 10% or more of that corporation's or business entity’s stock, or an
individual partner owning 10% or more interest in that partnership, as the case may be, shall also be listed.
The disclosure shall be continued until names and addresses of every non-corporate stockholder, and individual
partner, exceeding the 10% ownership criteria established by this act has been listed.
A.
NAME OF VENDOR:
[ ] Corporation
[ ] Subchapter S. Corporation
[ ] Limited Liability Corporation
[ ] Limited Liability Partnership
[ ] Limited Partnership
(Check one)
[ ] Partnership
[ ] Sole Proprietorship
[ ] Other (specify):
Complete if bidder/respondent is one of the 3 types of corporations:
Date Incorporated:___________
Where Incorporated: _______________
Address of Vendor:
B.
STOCKHOLDERS OR PARTNERS WITH 10% OR GREATER INTEREST
1.
2.
3.
4.
5.
6.
[691-002/00545588-]
- 22 -
7.
8.
9.
10.
(continue on supplemental sheet if necessary)
NOTE:
In the event that no individual stockholder or partner owns 10% or more of this corporation,
partnership, or other business entity, the vendor shall check below where indicated and sign as
required.
[ ]
No individual stockholder or partner owns 10% or more of this corporation or partnership or other
business entity.
BIDDER:
______________________________
Date:_____________________
By: ______________________________
Signature
______________________________
Print or Type Name and Title
[691-002/00545588-]
- 23 -
SCHEDULE “D”
NON-COLLUSION AFFIDAVIT
BID FOR: ELEVATOR SUBCODE OFFICIAL
STATE OF NEW JERSEY )
)
ss:
COUNTY OF
)
I, ___________________________________ of the Municipality of ___________________ in the
County of ___________________ and the State of ___________________ of full age, being duly sworn
according to law on my oath depose and say that:
I am the _____________________ (title) of the firm of____________________________ the
Vendor/Bidder making the Bid for the above named project/purchase, and that I executed the said Bid with
full authority to do so; that said Vendor/Bidder has not, directly or indirectly, entered into any agreement,
participated in any collusion, or otherwise taken any action in restraint of free competition in connection with
the above named project; and that all statements contained in said Bid and in this affidavit are true and correct,
and made with full knowledge that the Town of Morristown, relies upon the truth of the statements contained
in said Bid and in the statements contained in this affidavit in awarding the contract for the said
project/purchase.
I further warrant that no person or selling agency has been employed or retained to solicit of secure
such Contract upon an agreement or understanding for a commission, percentage, brokerage or contingent fee,
except bona fide employees or bona fide established commercial or selling agencies maintained by
__________________ (Name of Contractor) in accordance with N.J.S.A. 52:34-15.
Subscribed and sworn to
Signed: ___________________________
before me this day
of , 2024.
Title: ___________________________
_______________________________
Notary Public, State of New Jersey
My Commission Expires on ___________________
(Seal)
[691-002/00545588-]
- 24 -
SCHEDULE “E”
CERTIFICATE OF BIDDER SHOWING ABILITY TO PERFORM CONTRACT
PURSUANT TO N.J.S.A. 40A:11-20
The undersigned bidder hereby certifies to the Town of Morristown that he owns, leases or controls any
necessary equipment required by the plans, specifications, and advertisements under which bids are asked
for.
Signed _______________________
Date ________________________
[691-002/00545588-]
- 25 -
SCHEDULE “F”
ACKNOWLEDGMENT OF RECEIPT OF CHANGES TO BID DOCUMENTS
(THIS FORM MUST BE SUBMITTED WITH THE BID)
Pursuant to N.J.S.A. 40A:11-23. 1a., the undersigned bidder hereby acknowledges receipt of the following
notices, revisions, or addenda to the bid advertisement, specifications or bid documents. By indicating date of
receipt, bidder acknowledges the submitted bid takes into account the provisions of the notice, revision or
addendum. Note that the local units record of notice to bidders shall take precedence and that failure to include
provisions of changes in a Bid specification may be subject for rejection of the bid.
The following notices, revisions or addenda to the advertisement or bid documents were received:
Description:___________________________________________________________
Date Received:_________ Initial_______
Description:___________________________________________________________
Date Received:_________ Initial_______
Description:___________________________________________________________
Date Received:_________ Initial_______
Description:___________________________________________________________
Date Received:_________ Initial_______
Description:___________________________________________________________
Date Received:_________ Initial_______
I have received no notices, revisions or addenda to the advertisement or bid documents.
Initial_______
OR
Sign below in either case and return with Bid.
_________________________________________
Company Name
__________________________________________
Authorized Signature
Date
[691-002/00545588-]
- 26 -
SCHEDULE “G”
AMERICANS WITH DISABILITIES ACT DISCLOSURE
______________________, the Bidder, does hereby agree that the provisions of Title II of the Americans with
Disabilities Act of 1990 ("Act") (U.S.C. §12101 et seq.), which prohibits discrimination on the basis of disability by
public entities in all services, programs, and activities provided or made available by public entities, and the rules and
regulations promulgated pursuant thereunto, are made a part of these Request for Bids – Elevator Subcode Official for
the Town of Morristown.
Witness:
Contractor: ________________________
__________________________
By: _______________________________
Name
Name, Title
Notary:
Signed and sworn to before me on
_________, 2024.
_____________________________
Notary Public, State of ___________
[691-002/00545588-]
- 27 -
SCHEDULE “H”
LIST OF SUBCONTRACTORS AND ITEMS TO BE SUBCONTRACTED
Subcontractor #____:
Company Name:________________________________________
Company Address:______________________________________
______________________________________
Contact Person:________________________________________
Title:________________________________________________
Phone Number:________________________________________
Fax Number:__________________________________________
Description of work to be performed by subcontractor:
_________________________________________________________________________________
_________________________________________________________________________________
_________________________________________________________________________________
Subcontractor #____:
Company Name:________________________________________
Company Address:______________________________________
______________________________________
Contact Person:________________________________________
Title:________________________________________________
Phone Number:________________________________________
Fax Number:__________________________________________
Description of work to be performed by subcontractor:
_________________________________________________________________________________
_________________________________________________________________________________
_________________________________________________________________________________
IF NO SUBCONTRACTORS SHALL BE USED, PLEASE CHECK THIS LINE: ____________
NOTE: This form may be reproduced as necessary.
Date: __________
__________________________________
Name of Company
By: _______________________________
Authorized Signatory
[691-002/00545588-]
- 28 -
SCHEDULE “I”
AFFIRMATIVE ACTION
EMPLOYMENT GOAL COMPLIANCE
All vendors and all contractors, as a precondition to entering into a valid and binding procurement or
service contract with the Town, are required to submit to the Town, prior to or at the time the formal
Agreement (hereinafter referred to as the "contract") is submitted for signing by the Town (in
accordance with N.J.A.C. 17:27-4.3 promulgated by the Treasurer pursuant to P.L. 1975, c. 127), one of
the following three documents:
(1)
Appropriate evidence that the Contractor is operating under an existing federally approved or
sanctioned affirmative action program; or
(2)
A certificate of employee information report issued in accordance with N.J.A.C. 17:27-4; or
(3)
An Affirmative Action Employee Information Report consisting of forms provided by the
Affirmative Action Office and completed by the Contractor in accordance with N.J.A.C. 17:27-4.
During the performance of this contract, the Contractor agrees as follows:
A)
The Contractor or subcontractor, where applicable, will not discriminate against any employee or
applicant for employment because of age, race, creed, color, national origin, ancestry, marital status, sex, or
affectional or sexual orientation. The Contractor will take affirmative action to ensure that such applicants are
recruited and employed, and that employees are treated during employment, without regard to their age, race,
creed, color, national origin, ancestry, marital status, sex, or affectional or sexual orientation. Such action shall
include, but not be limited to the following: employment, upgrading, demotion, or transfer; recruitment or
recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for
training, including apprenticeship. The Contractor agrees to post in conspicuous places, available to
employees and applicants for employment, notices to be provided by the Town compliance officer setting forth
provisions of this nondiscrimination clause.
B)
The Contractor or subcontractor, where applicable will, in all solicitations or advertisements for
employees placed by or on behalf of the Contractor, state that all qualified applicants will receive consideration
for employment without regard to age, race, creed, color, national origin, ancestry, marital status, sex, or
affectional or sexual orientation.
C)
The Contractor or subcontractor, where applicable, will send to each labor union or representative or
workers with which it has a collective bargaining agreement or other contract or understanding, a notice, to be
provided by the agency contracting officer advising the labor union or workers' representative of the
Contractor's commitments under this act and shall post copies of the notice in conspicuous places available to
employees and applicants for employment.
[691-002/00545588-]
- 29 -
D)
The Contractor or subcontractor, where applicable, agrees to comply with any regulations promulgated
by the Treasurer pursuant to P.L. 1975, c.127, as amended and supplemented from time to time, and the
Americans with Disabilities Act.
E)
The Contractor or subcontractor agrees to attempt in good faith to employ minority and female workers
consistent with the applicable county employment goals prescribed by section N.J.A.C. 17:27-5.2 promulgated
by the Treasurer pursuant to P.L. 1975, c.127, as amended and supplemented from time to time or in
accordance with a binding determination of the applicable county employment goals determined by the
Affirmative Action Office pursuant to N.J.A.C. 17:27-5.2 promulgated by the Treasurer pursuant to P.L. 1975,
c.127, as amended and supplemented from time to time.
F)
The Contractor or subcontractor agrees to inform in writing appropriate recruitment agencies in the
area, including employment agencies, placement bureaus, colleges, universities, labor unions, that it does not
discriminate on the basis of age, creed, color, national origin, ancestry, marital status, sex, or affectional or
sexual orientation, and that it will discontinue the use of any recruitment agency which engages in direct or
indirect discriminatory practices.
G)
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.
H)
The Contractor or subcontractor agrees to review all procedures relating to transfer upgrading,
downgrading and layoff to ensure that all such actions are taken without regard to age, creed, color, national
origin, ancestry, marital status, sex, or affectional or sexual orientation, and conform with the applicable
employment goals, consistent with the statutes and court decisions of the State of New Jersey, and applicable
Federal law and applicable Federal court decisions.
I)
The Contractor and its subcontractors shall furnish such reports or other documents to the Affirmative
Action Office as may be requested by the office from time to time in order to carry out the purposes of these
regulations, and the Town shall furnish such information as may be requested by the Affirmative Action Office
for conducting a compliance investigation pursuant to Subchapter 10 of the Administrative Code (N.J.A.C.
17:27).
[691-002/00545588-]
- 30 -
SCHEDULE “I”
AFFIRMATIVE ACTION ACKNOWLEDGEMENT
(must be submitted with Bid)
I have read, understand, and intend to comply with the Affirmative Action/Employment Goal
compliance requirements for this contract.
VENDOR: _____________________________________
DATE: ________________________________________
BY: ___________________________________________
Signature
________________________________________
Print or Type Name and Title
NOTE: FOR PROCUREMENT OR PROFESSIONAL SERVICES, Contract is not binding unless
Bidder/vendor provides proof of Affirmative Action within three (3) days of Notice of Intent to Award.
Vendor/Bidder may also provide proof of Affirmative Action with this Bid if they desire.
[691-002/00545588-]
- 31 -
SUCCESSFUL BIDDER’S CHECKLIST
The following documents will be required from the successful bidder only, and may be submitted after
notification of award:
1.
Affirmative Action Documents.
2.
Certificate of Insurance with additional insured as specified.
3.
Signed Contract (will be sent to successful bidder upon notification of award).
4.
NJ Business Registration Certificate (if not already provided) for Contractor and
Subcontractors
5.
Any other document required under the Town of Morristown’s Local Pay to Play
Ordinance
[691-002/00545588-]
- 32 -
NOTICE OF AWARD
Date:
To:
Address:
Project: Elevator Subcode Official
Contract Number: ________
Please be advised that your firm has been awarded the above referenced contract by Town Council
Action dated ______________(Month) ___ 2024. Accordingly, please submit all required insurance
and documents requested within the contract for execution.
You are hereby notified that the delivery time under the above contract will commence to run on the date the
contract is executed (the “Effective Date”). From the Effective Date, your entity shall commence performance
of its contractual obligations.
Town of Morristown
_______________________________
Jillian C. Barrick
Business Administrator
Receipt of this “Notice to Proceed” is acknowledged.
Contractor: _______________________________
By: ______________________________________
(print Name)
By: ______________________________________
(signature)
Date: ____________________________________
[691-002/00545588-]
- 33 -
Contract: ______
ELEVATOR SUBCODE OFFICIAL
Resolution: __________
THIS AGREEMENT made this ____ day of _________ in the year two-thousand & twenty one between the
“Town of Morristown,” a municipal corporation of the State of New Jersey, (hereinafter called “The Town”), and
______________________, (hereinafter called the “Contractor,”):
WITNESSETH
That the Contractor, for and in consideration of the sum or sums of money hereinafter entitled to be paid, as hereinafter
expressed, by the Town, does hereby covenant, promise, and agree for himself, his executors, administrators, and assigns,
to and with the Town as follows:
1.
The Contractor shall perform all Work as specified or indicated in the Bid Specifications for the Elevator
Subcode Official and will well and faithfully do, perform and complete all the work for the position, as set forth
and required in the bid specification documents.
2.
That the Contractor shall perform the services contemplated herein for a term of three (3) years from date of
this contract as indicated in the Bid Specifications.
3.
The Town shall pay Contractor for performance of the work contemplated herein in accordance with the Bid
specification documents. Contractor shall submit monthly applications for payments for work completed along
with a signed voucher.
4.
The Contractor agrees that the amount and quantities of materials to be furnished and work to be done, as stated
in the advertisement for bids relative to this work, are approximate only; that the said estimate is sufficiently
accurate to determine the prices according to which it is agreed that the Contractor shall not, at any time, dispute
or complain of such statement nor assert that there was any misunderstanding in regard to the character of the
work to be done or the nature and amount of the materials to be furnished.
5.
And the Town does covenant and agree to pay the Contractor the following sums as and for the prices of the work
herein
agreed
to
be
done,
namely:
ELEVATOR
SUBCODE
OFFICIAL,
authorized
by
Resolution:_______________, for the Amount of :____________.
6.
For all other work and materials in connection with the improvement contemplated by this agreement, the
standard prices mentioned in the annexed specifications shall apply.
7.
Agreement to Do All Work and to Accept All Conditions. The contractor agrees to furnish all material, to fully
and faithfully perform and execute all work in accordance with the Contract Specifications, and to furnish all
labor, tools, implements, machinery, forms and transportation necessary and proper for the completion of Third
Party Elevator Inspection in accordance with the Bid Specifications at the prices named by him in the submitted
bid.
8.
Increase or Decrease of Quantities and Elimination of Items. In entering into this Contract, the Contractor agrees
that the quantities of work as stated in said bid are only approximated, and that during the progress of the work,
the Owner may find it advisable and shall have the right to omit portions of the work and to increase or decrease
the quantities and the Owner reserves the right to add to or take from the amount of the work as may be necessary
to complete the works in a manner satisfactory to the Owner.
[691-002/00545588-]
- 34 -
9.
Intentionally omitted.
10.
The Contractor shall proceed with the aforesaid work in a prompt and diligent manner and shall do the several
parts thereof at such time and in such order as the Town Engineer may direct. The Contractor shall complete the
whole of said work in accordance with the aforesaid plans and specifications by, with and through his own work
force, employees, administrators, equipment and material without brokering, factoring, assigning, or
subcontracting, unless otherwise approved by the Town of Morristown.
11.
The Contractor shall indemnify, defend and hold the Town harmless from and against any and all liabilities,
claims, damages, injury to persons or property, suits, judgments and any and all costs related thereto, including,
but not limited to, attorneys’ fees, raised in connection with the work contemplated herein.
12.
All of the terms and conditions contained within the bid specifications for the Elevator Subcode Official, and
the promises of Contractor contained therein, are hereby incorporated and made a part hereof as though fully set
forth at length herein.
ATTEST:
TOWN OF MORRISTOWN
__________________________
_____________________________
Margot G. Kaye, Town Clerk
Mayor Timothy P. Dougherty
Witness
ATTEST:
[NAME OF CONTRACTOR]
__________________________
______________________________
Witness
Authorized Signatory, Contractor
[691-002/00545588-]
- 35 -
INDIVIDUAL ACKNOWLEDGEMENT FORM
STATE OF
}
}
SS.:
COUNTY OF
}
BE IT REMEMBERED, that on this day of in the year Two Thousand
and , before me the subscriber, a Notary Public in the State of New Jersey, personally appeared
,
(Name)
who, I am satisfied, is the individual mentioned in the within Instrument, to whom I first made known the
contents thereof, and thereupon he acknowledged that he signed, sealed, and delivered the same as voluntary
act and deed, for the uses and purposes therein expressed.
Signature of Principal
Sworn and subscribed to before me this
day of 2024
L.S.
Notary Public in the State of New Jersey
My commission expires on 2024
(Seal)
[691-002/00545588-]
- 36 -
CORPORATE ACKNOWLEDGMENT FORM
STATE OF
}
} SS:
COUNTY OF
}
BE IT REMEMBERED, that on this day of , 2024, before me, the subscriber, a
Notary
Public
of
New
Jersey,
personally
appeared
_________________________________________________________ ,
(Name of Secretary or Treasurer)
who being by me duly sworn, on oath, says that he is the _______________________________________
(Secretary/Treasurer) of ; the Grantor named in the foregoing instrument;
that he that he well knows the corporate seal of said corporation; that the seal affixed to said instrument is the
corporate seal of said corporation; that the said seal was so affixed and the said instrument signed and delivered
by ________________________________ who was, at the date thereof president/vice president of
_______________________________________________ (Name of President or Vice President) of said
corporation, in the presence of this deponent, and said president/vice president
at the same time acknowledged that he signed, sealed and delivered the same as voluntary act and deed, and
as the voluntary act and deed of sad corporation, by virtue of authority from its Board of Directors, and that
deponent, at the same time, subscribed name to said instrument as an attesting witness to the execution thereof.
______________________________
(Signature of Secretary or Treasurer)
Sworn and subscribed to before me this
day of 2024
L.S.
Notary Public in the State of New Jersey
My commission expires on 2024
(Seal)
[691-002/00545588-]
- 37 -
PARTNERSHIP ACKNOWLEDGEMENT FORM
STATE OF
}
}
SS:
COUNTY OF
}
BE IT REMEMBERED, that on this day of , in the year Two Thousand and
_________, before me the subscriber, a Notary Public in the State of New Jersey, personally appeared who, I
am satisfied, is one of the partners of , the co-
partnership named as the firm party of the second part in the within Instrument, to whom I first made known
the contents thereof, and thereupon he acknowledged that he signed, sealed, and delivered the same as a
voluntary act and deed and as the voluntary act and deed of said co-partnership, for the uses and purposes
therein expressed.
Signature of Affiant
Sworn and subscribed to before me this
day of 2024
L.S.
Notary Public in the State of New Jersey
My commission expires on 2024
(Seal)
[691-002/00545588-]
- 38 -
LIMITED LIABILITY ACKNOWLEDGMENT FORM
STATE OF
}
} SS:
COUNTY OF
}
BE IT REMEMBERED, that on this day of , 2024, before me, the subscriber, a
Notary Public of New Jersey, personally appeared _________________________________________ ,
(Name of Member) who being by me duly sworn, on oath, says that he is a Member of ; the
Limited Liability Company named in the foregoing instrument; that he witnessed the signature of this
instrument by ____________________________, who was, at the date thereof Managing Member of the
Limited Liability Company named herein, in the presence of this deponent, and said Managing Member at the
same time acknowledged that he signed, sealed and delivered the same as voluntary act and deed, and as the
voluntary act and deed of said Limited Liability Company by virtue of authority from its Members, and that
deponent, at the same time, subscribed name to said instrument as an attesting witness to the execution thereof.
______________________________
(Signature of Member)
Sworn and subscribed to before me this
day of 2024
L.S.
Notary Public in the State of New Jersey
My commission expires on 2024
(Seal)
[691-002/00545588-]
- 39 -
The Certification form requires the insertion of contracting unit identification information which should be
filled in (in italics on the form) prior to its use.
Description
P.L. 2012, c.25 prohibits the awarding of State and local public contracts for goods and
services with persons or entities engaging in certain investment activities in energy or
finance sectors of Iran. Prior to contract award, vendors and contractors must certify that
neither they nor any parent entity, subsidiary, or affiliate is listed on the New Jersey
Department of the Treasury’s list of entities determined to be engaged in prohibited
activities in Iran pursuant to P.L. 2012, c. 25 ("Chapter 25 List").
[691-002/00545588-]
- 40 -
Part 2: Additional Information
Disclosure of Investment Activities in Iran
Person or Entity
Part 1: Certification
COMPLETE PART 1 BY CHECKING EITHER BOX.
Pursuant to Public Law 2012, c. 25, any person or entity that is a successful bidder or proposer, or otherwise
proposes to enter into or renew a contract, must complete the certification below to attest, under penalty of
perjury, that neither the person or entity, nor any parent entity, subsidiary, or affiliate is identified on the
State Department of Treasury's Chapter 25 list as a person or entity engaging in investment activities in Iran.
The list is found on Treasury’s website at www.state.nj.us/treasury/purchase/pdf/Chapter25List.pdf.
The Chapter 25 list must be reviewed prior to completing the below certification. If a vendor or contractor
is found to be in violation of law, action may be taken as appropriate and as may 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.
I certify, pursuant to Public Law 2012, c. 25, that neither the person or entity listed
above, nor any parent entity, subsidiary, or affiliate thereof is listed on the N.J.
Department of the Treasury’s list of entities determined to be engaged in prohibited
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. I will skip
Part 2 and sign and complete the Certification below.
OR
I am unable to certify as above because the person or entity and/or a parent entity,
subsidiary, or affiliate thereof is listed on the N.J. Department of the Treasury’s
Chapter 25 list. I will provide a detailed, accurate and precise description of the
activities in Part 2 below sign and complete the Certification below.
[691-002/00545588-]
- 41 -
PLEASE PROVIDE FURTHER INFORMATION RELATED TO INVESTMENT ACTIVITIES IN IRAN.
You must provide a detailed, accurate and precise description of the activities of the person or entity, or a
parent entity, subsidiary, or affiliate thereof engaging in investment activates in Iran below and, if more
space is needed, on additional sheets provided by you.
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 Name of Contracting Unit is relying on the information contained herein
and thereby acknowledge that I am under a continuing obligation from the date of this certification
through the completion of any contracts with the Reference to Contracting Unit to notify the Reference
to Contracting Unit 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, and 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 Name of
Contracting Unit and that the Reference to Contracting Unit at its option may declare any contract(s)
resulting from this certification void and unenforceable.
Full Name
(Print)
Title
Signature
Date
[691-002/00545588-]
- 42 -
STOCKHOLDER DISCLOSURE CERTIFICATION
Name of Business:
I certify that the list below contains the names and home addresses of all stockholders holding 10% or
more of the issued and outstanding stock of the undersigned.
OR
I certify that no one stockholder owns 10% or more of the issued and outstanding stock of the
undersigned.
Check the box that represents the type of business organization:
Partnership
Corporation
Sole Proprietorship
Limited Partnership
Limited Liability Corporation
Limited Liability Partnership
Subchapter S Corporation
Sign and notarize the form below, and, if necessary, complete the stockholder list below.
Stockholders:
Name:
Name:
Home Address:
Home Address:
Name:
Name:
Home Address:
Home Address:
Name:
Name:
Home Address:
Home Address:
Subscribed and sworn before me this ___ day of ___________, 2
__.
(Notary Public)
My Commission expires:
_________________________________
(Affiant)
________________________________
(Print name & title of affiant)
(Corporate Seal)
[691-002/00545588-]
- 43 -
--- Document: Legal Notice - Aviation Council and Conflict Redevelopment Attorney.pdf ---
TOWN OF MORRISTOWN
REQUEST FOR QUALIFICATIONS & PROPOSALS
The Town of Morristown (the “Town”) is soliciting Qualification Statements & Proposals from interested persons
and/or firms for the provision of the services listed below. Through the Request for Qualifications (“RFQ”) and
Request for Proposal (“RFP”) process, persons and/or firms interested in assisting the Town with the provision of
such services must prepare and submit a Qualification Statement or Proposal in accordance with the procedure and
schedule in the RFQ’s and RFP’s. The Town will review Qualification Statements & Proposals only from those
firms that submit a Qualification Statement or Proposal which includes all the information required to be included as
described (in the sole judgment of the Town). The Town intends to qualify (a) person(s) and/or firm(s) that (a)
possess(es) the professional, financial and administrative capabilities to provide the proposed services, and (b) agrees
and meets the terms and conditions determined by the Town that provide the greatest benefit to the taxpayers of
Morristown.
The selection of qualified respondents is not subject to the bidding provisions of the Local Public Contracts Law,
N.J.S.A. 40A:11-1 et seq. However, the selection is subject to the New Jersey Local Unit Pay-to-Play Law (the
“Law”), N.J.S.A. 19:44A-20.4 et seq. The Town has structured a procurement process that seeks to obtain the desired
results, while establishing a “fair and open” process under the Law, to assure that each person and/or firm is provided
an equal opportunity to submit a Qualification Statement or Proposal in response to the RFQ and/or RFP.
Qualification Statements & Proposals must be submitted to, and be received by, Jillian Barrick, Business
Administrator, Town of Morristown, 200 South St. CN914, Morristown, NJ 07963-0914 on or before 4:00 p.m. on
January 3, 2024. Qualification Statements will not be accepted by facsimile transmission or e-mail.
CONTRACTS:
(1)
Legal Services-Conflict Redevelopment Attorney
(2)
Legal Services-Aviation Attorney
Qualification Statements & Proposals must be submitted in the manner designated in the Instructions, must be
enclosed in sealed envelopes bearing name and address of the bidder and the name of the work on the outside,
addressed to the Town of Morristown.
Interested respondents must continue to monitor the town website www.townofmorristown.org until 4:00 p.m. on
January 3, 2024 as the Town reserves the right to issue Addenda to the RFQ & RFP documents in this space. BY
ORDER OF THE MAYOR OF THE TOWN OF MORRISTOWN.
JILLIAN BARRICK
BUSINESS ADMINISTRATOR
TOWN OF MORRISTOWN
--- Document: 2024 Legal Services - Conflict Redevelopment Attorney.pdf ---
NOTE: The Town of Morristown will consider proposals only from firms or organizations that have
demonstrated the capability and willingness to provide high quality services in the manner described
in this Request for Qualifications.
REQUEST FOR QUALIFICATIONS FOR THE PROVISION OF LEGAL SERVICES-
CONFLICT REDEVELOPMENT ATTORNEY
ISSUE DATE: December 18. 2023
DUE DATE: January 3, 2024
Issued by:
Town of Morristown
2
GLOSSARY
The following definitions shall apply to and are used in this Request for Qualifications:
"Town" - refers to the Town of Morristown.
"Principals" means persons possessing an ownership interest in the Respondent. If the Respondent is a corporation,
"Principals" shall include each investor who would have any amount of operational control over the Respondent and
every stockholder having an ownership interest of ten percent (10%) or more in the firm.
"Qualification Statement" - refers to the complete responses to this RFQ submitted by the Respondents.
"Qualified Respondent" - refers to those Respondents who (in the sole judgment of the Town) have satisfied the
qualification criteria set forth in this RFQ.
"Respondent" or "Respondents" - refers to the interested firm(s) that submit a Qualification Statement.
“Review Team” – Members of the Town Administration and its legal and/or financial advisors who shall review the
Qualification Statements.
"RFQ" - refers to this Request for Qualifications, including any amendments thereof or supplements thereto.
3
SECTION 1
INTRODUCTION AND GENERAL INFORMATION
Section 1.1.
Introduction and Purpose.
The Town is soliciting Qualification Statements from interested persons and/or firms for the provision of Legal
Services-Conflict Redevelopment Attorney, as more particularly described herein. Through a Request for
Qualification process described herein, persons and/or firms interested in assisting the Town with the provision of such
services must prepare and submit a Qualification Statement in accordance with the procedures and schedules in this
RFQ. The Town will review Qualification Statements only from those firms that submit a Qualification Statement
which includes all the information required to be included as described herein (in the sole judgment of the Town). The
Town intends to qualify person(s) and/or firm(s) that: (a) possesses the professional, financial and administrative
capabilities to provide the proposed services, and (b) will agree to work under the compensation terms and conditions
determined by the Town to provide the greatest benefit to the taxpayers of Morristown.
Section 1.2.
Procurement Process and Schedule.
The selection of Qualified Respondents is not subject to the bidding provisions of the Local Public Contracts Law,
N.J.S.A. 40A:11-1 et seq. The Town has structured a procurement process that seeks to obtain the desired results
described above, while establishing a competitive process to assure that each person and/or firm is provided with an
equal opportunity to submit a Qualification Statement in response to the RFQ. Qualification Statements will be
evaluated in accordance with the criteria set forth in Section 5 of this RFQ, which will be applied in the same manner
to each Qualification Statement received. Respondents agree to at all times abide by all requirements of New Jersey
law.
Qualification Statements will be reviewed and evaluated by the Town Administration and its legal and/or financial
advisors (collectively, the "Review Team"). The Qualification Statements will be reviewed to determine if the
Respondent has met the minimum professional, administrative and financial criteria described in this RFQ. Under no
circumstances will a member of the Review Team review responses to an RFQ for a position which they or their firm
submitted a response. Based upon the totality of the information contained in the Qualification Statement, including
information about the reputation and experience of each Respondent, the Town will (in its sole judgment) determine
which Respondents are qualified from professional, administrative and financial standpoints. Each Respondent that
meets the requirements of the RFQ (in the sole judgment of the Town) will be designated as a Qualified Respondent
and will be given the opportunity to participate in the selection process determined by the Town.
The RFQ process commences with the issuance of this RFQ. The steps involved in the process and the anticipated
completion dates are set forth in Table 1, Procurement Schedule. The Town reserves the right to, among other things,
amend, modify or alter the Procurement Schedule upon notice to all potential Respondents.
All communications concerning this RFQ or the RFQ process shall be directed to the Town’s Designated Contact
Person, in writing.
4
Designated Contact Person:
Jillian Barrick
Business Administrator
Town of Morristown
200 South St. CN914
Room 239, Office of Mayor/Administration
Morristown, NJ 07963-0914
Qualification Statements must be submitted to, and be received by, the Town, by hand delivery or regular mail, by 4:00
p.m. prevailing time on January 3, 2024. Qualification Statements will not be accepted by facsimile transmission or
e-mail.
Subsequent to issuance of this RFQ, the Town (through the issuance of addenda to all firms that have received a copy
of the RFQ) may modify, supplement or amend the provisions of this RFQ in order to respond to inquiries received
from prospective Respondents or as otherwise deemed necessary or appropriate by, and in the sole judgment of, the
Town.
TABLE 1
ANTICIPATED PROCUREMENT SCHEDULE
ACTIVITY
DATE
1. Issuance of Request for Qualifications
December 18, 2023
2. Receipt of Qualification Statements
January 3, 2024
3. Completion of Evaluation of Qualification Statements by the Review Team January 9, 2024
4. Town Review of Review Team Recommendations
January 12, 2024
5. Approval of Professional Services Resolutions by Town Council
January 23, 2024
Section 1.3.
Conditions Applicable to RFQ.
Upon submission of a Qualification Statement in response to this RFQ, the Respondent acknowledges and consents to
the following conditions relative to the submission and review and consideration of its Qualification Statement:
•
This document is an RFQ and does not constitute an RFP.
•
This RFQ does not commit the Town to issue an RFP.
•
All costs incurred by the Respondent in connection with responding to this RFQ shall be borne solely
by the Respondent.
•
The Town reserves the right, in its sole judgment, to reject for any reason, any and all responses and
components thereof and to eliminate any and all Respondents responding to this RFQ from further
consideration for this procurement.
•
The Town reserves the right, in its sole judgment, to reject any Respondent that submits incomplete
responses to this RFQ, or a Qualification Statement that is not responsive to the requirements of this
RFQ.
5
•
The Town reserves the right, without prior notice, to supplement, amend, or otherwise modify this
RFQ, or otherwise request additional information.
•
All Qualification Statements shall become the property of the Town and will not be returned.
•
All Qualification Statements will be made available to the public at the appropriate time, as determined
by the Town, in the exercise of its sole discretion, in accordance with applicable law.
•
The Town may request Respondents to send representatives to the Town for interviews.
•
Any and all Qualification Statements not received by the Town by 4:00 p.m. prevailing time on January
3, 2024 will be rejected.
•
Neither the Town, its consultants or advisors, nor their respective staffs, including, but not limited to,
the Review Team, shall be liable for any claims or damages resulting from the solicitation or
preparation of the Qualification Statement, nor will there be any reimbursement to Respondents for
the cost of preparing and submitting a Qualification Statement or for participating in this procurement
process.
Section 1.4.
Rights of Town.
The Town reserves, holds and may exercise, at its sole discretion, the following rights and options with regard to this
RFQ and the procurement process in accordance with the provisions of applicable law:
•
To determine that any Qualification Statement received complies or fails to comply with the terms of
this RFQ.
•
To supplement, amend or otherwise modify the RFQ through issuance of addenda to all prospective
Respondents who have received a copy of this RFQ.
•
To waive any technical non-conformance with the terms of this RFQ.
•
To change or alter the schedule for any events called for in this RFQ upon the issuance of notice to all
prospective Respondents who have received a copy of this RFQ.
•
To conduct investigations of any or all of the Respondents, as the Town deems necessary or
convenient, to clarify the information provided as part of the Qualification Statement and to request
additional information to support the information included in any Qualification Statement.
•
To suspend or terminate the procurement process described in this RFQ at any time in the Town’s sole
discretion. If terminated, the Town may determine to commence a new procurement process or
exercise any other rights provided under applicable law without any obligation to the Respondents.
The Town shall be under no obligation to complete all or any portion of the procurement process described in this
RFQ.
6
Section 1.5
Addenda or Amendments to RFQ.
During the period provided for the preparation of responses to the RFQ, the Town may issue addenda, amendments or
answers to written inquiries. Those addenda will be noticed by the Town and will constitute a part of the RFQ. All
responses to the RFQ shall be prepared with full consideration of the addenda issued prior to the proposal submission
date.
Section 1.6
Cost of Proposal Preparation.
Each proposal and all information required to be submitted pursuant to the RFQ shall be prepared at the sole cost and
expense of the respondent. There shall be no claims whatsoever against the Town, its staff, its consultants or such
consultants’ staff, for reimbursement for the payment of costs or expenses incurred in the preparation of the
Qualification Statement or other information required by the RFQ.
Section 1.7
Proposal Format.
Responses should cover all information requested in the questions to be answered in this RFQ.
Responses which in the judgment of the Town fail to meet the requirements of the RFQ or which are in any way
conditional, incomplete, obscure, contain additions or deletions from requested information, or contain errors. may be
rejected.
SECTION 2
SCOPE OF SERVICES
It is the intent of the Town to solicit Qualification Statements from Respondents that have expertise in the provision of
Legal Services-Conflict Redevelopment Attorney. Firms and/or persons responding to this RFQ shall be able to
demonstrate that they will have the continuing capabilities to perform these services.
SECTION 3
SUBMISSION REQUIREMENTS
Section 3.1
General Requirements.
The Qualification Statement submitted by the Respondent must meet or exceed the professional, administrative and
financial qualifications set forth in this Section 3 and shall incorporate the information requested below.
In addition to the information required as described below, a Respondent may submit supplemental information that it
believes may be useful in evaluating its Qualification Statement. Respondents are encouraged to be clear, factual, and
concise in their presentation of information.
Section 3.2
Administrative Information Requirements.
The Respondent shall, as part of its Qualification Statement, provide the following information:
7
1.
An executive summary (not to exceed two (2) pages) of the information contained in all the other parts
of the Qualification Statement.
2.
An executed Letter of Qualification (See Appendix A to this RFQ).
3.
Name, address and telephone number of the firm or firms submitting the Qualification Statement
pursuant to this RFQ, and the name of the key contact person.
4.
A description of the business organization (i.e., corporation, partnership, joint venture, etc.) of each
firm, its ownership and its organizational structure.
(a)
Provide the names and business addresses of all Principals of the firm or firms submitting the
Qualification Statement. For purposes of this RFQ, "Principals" means persons possessing an
ownership interest in the Respondent. If the Respondent is a corporation, "Principals" shall
include each investor who would have any amount of operational control over the Respondent
and every stockholder having an ownership interest of ten percent (10%) or more in the firm.
(b)
If a firm is a partially owned or a fully-owned subsidiary of another firm, identify the parent
company and describe the nature and extent of the parents' approval rights over the activities
of the firm submitting a Qualification Statement. Describe the approval process.
(c)
If the Respondent is a partnership or a joint venture or similar organization, provide
comparable information as required in (b) above for each member of the partnership, joint
venture or similar organization.
(d)
A statement that the Respondent has complied with all applicable affirmative action (or
similar) requirements with respect to its business activities, together with evidence of such
compliance
5.
An executed Letter of Intent (See Appendix B).
6.
An executed Payment Conditions and Rate Schedules Form (See Appendix C).
7.
An executed Americans with Disabilities Act of 1990 Acknowledgement Form (See Appendix D).
9.
The number of years the business organization has been in business under its present name.
10.
The number of years the business organization has been under its current management.
11.
Any judgments, claims or suits within the last three (3) years in which Respondent has been
adjudicated liable for professional malpractice. If yes, please explain.
12.
Whether the business organization is now or has been involved in any bankruptcy or re-organization
proceedings in the last ten (10) years. If yes, please explain.
13.
Confirm appropriate federal and state licenses to perform activities. Submit a copy of the Firm’s
Business Registration Certificate.
8
Section 3.3
Professional Information Requirements.
1.
Respondent shall submit a description of its overall experience in providing the type of
services sought in the RFQ. At a minimum, the following information on past experience should be
included as appropriate to the RFQ:
a.
Description and scope of work by Respondent;
b.
Name, address and contact information of references; and
c.
Explanation of perceived relevance of the experience to the RFQ.
2.
Describe the services that Respondent would perform directly.
3.
Describe those portions of the Respondent’s services, if any, that are sub-contracted out.
Identify all subcontractors the Respondent anticipates using in connection with this project.
4.
Does the Respondent normally employ union or non-union employees?
5.
Resumes of key employees.
6.
A narrative statement of the Respondent’s understanding of the Town’s needs and goals.
7.
List all immediate relatives of Principal(s) of Respondent who are Town employees or elected
officials of the Town. For purposes of the above, “immediate relative” means a spouse, parent,
stepparent, brother, sister, child, stepchild, direct-line aunt or uncle, grandparent, grandchild, and in-
laws by reason of relation.
SECTION 4
INSTRUCTIONS TO RESPONDENTS
Section 4.1
Submission of Qualification Statements.
Respondents must submit an original and one (1) copy of their Qualification Statement to the Designated Contact
Person:
Ms. Jillian Barrick
Business Administrator
Town of Morristown
200 South St. CN914
Room 239, Office of Mayor/Administration
Morristown, NJ 07963-0914
Qualification Statements must be received by the Town no later than 4:00 p.m. (prevailing time) on January 3, 2024
and must be mailed or hand-delivered. Qualification Statements forwarded by facsimile or e-mail will not be accepted.
9
To be responsive, Qualification Statements must provide all requested information, and must be in strict conformance
with the instructions set forth herein. Qualification Statements and all related information must be bound, and signed
and acknowledged by the Respondent.
SECTION 5
EVALUATION
The Town’s objective in soliciting Qualification Statements is to enable it to select a firm or organization that will
provide high quality and cost effective services to the citizens of Morristown. The Town will consider Qualification
Statements only from firms or organizations that, in the Town’s judgment, have demonstrated the capability and
willingness to provide high quality services to the citizens of the Town in the manner described in this RFQ.
Proposals will be evaluated by the Town on the basis of the most advantageous, all relevant factors considered. The
evaluation will consider:
1.
Experience and reputation in the field;
2.
Knowledge of the Town and the subject matter addressed under the contract;
3.
Availability to accommodate the required meetings of the Town; and
4.
Other factors demonstrated to be in the best interest of the Town.
10
APPENDIX A
LETTER OF QUALIFICATION
(Note: To be typed on Respondent's Letterhead. No modifications may be made to this letter)
[INSERT DATE]
Attn: Ms. Jillian Barrick
Business Administrator
Town of Morristown
200 South St. CN914
Morristown, NJ 07963-0914
Dear Ms. Barrick:
The undersigned has reviewed its Qualification Statement submitted in response to the Request for Qualifications
(RFQ) issued by the Town of Morristown ("Town"), dated __________________, in connection with the Town’s need
for Legal Services-Conflict Redevelopment Attorney.
We affirm that the contents of our Qualification Statement (which Qualification Statement is incorporated herein by
reference), are accurate, factual and complete to the best of our knowledge and belief and that the Qualification
Statement is submitted in good faith upon the express understanding that any false statement may result in the
disqualification of (Name of Respondent).
(Respondent shall sign and complete the spaces provided below. If a joint venture, appropriate officers of each
company shall sign.)
(Signature of Chief
Executive Officer)
(Typed Name and Title)
(Type Name of Firm)
Dated: ___________________
11
APPENDIX B
LETTER OF INTENT
(Note: To be typed on Respondent's Letterhead. No modifications may be made to this letter)
[INSERT DATE]
Attn: Ms. Jillian Barrick
Business Administrator
Town of Morristown
200 South St. CN914
Morristown, NJ 07963-0914
Dear Ms. Barrick:
The undersigned, as Respondent, has (have) submitted the attached Qualification Statement in response to a Request for
Qualifications (RFQ), issued by the Town of Morristown ("Town"), dated __________________in connection with the
Town’s need for Legal Services-Conflict Redevelopment Attorney.
(Name of Respondent) HEREBY STATES:
1.
The Qualification Statement contains accurate, factual and complete information.
2.
(Name of Respondent) agrees (agrees) to participate in good faith in the procurement process as described
in the RFQ and to adhere to the Town's procurement schedule.
3.
(Name of Respondent) acknowledges (acknowledge) that all costs incurred by it (them) in connection with
the preparation and submission of the Qualification Statement and any proposal prepared and submitted in
response to the RFQ, or any negotiation which results therefrom shall be borne exclusively by the
Respondent.
5.
(Name of Respondent) hereby declares (declare) that the only persons participating in this Qualification
Statement as Principals are named herein and that no person other than those herein mentioned has any
participation in this Qualification Statement or in any contract to be entered into with respect thereto.
Additional persons may subsequently be included as participating Principals, but only if acceptable to the
Town. (Name of Respondent) declares that this Qualification Statement is made without connection with
any other person, firm or parties who has submitted a Qualification Statement, except as expressly set forth
below and that it has been prepared and has been submitted in good faith and without collusion or fraud.
5.
(Name of Respondent) acknowledges and agrees that the Town may modify, amend, suspend and/or
terminate the procurement process (in its sole judgment). In any case, the Town shall not have any liability
to the Respondent for any costs incurred by the Respondent with respect to the procurement activities
described in this RFQ.
6.
(Name of Respondent) acknowledges that any contract executed with respect to the provision of Legal
Services-Conflict Redevelopment Attorney must comply with all applicable affirmative action and
similar laws. Respondent hereby agrees to take such actions as are required in order to comply with such
applicable laws.
(Respondent shall sign and complete the space provided below. If a joint venture, appropriate officers of each company shall
sign.)
(Signature of Chief Executive Officer)
(Typed Name and Title)
(Type Name of Firm)
Dated: ________________
12
APPENDIX C
PAYMENT CONDITIONS AND RATE SCHEDULES
1. The Town of Morristown wishes to approve the qualifications of a law firm or firms to provide
Legal Services-Conflict Redevelopment Attorney to the Town for 2024. Upon appointment to
the position of Conflict Redevelopment Attorney, no work or compensation is guaranteed, however.
This will be done by a Resolution of the Town. By submitting a response to this RFQ, the
Respondent acknowledges that it will not propose or charge hourly rates that exceed One Hundred
and Fifty Dollars ($150.00) for attorneys and One Hundred Dollars ($100.00) an hour for paralegals
and clerks..
2. Counsel shall be reimbursed at cost for expenses incurred for duplication, filing fees, court reporters
and other reasonable and approved out-of-pocket expenses advanced and/or incurred by counsel.
Counsel shall be reimbursed for direct charges including disbursements that are actual expenses
incurred by the Professional and or/their associated Firm in connection with such legal services and
approved by the Board, and shall include, but not be limited to:
a.
Telegrams, faxes and long distance (Out-of-State) telephone calls;
b.
Payment of filing, application fees, review fees and similar charges;
c.
Computer expenses including time and proprietary program charges;
d.
Outside printing, reproduction, binding, collating and other graphic services;
e.
Messenger service, postage and handling of drawing and specifications, reports, contracts
and other bulky items.
3. Monthly invoices shall be submitted detailing all services performed.
Signature: The undersigned hereby acknowledges and accepts the established payment terms.
Name of Respondent/Firm:__________________________________
Print name and title:________________________________________
Signature:________________________________________________
Date:____________________________________________________
ATTEST:
________________________________
Witness
13
APPENDIX D
AMERICANS WITH DISABILITIES ACT OF 1990
ACKNOWLEDGEMENT FORM
This form is an agreement of the successful Vendor’s obligation to comply with the requirements of 42 U.S.C.
§121.01 et seq., referred to as the Americans Disability Act of 1990.
The undersigned Vendor hereby acknowledges receipt of the Americans with Disabilities Act of 1990 found at
Appendix B of this packet.
The undersigned Vendor hereby certifies that he/she is aware of the commitment to comply with the requirements
of 42 U.S.C. §121.01 et seq. and agrees to furnish any required forms as evidence of compliance.
The undersigned Vendor further certifies that he/she understands that his/her proposal shall be rejected as non-
responsive and any contract entered into shall be void and of no effect if said Vendor fails to comply with the
requirements of 42 U.S.C. §121.01 et seq.
COMPANY:___________________________ TITLE:______________________________
PRINT NAME: __________________________SIGNATURE:_______________________________
DATE: ______________________
--- Document: 2024 Legal Services - Aviation Counsel.pdf ---
THE TOWN OF MORRISTOWN
REQUEST FOR QUALIFICATIONS FOR THE PROVISION OF
AVIATION COUNSEL SERVICES
ISSUE DATE: DECEMBER 18, 2023
DUE DATE: JANUARY 3, 2024 AT 4PM
Please submit responses to:
Jillian Barrick
Business Administrator
Town of Morristown
200 South St. CN914
Room 239, Office of Mayor/Administration
Morristown, New Jersey 07963
GLOSSARY
The following definitions shall apply to and are used in this Request for Qualifications:
"Town" - refers to the Town of Morristown.
"Principals" means persons possessing an ownership interest in the Respondent. If the Respondent is a
corporation, "Principals" shall include each investor who would have any amount of operational control over
the Respondent and every stockholder having an ownership interest of ten percent (10%) or more in the firm.
"Qualification Statement" - refers to the complete responses to this RFQ submitted by the Respondents.
"Qualified Respondent" - refers to those Respondents who (in the sole judgment of the Town) have satisfied
the qualification criteria set forth in this RFQ.
"Respondent" or "Respondents" - refers to the interested firm(s) that submit a Qualification Statement.
“Review Team” – Members of the Town Administration and its legal and/or financial advisors who shall review
the Qualification Statements.
"RFQ" - refers to this Request for Qualifications, including any amendments thereof or supplements thereto.
SUBMISSION DEADLINE
ADDRESS ALL SEALED PROPOSALS TO:
Jillian Barrick
Business Administrator
Town of Morristown
200 South St. CN914
Room 239, Office of Mayor/Administration
Morristown, New Jersey 07963-0914
“RFQ- AVIATION COUNSEL SERVICES 2023”
Town of Morristown
200 South St. CN914
Room 239, Office of Mayor/Administration
Morristown, New Jersey 07963-0914
Proposal delivery is strongly encouraged to be made by Commercial Mail Carrier (USPS, FEDEX, UPS)
so that tracking information is confirmed. The Town will not be responsible for late delivery by the
U.S. Mail or any other carrier. If delivered by hand, you will not receive confirmation of delivery. No
late proposals will be accepted. Proposals submitted by fax or e-mail will not be accepted.
SECTION 1
INTRODUCTION AND GENERAL INFORMATION
1.1
Introduction and Purpose.
The Town is soliciting Qualification Statements from interested persons and/or firms for the
provision of the professional services described herein. Through a Request for Qualification process,
persons and/or firms interested in assisting the Town with the provision of such services must prepare
and submit a Qualification Statement in accordance with the procedure and schedule in this RFQ. The
Town will review only Qualification Statements that include all the required information as described
herein. The Town intends to qualify persons and/or firms that (a) possess the professional capabilities
to provide the proposed services; (b) will agree to work under the compensation terms and conditions
set forth; and (c) have demonstrated the capability and willingness to provide high quality services to
the Town.
1.2
Procurement Process and Schedule.
The services that are the subject of the RFQ constitute professional services in accordance
with the Local Public Contracts Law, N.J.S.A. 40A:11-1 et seq., and are not subject to public bidding.
However, this RFQ process is being undertaken in accordance with, N.J.S.A. 19:44A-20.5 et seq. The
Town has structured a competitive procurement process which ensures that anyone interested in
providing the services sought has an opportunity to submit a Qualification Statement in response to
this RFQ.
The Town’s Evaluation Team will evaluate responses to this RFQ in accordance with the criteria
set forth in Section 5. Based upon the totality of the information contained in the Qualification
Statement, and from the Vendors’ references, the Evaluation Team will determine which Vendors
are qualified. Each Vendor that meets the requirements of the RFQ (in the sole judgment of the
Town) will be designated as a Qualified Vendor, and considered for selection by the Town.
The RFQ process commences with the issuance of this RFQ. The steps involved in the process and
the anticipated completion dates are stated in the Anticipated Procurement Schedule. The Town
reserves the right to, among other things, amend, modify or alter the Procurement Schedule upon
notice to all potential Vendors who have provided contact information to the Business
Administrator upon receipt of this RFQ.
CONTACT PERSON
Jillian Barrick, Business Administrator
Town of Morristown
200 South St. CN914
Room 239, Office of Mayor/Administration
Morristown, New Jersey 07963
SEALED PROPOSALS
Proposer must submit One (1) Original Paper hard copy and One (1) copy in a sealed
envelope, labeled “Qualifications for Aviation Counsel Services 2023” addressed in
accordance with the front page of this document.
Subsequent to issuance of this RFQ, the Town (through the issuance of addenda to all firms that have received
a copy of the RFQ) may modify, supplement or amend the provisions of this RFQ in order to respond to inquiries
received from prospective Respondents or as otherwise deemed necessary or appropriate by, and in the sole
judgment of, the Town.
ANTICIPATED PROCUREMENT SCHEDULE
ACTIVITY
DATE
1. Issuance of Request for Qualifications
December 18, 2023
2. Receipt of Qualification Statements
January 3, 2024
3. Completion of Evaluation of Qualification Statements by the Review Team
January 9, 2024
4. Town Review of Review Team Recommendations
January 12, 2024
5. Approval of Professional Services Resolutions by Town Council
January 23, 2024
1.3 Conditions Applicable to RFQ.
Upon submitting a Qualification Statement in response to this RFQ, the Vendor
acknowledges and consents to the following conditions:
•
This document is an RFQ and does not constitute an RFP.
•
This RFQ does not commit the Town to issue an RFP.
•
All costs incurred by the Vendor in connection with responding to this RFQ shall be
borne solely by the Vendor. There shall be no claims whatsoever against the Town, its
staff or consultants for reimbursement or payment of costs or expenses incurred in the
preparation of the Qualification Statement or other information required by the RFQ.
•
The Town reserves the right to reject for any reason any and all responses and
components thereof.
•
The Town reserves the right to reject any Vendor that submits incomplete responses to
this RFQ, or a Qualification Statement that is not responsive to the requirements of this
RFQ.
•
The Town reserves the right, without prior notice, to supplement, amend, or modify
this RFQ, or to request additional information.
•
All Qualification Statements shall become the property of the Town and will not be
returned.
•
All Qualification Statements will be made available to the public at the appropriate
time, as determined by the Town in accordance with law.
•
Any Qualification Statements not received by the Town timely will be rejected.
•
The Town shall not be liable for any claims or damages alleged to have been incurred
as a result of this RFQ process, including the Town’s review of Qualification Statements
and its award of contracts.
1.4
Rights of the Town.
The Town reserves the following rights with regard to this RFQ and the procurement process in
accordance with the provisions of applicable law:
•
To determine that any Qualification Statement received complies or fails to comply with
the terms of this RFQ.
•
To supplement, amend or otherwise modify the RFQ through issuance of addenda to
all prospective Vendors who have received a copy of this RFQ.
•
To waive any technical non-conformance with the terms of this RFQ.
•
To change or alter the schedule for any events called for in this RFQ upon the issuance
of notice to all prospective Vendors who have received a copy of this RFQ.
•
To conduct investigations of any or all of the Vendors, as the Town deems necessary or
convenient, to clarify the information provided as part of a Qualification Statement,
and to request additional information to support the information included in any
Qualification Statement.
•
To suspend or terminate the procurement process described in this RFQ at any time,
commence a new procurement process, or exercise any other rights provided under
applicable law without any obligation to the vendors.
The Town shall be under no obligation to explain the results of the evaluation process to
any proposer.
The Town may require proposers to demonstrate any services described in their proposal
prior to award.
1.5
Addenda or Amendments to RFQ.
After the issuance of the RFQ, but no later than five (5) business days prior to the Due Date,
the Town may issue addenda, amendments or answers to written inquiries. Addenda will be posted
on the Town’s website, www.townofmorristown.org. Addenda will constitute a part of the RFQ. All
responses to the RFQ shall be prepared with full consideration of any addenda issued.
1.6
Proposal Format.
Responses should cover all information requested in Section 3 of this RFQ. Responses that do
not meet the requirements of the RFQ or which are in any way conditional, incomplete, obscure,
contain additions or deletions from requested information, or contain errors may be rejected.
1.7
Assignment
The Vendor shall not assign, transfer, convey or otherwise dispose of the Contract, or its rights,
title or interest in or to the Contract or any part thereof without the prior written consent of the Town
as evidenced and memorialized in a resolution authorizing such assignment or transfer attached to
each copy of the Contract. The Vendor shall not assign, by power of attorney or otherwise, any of the
monies to become due and payable under the Contract unless with the prior written consent of the
Town evidenced by and memorialized in a written resolution of consent.
If the Vendor assigns, transfers, conveys or otherwise disposes of the Contract in whole or in
part or of its right, title or interest therein without the prior written consent of the Town or any of the
monies to become due under the Contract, to any person, firm, or corporation, then the Town may,
at its option, revoke the Contract and thereupon the Town shall be relieved and discharged from any
and all liability and obligations growing out of the Contract; provided that nothing herein contained
shall be construed to hinder, prevent or affect the assignment for the benefit of the Vendor’s creditors
made pursuant to the statutes of the State of New Jersey.
1.8
Qualification
The Town may make such investigations as it deems necessary to determine the ability of the
Vendor to perform the Services and the Vendor shall furnish to the Town all information and data for
this purpose as the Town may request. The Town reserves the right to reject any response if the
evidence submitted by or investigation of such Vendor fails to satisfy the Town that such Vendor is
properly qualified to carry out the obligations of the Contract and to perform the Services.
1.9
Applicable Laws
The Vendor’s attention is directed to the fact that all applicable Federal and State laws,
municipal ordinances and rules and regulations of all authorities having jurisdiction over the Services
shall apply to the Contract throughout the term of the Services, and they shall be deemed to be
included in the Contract the same as though herein written out in full.
1.10 Affirmative Action Requirements
Each selected Vendor shall be required to comply with the provisions of New Jersey
Department of Treasury, Affirmative Action Requirements of N.J.S.A. 10:5- 31 et seq. and N.J.A.C.
17:27.
1.11 Award of Contract
The Town reserves the right to reject any or all responses or to waive any material defect or
informality in any response and to suspend or abandon this process at any time or from time to time.
1.12 Governing Law
New Jersey law will govern the interpretation of the General Conditions.
Vendor consents to venue and jurisdiction in the State of New Jersey.
1.13 Partial Invalidity
In the event any provision of the General Conditions shall be held invalid or unenforceable by
any court of competent jurisdiction, such holding shall not invalidate or render unenforceable any
other provision hereof.
1.14 State Sales Tax Exemption
The Town is an organization exempt from the New Jersey State Sales and Use Tax Act, N.J.S.A.
54:32B-1 et seq., in accordance with Section 9 of the Act,
N.J.S.A. 54:32B-9(a)(1).
1.15 Labor
The Vendor shall and will be required to conform to the Labor Law of the State of New Jersey
and the various acts Amendatory and Supplemental thereto, as applicable, and in accordance with the
New Jersey Department of Labor and Industry Prevailing Wage Rate Determination. The rate of wages
for all laborers employed by the Vendor shall not be less that the prevailing wage rate so established
for work to be performed under the terms of the Contract and a copy of the Determination of the
Wage and Hour Bureau or other documents specifying the prevailing wages is considered as
incorporated by reference as a part of the Contract.
1.16 Business Registration
The Vendor shall comply with P.L. 2004, c.57, the State Contractor Business Registration
Program. Vendor shall be registered at the time of submission and shall provide proof of registration
no later than at time of qualification.
1.17 Selection Process
The qualification criteria set forth in Section 2. The responses will be reviewed by the
committee(s). This committee(s) and weighting of the criteria shall be disclosed at the time of the
response/proposal opening. The committee(s) will recommend to the Governing Board of the Town
qualification of vendor(s) and award of contract(s). The Governing Board thereafter may adopt a
resolution accepting the recommendations of the committees. Vendor(s) awarded contracts by the
Town may be required to sign contracts in a form directed by the Town. Vendor(s) may also be
required to provide the Town with proof of insurance with coverages required by the Town.
1.18 Record Retention
Vendors awarded contracts will be required to maintain all documentation related to products,
transactions or services under the contract for a period of seven (7) years from the date of final
payment. Such records shall be made available to the Office of the New Jersey State Comptroller upon
request.
1.19 Americans with Disabilities Act of 1990
Equal Opportunity for Individuals with Disabilities
The Contractor and the Town do hereby agree that the provisions of Title II of the Americans
with Disabilities Act of 1990 (the “ADA”) (42 U.S.C. 12101 et seq.), which prohibits discrimination on
the basis of disability by public entities in all services, programs, and activities provided or made
available by public entities, and the rules and regulations promulgated pursuant thereunto, are made
a part of this contract. In providing any aid, benefit, or service on behalf of the Town 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 Town in any action or administrative proceeding commenced pursuant to this Act. The Contractor
shall indemnify, protect, and save harmless the Town, 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 Town grievance procedure, the Contractor agrees to abide by any
decision of the Town which is rendered pursuant to said grievance procedure. If any action or
administrative proceeding results in an award of damages against the Town or if the Town 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 Town 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 Town or any of its members, agents, servants, and
employees, the Town shall expeditiously forward or have forwarded to the Contractor every demand,
complaint, notice, summons, pleading, or other process received by the Town or its representatives.
It is expressly agreed and understood that any approval by the Town 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 Town pursuant to this
paragraph.
It is further agreed and understood that the Town 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 Town from taking any other actions available to it under any other provisions
of this Agreement or otherwise at law.
SECTION 2 SCOPE OF SERVICES
The Town seeks Qualification Statements from Vendors that have expertise in the provision of
Aviation Counsel Services. Firms and persons responding to this RFQ shall be able to demonstrate
that they will have the
continuing capabilities to perform the Services, including, but not limited to, the following:
1.
Legal services as requested by the Town, including representation of the Town in the
prosecution and defense of litigation in court or in an administrative law hearing;
2.
A deep understanding of regulatory compliance, including but not limited to the Federal
Aviation Administration (FAA), Transportation Security Administration (TSA), FAA
Dynamic Regulatory System (DRS), Title 14 (Aeronautics) , Title 49 (Transportation), and
experience with government investigations;
3.
Attendance at regular, special and emergency meetings of the Town and preparation
of any and all pertinent documents relating thereto, as required;
4.
Attendance at all other meetings that the Town or Business Administrator deem
necessary;
5.
Preparation of legal opinions or legal memoranda requested by the Town or its
Executive Director.
6.
Have a minimum of ten (10) years’ experience with public entities.
All attorneys who will provide services to the Town must be licensed to practice in the State of
New Jersey. The Town anticipates awarding a contract for the Services at the January 23, 2023 Council
meeting.
SECTION 3 SUBMISSION REQUIREMENTS
3.1 General Requirements.
Vendor’s Qualification Statement must meet or exceed the professional, administrative
and financial qualifications set forth in this Section 3 and shall incorporate the information
requested below.
In addition to the information described below, Vendors are invited to submit supplemental
information that may be useful to the Town in evaluating the Qualification Statement. This
information may include, for example, a firm profile or brochure. Vendors are encouraged to be clear,
factual, and concise in their presentation of information.
Proposer shall submit an acknowledgement accepting the follow Cost Proposal:
Hourly rate for Attorneys:
$150.00/hr
Hourly rate for Paralegals:
$100.00/hr
As a public entity, the Town can only reimburse for expenses actually incurred. Accordingly,
the Town will reimburse for the following itemized expenses ONLY:
1.
Cost of duplication;
2.
Priority Postage/Express Delivery;
3.
Court costs and Filing Fees;
4.
Transcript costs; and
5.
Other such costs and expenses as may be PRE-APPROVED by the Town
3.2 Administrative Information Requirements.
The Vendor shall, as part of its Qualification Statement, provide the following documentation
and information:
7.
An executive summary (not to exceed two (2) pages) of the information contained in
all the other parts of the Qualification Statement.
8.
An executed Letter of Intent (Exhibit A) and completed Exhibits B, C, D, E, F, and G.
Vendors’ attention is called to Exhibit G (Checklist) and the additional information that
will be required prior to executing a contract with the Town.
9.
Business Registration Certificate (BRC) from the State of New Jersey Department of
Treasury, Division of Revenue) (N.J.S.A. 52:32-44)
10.
Letter of Federal Affirmative Action Plan Approval OR Certificate of Employee
Information Report OR Employee Information Report Form AA302 (available at
www.state.nj.us/treasure/contract_compliance)
3.3 Professional Information Requirements.
1.
Vendor shall submit a description of its overall experience in providing the same or similar
Services. At a minimum, the following information should be included as appropriate:
a.
Description and scope of Vendor’s work experience.
b.
Three business references, including contact information.
c.
Explanation of perceived relevance of Vendor’s experience to the RFQ.
2.
Describe those portions of the Vendor’s services, if any that are sub- contracted.
Identify all subcontractors the Vendor anticipates using in connection with the
Services.
3.
Resumes of key employees who will be assigned to provide the Services.
SECTION 4 INSTRUCTIONS TO VENDORS
4.1
Submission of Qualification Statements.
Respondents must submit an original and one (1) copy of their Qualification Statement to the Designated
Contact Person:
Jillian Barrick
Business Administrator
Town of Morristown
200 South St. CN914
Room 239, Office of Mayor/Administration
Morristown, New Jersey 07963
To be responsive, Qualification Statements must provide all requested information, and must be
in strict conformance with the instructions set forth herein:
1.
Qualification Statements must be received by the Town no later than the Due Date,
and must be mailed or hand-delivered. Qualification Statements forwarded by
facsimile or email will not be considered. Qualification statements received after the
designated time on the Due Date will be returned, unopened, to the sender. The
Vendor is solely responsible for delays in delivery.
2.
Qualification Statements and all Forms and other related information must be stapled or
bound, and signed by the Vendor. If Vendor is other than a natural person, the
Qualification Statement must be signed by an individual with power to bind the
Vendor.
3.
The name of the Vendor and the position or contract for which the submission is being
made must be printed on the outside of the package containing Vendor's submission.
The Town will, in its sole discretion, determine whether to qualify more than one
Vendor for the Services.
4.
Vendors are reminded to see Exhibit G for the documents that must be submitted with
the proposal and those that that successful Vendors must present to the Town prior
to the Town’s executing a contract for services with the Vendor.
4.2
Legislative Compliance.
Business entities are advised of their responsibility to file an annual disclosure statement of
political contributions with the New Jersey Election Law Enforcement Commission (ELEC) pursuant to
N.J.S.A. 19:44A-20.27 if they receive contracts from public entities in a calendar year. Business entities
are responsible for determining if filing is necessary. Additional information on this requirement is
available from ELEC at 888-313-3532 or at www.elec.state.nj.us.
SECTION 5
EVALUATION
The Town's objective in soliciting Qualification Statements is to enable it to select a firm,
individual, or organization that will provide high quality and cost-effective services to the Town. The
Town’s Evaluation Team will consider Qualification Statements only from firms, individuals, or
organizations that, in the Evaluation Team’s judgment, have demonstrated the capability and
willingness to provide high quality services to the Town in the manner described in this RFQ. The
Evaluation Team will consider all relevant factors, including, but not limited to:
1.
Experience similar to the Services requested in this RFQ, including adherence to
deadlines, efficiencies, and economies utilized to reduce time and cost of an
assignment.
2.
Staffing; professionals and support staff available to assist the Town.
3.
Familiarity with the Town and/or similar public entities.
4.
Vendor’s apparent understanding of the Scope of Work requested.
5.
Completeness of the Proposal.
6.
Other factors determined to be in the best interests of the Town.
Exhibit A LETTER OF INTENT
(To be prepared on Vendor's Letterhead. No modifications may be made to this letter)
Date:
Jillian Barrick
Business Administrator
Town of Morristown
200 South St. CN914
Room 239, Office of Mayor/Administration
Morristown, New Jersey 07963
Re: Letter of Intent
Dear Ms. Barrick:
The undersigned, as Vendor, has (have) submitted the attached Qualification Statement in
response to a Request for Qualifications, issued by the Town of Morristown dated
_______________ in connection with the Town’s need for professional services. The undersigned
hereby states:
1.
The Qualification Statement contains accurate, factual and complete information to the
best of our knowledge and belief. The Qualification Statement is submitted in good faith. I/we
understand that any false statement may result in my/our disqualification.
2.
Vendor agrees to participate in good faith in the procurement process described in the
RFQ and to adhere to the Town’s procurement schedule.
3.
Vendor acknowledges that all costs incurred by it (them) in connection with the
preparation and submission of the Qualification Statement, amendments thereto, and any
other documents prepared and submitted in response to the RFQ, or any negotiation which
results therefrom shall be borne exclusively by the Vendor.
4.
Vendor hereby declares that the only persons anticipated by Vendor to perform the
professional services for which this Qualification Statement is submitted are named herein and
that no person other than those herein named participated in this Qualification Statement or
will participate in any contract to be entered into between Vendor and the Town. Vendor
declares that this Qualification Statement is made without connection with any other person,
firm or parties who has submitted a Qualification Statement, except as expressly set forth
below, and that it has been prepared and submitted in good faith and without collusion or
fraud
5.
Vendor acknowledges and agrees that the Town may modify, amend, suspend and/or
terminate the procurement process (in its sole judgment).
6.
Vendor acknowledges that if it becomes the Successful Vendor and is awarded a contract
to provide the Services, it shall comply with all applicable affirmative action and equal
employment opportunity laws.
Signed:
Printed:
Title:
*If a joint venture, partnership or organization other than a natural person is submitting a Proposal,
this Letter of Qualification must be signed by an individual with the Town to bind the organization.
Contact Information:
EXHIBIT B ADMINISTRATIVE INFORMATION
Name:
Address:
Address 2 (if any)
Phone:
Fax:
Email:
Official Website:
1) Number of years the Vendor has been in practice.
2) Do any principals have immediate relatives who are Town employees,
Town Commissioners, or Elected Officials?
3) Will any work be subcontracted? If yes, identify all subcontractors the
Vendor anticipates using in connection with the Services.
4) Have there been any judgments within the last three years in which Vendor
has been adjudicated liable for professional malpractice. If any, please
provide the docket numbers.
5) Has the Vendor or its firm is now or has been involved in any
bankruptcy or re-organization proceedings in the last ten years. If so,
please provide the docket numbers.
EXHIBIT B (con’t) BUSINESS
REFERENCES:
1) Name:
Address:
Phone:
Email:
Website if applicable
Brief explanation of work
provided
2) Name:
Address:
Phone:
Email:
Website if applicable
Brief explanation of work
provided
3) Name:
Address:
Phone:
Email:
Website if applicable
Brief explanation of work
provided
Exhibit C
MANDATORY EQUAL EMPLOYMENT OPPORTUNITY LANGUAGE N.J.S.A. 10:5-31 et seq. (P.L. 1975, c.
127), N.J.A.C. 17:27 GOODS, PROFESSIONAL SERVICE AND GENERAL SERVICE CONTRACTS
During the performance of this contract, the contractor agrees as follows:
The contractor or subcontractor, where applicable, will not discriminate against any employee or
applicant for employment because of age, race, creed, color, national origin, ancestry, marital status,
affectional or sexual orientation, gender identity or expression, disability, nationality or sex. Except
with respect to affectional or sexual orientation and gender identity or expression, the contractor will
ensure that equal employment opportunity is afforded to such applicants in recruitment and
employment, and that employees are treated during employment, without regard to their age, race,
creed, color, national origin, ancestry, marital status, affectional or sexual orientation, gender identity
or expression, disability, nationality or sex. Such equal employment opportunity shall include, but not
be limited to the following: employment, upgrading, demotion, or transfer; recruitment or recruitment
advertising; layoff or termination; rates of pay or other forms of compensation; and selection for
training, including apprenticeship. The contractor agrees to post in conspicuous places, available to
employees and applicants for employment, notices to be provided by the Public Agency Compliance
Officer setting forth provisions of this nondiscrimination clause.
The contractor or subcontractor, where applicable will, in all solicitations or advertisements for
employees placed by or on behalf of the contractor, state that all qualified applicants will receive
consideration for employment without regard to age, race, creed, color, national origin, ancestry,
marital status, affectional or sexual orientation, gender identity or expression, disability, nationality or
sex.
The contractor or subcontractor 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 county
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 these of any recruitment agency which engages in direct
or indirect discriminatory practices.
Exhibit C (continued)
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
Employee Information Report Form AA302 (electronically provided by the Division and distributed to
the public agency through the Division’s website at 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 Subchapter 10 of the Administrative
Code at N.J.A.C. 17:27.
ACKNOWLEDGEMENT:
Signature:
Print:
________________________________
Print Na
Date:
Exhibit D
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 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 non-corporate 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 Town of
Morristown 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 Town of
Morristown to notify the Town of Morristown 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 Town of Morristown to
declare any contract(s) resulting from this certification void and unenforceable.
Full Name
(Print):
Title:
Signature:
Date:
Exhibit E
NON-COLLUSION AFFIDAVIT
I,
of the City of
,
In the County of
, and the State of
, of full age,
being duly sworn according to law on my oath depose and say that:
I am
of the firm of
, the Proposer herein, and I
executed the Proposal with full Town to do so; that the Proposer has not directly or indirectly, entered
into any agreement, participated in any collusion, or otherwise taken any action in restraint of free,
competitive proposing in connection with the above-named Vendor, and that all statements
contained in the Proposal and in this affidavit are true and correct, and made with full knowledge
that the Town of Morristown relies upon the truth of the statements contained in the Proposal and
the statement in this affidavit in awarding the contract.
I further warrant that no person or selling agency has been employed or retained to solicit or secure
a 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)
Signature
Print or Type Name and Title
Subscribed and sworn to before me this day
of
, 20
(Seal) Notary Public of New Jersey
My Commission Expires
Exhibit F
AMERICANS WITH DISABILITIES ACT OF 1990 EQUAL OPPORTUNITY FOR INDIVIDUALS WITH DISABILITY
The VENDOR and the Town of Morristown (herein referred to as the Town) do hereby agree that the
provisions of Title 11 of the Americans with Disabilities Act of 1990 (the “Act”) (42 U.S.C. S12101 et seq.), which
prohibits discrimination on the basis of disability by public entities in all services, programs and activities
provided or made available by public entities, and the rules and regulation promulgated pursuant thereunto,
are made a part of this contract. In providing any aid, benefit, or service on behalf of the Town pursuant to this
contract, the VENDOR agrees that the performance shall be in strict compliance with the Act. In the event the
VENDOR, its agents, servants, employees, or subcontractors violate or are alleged to have violated the Act
during the performance of this contract, the VENDOR shall defend the Town in any action or administrative
proceeding commenced pursuant to this Act. The VENDOR shall indemnify, protect, and save harmless the
Town, 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 the alleged violation. The VENDOR 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 Town’s grievance procedure, the VENDOR agrees to abide by any decision of the Town,
which is rendered pursuant to, said grievance procedure. If any action or administrative proceeding result in an
award of damages against the Town or if the Town incurs any expense to cure a violation of the ADA which has
been brought pursuant to its grievance procedure the VENDOR shall satisfy any discharge the same at its own
expense.
The Town shall, as soon as practicable after a claim has been made against it, give written notice thereof
to the VENDOR along with full and complete particulars of the claim. If any action or administrative proceeding
is brought against the Town or any of its agents, servants, and employees, the Town shall expeditiously forward
or have forwarded to the VENDOR every demand, complaint, notice, summons, pleading, or other process
received by the Town or its representatives.
It is expressly agreed and understood that any approval by the Town of the services provided by the
VENDOR pursuant to this contract will not relieve the VENDOR of the obligation to comply with the Act and to
defend, indemnify, protect, and save harmless the Town pursuant to this paragraph.
It is further agreed and understood that the Town assumes no obligation to indemnify or save harmless
the VENDOR, its agents, servants, employees and subcontractors for any claim which may arise out of their
performance of this Agreement. Furthermore, the VENDOR expressly understands and agrees that the
provisions of this indemnification clause shall in no way limit the VENDOR’S obligations assumed in this
Agreement, nor shall they be construed to relieve the VENDOR from any liability, nor preclude the Town from
taking any other actions available to it under any other provisions of this Agreement or otherwise at law.
ACKNOWLEDGEMENT:
Signature:
Print Name:
Date:
Exhibit G
CHECKLIST OF DOCUMENTS REQUIRED TO BE SUBMITTED WITH
QUALIFICATION STATEMENT
Check if Provided
1.
An executive summary (not to exceed two (2) pages) of the information
contained in all the other parts of the Qualification Statement. (Section 3.2
Administrative Information Requirements)
2.
Exhibit A - Letter of Intent
3.
Exhibit B – Administrative Information (Contact information, Questionnaire, and
References)
4.
Exhibit C - Mandatory Equal Employment Opportunity language N.J.S.A. 10:5-31 et
seq. (P.L. 1975, c. 127), N.J.A.C. 17:27 Goods, Professional Service and General
Service Contracts
5.
Exhibit D – Statement of Ownership Disclosure
6.
Exhibit E -- Non-Collusion Affidavit
7.
Exhibit F -- Americans with Disabilities Act of 1990 Equal Opportunity for
Individuals with Disability
8.
Exhibit G -- Checklist of documents required to be submitted with
qualification statement
9.
Business Registration Certificate (BRC) from the State of New Jersey
Department of Treasury, Division of Revenue) (N.J.S.A. 52:32-44)
10.
Letter of Federal Affirmative Action Plan Approval OR Certificate of Employee
Information Report OR Employee Information Report Form AA302 (available at
www.state.nj.us/treasure/contract_compliance)
DOCUMENTS REQUIRED PRIOR TO CONTRACT EXECUTION
(These documents may be submitted with Qualification Statement at Vendor’s Option)
Check if Provided
11.
Certificate of Insurance Evidencing Comprehensive Liability, Property/Casualty ($2
million aggregate/$1million per occurrence) (or less if Umbrella coverage is
present); Workers Compensation (statutory limits); and Professional Malpractice (if
applicable) ($2 million aggregate/$1 million per occurrence) naming Town of
Morristown as additional insured.
Signature: The undersigned Vendor hereby acknowledges that he/she has submitted the required
documents with the Qualification Statement, and will submit the remaining required documents prior to
execution of a contract with the Town, if the same are not also submitted with the Statement.
Name of Vendor/ Firm:
Print Name and Title:
Signature:
Date:
THIS PAGE IS TO BE AFFIXED TO THE OUTSIDE OF A SEALED ENVELOPE THEN PLACED IN A MAILING
ENVELOPE
QUALIFICATION STATEMENT FOR THE PROVISION
OF AVIATION COUNSEL SERVICES
DUE DATE:
__________________________
Please submit responses to:
Jillian Barrick
Business Administrator
Town of Morristown
200 South St. CN914
Room 239, Office of Mayor/Administration
Morristown, New Jersey 07963
--- Document: 2024 RFP Grant Consulting Services.pdf ---
1
TOWN OF MORRISTOWN
COUNTY OF MORRIS
STATE OF NEW JERSEY
REQUEST FOR PROPOSALS
GRANTS CONSULTING SERVICES
Sealed proposals should be received by the Business Administrator of the Town of Morristown, in
the Town Offices located at 200 South Street, 2nd Floor, Morristown, New Jersey 07963-0914, by
no later than 4:00 p.m. on December 7, 2023 for the following:
Requests for Proposals from vendors interested in providing Grants Consulting
Services for the Town of Morristown over a 12-month period.
Successful applicants will be required to comply with the requirements of N.J.S.A. 10:5-31, et seq.
(N.J.A.C. 17-27) (Equal Employment Opportunity).
The right is reserved to reject any or all proposals if it is deemed to be in the best interest of the
Town of Morristown to do so.
All those interested in submitting proposals should review the request for proposals and submit all
documentation requested.
2
TOWN OF MORRISTOWN
REQUEST FOR PROPOSALS
GRANTS CONSULTING SERVICES
PURPOSE OF REQUEST
The Town of Morristown (the “Town”) is seeking Requests for Proposals (RFP) for Grants Consulting Services
for the Town of Morristown - to assist in grants management and to help acquire grant-based funding from
governmental agencies and private philanthropies. Scope of grants include:
Upgrades and repairs to civil and environmental infrastructure
Acquisition, improvement and programming of public open space
Development, acquisition and management of affordable housing
Sustainability and environmental management
Community and educational facilities
Transit District improvements and street scape beautification
Economic and community development
Business attraction and entrepreneurship support
Public Art and arts-based programs
Comprehensive and project-based planning
Repair and preservation of publicly-owned historic properties
Upgrades to transportation network, including bikeway improvements
Services will include all aspects of grant opportunity identification, drafting of grant applications in coordination
with municipal staff as well as ongoing management of ongoing reporting requirements.
TIME SCHEDULE
The Town will follow the following timetable, which should result in a selection of a firm by January 10, 2023.
Date of Issuance
November 9. 2023
Submittal Deadline
December 7, 2023
Town Review and Recommendation
December 28, 2023
Town Council Consideration and Potential Approval
January 9, 2024
SCOPE OF SERVICES
The following is a description of the professional service needed, including, where appropriate, a description of
tasks involved:
The scope of services set forth in this Request for Proposals represents an outline of the services which the Town
anticipates the successful Proposer to perform, and is presented for the primary purpose of allowing the Town to
compare qualifications. The precise scope of services to be incorporated into the Professional Services Agreement
shall be negotiated between the Town and the successful Proposer.
3
1.
Research and identify potential funding sources, public grants, private foundation grants and possible
local and corporate sponsorships. Research shall include a presentation of all grant requirements and
criteria; matching fund requirements; reporting requirements and terms and conditions of potential
grant opportunities.
2.
Track county, state and federal funding opportunities pertinent to the Town’s objectives.
3.
Conduct and facilitate an annual onsite needs assessment and review and develop a plan(s) to identify
funding sources for Town’s objectives for the year. Coordinate with all Town departments to
determine if current or planned activities may be eligible for grants.
4.
Attendance at all meetings deemed necessary by the Town.
5.
Conduct and facilitate responses to all grant proposals, on behalf of various Town departments,
including narratives and other writing services, statistical gathering, letters of support, budgets and
final submissions.
6.
Prepare written summaries of all grant reporting requirements, criteria, obligations, matching find
requirements, terms and conditions, deadlines and evaluation criteria prior to submission.
7.
Advise Town, based on the grant management requirement of each proposal, whether the grant amount
is equitable to the require grant management.
8.
Oversight of any administrative services necessary to meet grant requirements, including but not
limited to ongoing reporting requirements and associated coordination with municipal staff.
9.
Preparations and review of grant reports and applications as requested by Town.
10.
Coordination with municipal staff to obtain relevant technical details and information required to
accurately and effectively generate subject-specific grant content.
11.
Prepare and electronically submit monthly status tracking reports.
Standard Requirements of Technical Proposal
Proposers should submit a technical proposal which contains the following:
1.
Proposer must have a minimum of five (5) years of experience in grant writing services for
governmental entities.
2.
Proposal (Initial proposal should be submitted in the form of two (2) hard copies only).
a. Statement of Interest.
b. Company information, including general information, size, number of employees, and years in
business, full name of individual of entity or person submitting the proposal and the name of the
key contact person.
4
c. At least three (3) references, including contact names and information.
d. For each person to be assigned to work with the Town, a description of qualifications, including
education, licensure (if any) and years of professional experience.
e. A listing of all previous Public Sector entity clients including dates of service.
f. List of previously submitted grants and grant programs with which the Proposer has experience
including success rates.
g. Proposed cost of the service(s) or activities, including the Hourly Rates of individuals who will
perform the services or activities.
h. The proposer shall provide documentation of insurance for professional liability coverage with
limits as to liability acceptable to the Town.
i. A copy of your New Jersey Business Registration Certificate.
j. A copy of Proposed Form of Contract.
k. An executed Americans with Disabilities Act of 1990 Acknowledgement Form (See APPENDIX
A).
Evaluation
The Town’s objective in soliciting this RFP is to enable it to select a firm or organization that will provide high
quality and cost-effective services to the citizens of Morristown. The Town will consider proposals only from
firms or organizations that, in the Town’s judgment, have demonstrated the capability and willingness to provide
high quality services to the citizens of the Town in the manner described in this RFQ.
The Town may establish an evaluation committee to evaluate and score the proposals submitted by the vendors.
Proposals will be evaluated by the Town on-the-basis of the most advantageous, all relevant factors considered.
The evaluation will consider the following selection criteria:
Factor
Weight Given
1. Responsiveness:
The Town will consider the materials submitted by the
30%
proposer to determine whether the proposer is in
compliance with the RFP.
2. Price:
30%
3. Responsibility & Experience:
40%
The Town will consider the materials submitted and other
evidence it may obtain to determine the companies ability
5
and history of successfully completing contracts of this
type, meeting projected deadlines and experience in similar work.
Total Criteria Weight:
100%
Each proposal will be independently evaluated on factors 1 through 3.
Terms and Conditions
1. The Town reserves the right to reject any and all proposals and to waive minor irregularities proposal.
2. The Town reserves the right to request clarification of information submitted and to request additional
information from any proposer.
3. The Town reserves the right to award any contract to the next most qualified vendor if the vendor does not
execute a contact with thirty (30) days after the award of the proposal.
4. Any proposal may be withdrawn up until the submitted date and time.
5. The Town reserves the right to reject any proposal agreement or contract that does not conform to the
specifications contained in this RFP and which is not approved by the Municipal Attorney.
6. The Town shall not be responsible for any costs incurred by the vendor in preparing, submitting or
presenting its response to the RFP.
Termination of Contract
If, through any cause, the awarded proposer shall fail to fulfill in a timely and proper manner obligations under
the Contractor or if the awarded proposer violates any requirements of the Contract, the Town shall thereupon
have the right to terminate the Contract by giving written notice to the awarded proposer of such termination at
least thirty (30) days prior to the proposed effective date of termination. Such termination shall relieve the Town
of any obligation for the balances to the awarded proposer of any sum or sums set forth in the Contract.
The awarded proposer agrees to indemnify and hold the Town harmless from any liability to
subcontractors/suppliers concerning payment for work performed or goods supplied arising out of the lawful
termination of the Contract by the owner under this provision.
Ownership of Material
The Town shall retain all of its rights and interest in any and all documents and property both hard copy and
digital furnished by the Town to the selected Proposer for the purpose of assisting the selected Proposer in the
performance of the contract. All such items shall be returned immediately to the Town at the expiration or
termination of the contract or completion of any related services, pursuant thereto, whichever comes first. None
of the documents and/or property shall, without the written consent of the Town, be disclosed to others or used
by the selected Proposer or permitted by the selected Proposer to be used by their parties at any time except in
the performance of the resulting contract.
6
Ownership of all data, materials and documentation originated and prepared for the Town pursuant to the contract
shall belong exclusively to the Town. All data, report, computerized information, programs and materials related
to this project shall be delivered to and become the property of the Town upon completion of the project. The
selected Proposer shall not have the right to use, sell, or disclose the total of the interim of final work products,
or make available to third parties, without the prior written consent of the Town. All information supplied to the
Town may be required to be supplies on CD-ROM media compatible with the Town’s computer operating system.
Payment Terms
Payment by the Town will be made a monthly basis after services have been performed and an itemized billing
statement has been received. A signed voucher will be submitted in the form specified by the Town and approved
by the appropriate Town representative for signature by the vendor.
Interested applicants should submit qualifications no later than 4:00pm on December 7, 2023 to:
Ms. Jillian Barrick, Business Administrator
Town of Morristown
200 South St. PO Box 914
2nd Floor, Office of Mayor/Administration
Morristown, NJ 07963-091
7
APPENDIX A
AMERICANS WITH DISABILITIES ACT OF 1990
ACKNOWLEDGEMENT FORM
This form is an agreement of the successful Vendor’s obligation to comply with the requirements of 42 U.S.C. §121.01 et
seq., referred to as the Americans Disability Act of 1990.
The undersigned Vendor hereby acknowledges receipt of the Americans with Disabilities Act of 1990 found at Appendix
B of this packet.
The undersigned Vendor hereby certifies that he/she is aware of the commitment to comply with the requirements of 42
U.S.C. §121.01 et seq. and agrees to furnish any required forms as evidence of compliance.
The undersigned Vendor further certifies that he/she understands that his/her proposal shall be rejected as non-responsive
and any contract entered into shall be void and of no effect if said Vendor fails to comply with the requirements of 42 U.S.C.
§121.01 et seq.
COMPANY:___________________________ TITLE:______________________________
PRINT NAME: __________________________SIGNATURE:_______________________________
DATE: ______________________
--- Document: 2024 RFP Information Technology Consulting & Management Services.pdf ---
1
TOWN OF MORRISTOWN
COUNTY OF MORRIS
STATE OF NEW JERSEY
REQUEST FOR PROPOSALS
INFORMATION TECHNOLOGY
CONSULTING & MANAGEMENT SERVICES
Sealed proposals should be received by the Business Administrator of the Town of Morristown, in
the Town Offices located at 200 South Street, Room 239, Morristown, New Jersey 07963-0914,
by no later than 4:00 p.m. on December 7, 2023 for the following:
Requests for Proposals from vendors interested in providing Information
Technology Consulting & Management Services for the Town of Morristown
in the calendar year 2024.
Successful applicants will be required to comply with the requirements of N.J.S.A. 10:5-31, et seq.
(N.J.A.C. 17-27) (Equal Employment Opportunity.
The right is reserved to reject any or all proposals if it is deemed to be in the best interest of the
Town of Morristown to do so.
All those interested in submitting proposals should review the request for proposals and submit all
documentation requested.
2
TOWN OF MORRISTOWN
REQUEST FOR PROPOSAL
INFORMATION TECHNOLOGY
CONSULTING & MANAGEMENT SERVICES
PURPOSE OF REQUEST
The Town of Morristown (the “Town”) is seeking Requests for Proposals (RFP) for Information Technology (IT)
Consulting & Management Services at the Town of Morristown, capable of providing support and consulting
services to the Town’s computer network and equipment.
The successful proposer will demonstrate qualifications, experience, and abilities to perform the scope of services
detailed in this Request for Proposal.
TIME SCHEDULE
The Town will follow the following timetable, which should result in a selection of a firm by January 10, 2023.
ACTIVITY
DATE
1. Issuance of Request for Qualifications
November 9. 2023
2. Receipt of Qualification Statements
December 7, 2023
3. Completion of Evaluation of Qualification Statements by the Review Team December 14, 2023
4. Town Review of Review Team Recommendations
December 28, 2023
5. Approval of Professional Services Resolutions by Town Council
January 9, 2024
SCOPE OF SERVICES
The successful proposer will be able to provide technical assistance and system administration related to the
Town’s network system. They will be responsible for troubleshooting computer problems, maintaining the
network to prepare for future needs, and preventing and managing technical issues.
The Scope of Work for the requested services includes, but is not limited to:
1. IT Consultant and Management Services (on-site and remote) for an average of at least 16 hours per week.
This includes assisting users with operational issues and/or emergency response (i.e. servers are down or
there is no email access) within a two (2) hour maximum response time.
2. Provide proactive system maintenance for all network devices (i.e. warranty, network and asset status),
including routine maintenance, monthly reviews and security management to prevent cyber-attacks.
Proposer must demonstrate successful experience in supporting Edmunds finance and tax applications, as
well as other NJ municipal-based computer software applications, as appropriate.
3. Provide preventative maintenance, including LAN/WAN troubleshooting, network server/workstation
maintenance, updates, upgrades, installations, configurations and troubleshooting of any and all software
and hardware for approximately 80 workstations and 6 servers, located at various locations.
4. Recommend new workstation equipment and software, when necessary, as well as set up and install
acquired items.
3
5. Provide structured system protection and maintenance, including but not limited to firewall, tape backup,
antivirus programs for updates, and confirm system maintenance checks are being performed.
6. Support and maintain data backup and recovery and e-mail archiving.
7. Troubleshoot (either remotely or on-site) hardware and software problems.
8. Maintain hardware/software inventory and license documentation.
9. Perform the repairs and necessary maintenance of the Town’s network.
10. Provide for system file backup for PC operations, which includes rebuilding the various databases in case
of system malfunction.
11. Monitor network security usage and perform necessary system “housekeeping.”
12. Document information system processes and procedures, and assist with network security.
13. Strategic planning for future system upgrades.
Proposal Requirements
1. Proposal (Initial proposal should be submitted in the form of two (2) hard copies only).
a. Statement of Interest.
b. Company information, including general information, size, number of employees, and years in
business, full name of individual of entity or person submitting the proposal and the name of the key
contact person.
c. At least three (3) references, including contact names and information.
d. Description of each individual’s qualifications, including education, licensure and years of professional
experience (please include copies of licenses held).
e. A listing of all previous Public Sector entities serviced by the proposer licensed professional including
dates of service.
f. Proposed cost of the service(s) or activities, including the Hourly Rates of individuals who will perform
the services or activities.
g. Insurance. The proposer shall provide documentation of insurance for professional liability coverage
with limits as to liability acceptable to the Town.
h. A copy of your New Jersey Business Registration Certificate.
i. A copy of Proposed Form of Contract.
j. An executed Americans with Disabilities Act of 1990 Acknowledgement Form (See APPENDIX A).
Certification Requirements
4
MCSE (Certified Solution Expert)
MCITP (Certified IT Professional)
MCTS (Certified Technology Specialist)
CCNA (Certified Cisco Network Administrator)
VCP (VMWare Certified Professional)
Evaluation
The Town’s objective in soliciting an RFP is to enable it to select a firm or organization that will provide high
quality and cost effective services to the citizens of Morristown. The Town will consider proposals only from
firms or organizations that, in the Town’s judgment, have demonstrated the capability and willingness to provide
high quality services to the citizens of the Town in the manner described in this RFP.
The Town may establish an evaluation committee to evaluate and score the proposals submitted by the vendors.
Proposals will be evaluated by the Town on the basis of the most advantageous, all relevant factors considered.
The evaluation will consider the following selection criteria:
Factor
Weight Given
1. Responsiveness:
30%
The Town will consider the materials submitted by the
proposer to determine whether the proposer is in compliance
with the RFP.
2. Price:
30%
3. Responsibility & Experience:
40%
The Town will consider the materials submitted and other
evidence it may obtain to determine the companies ability
and history of successfully completing contracts of this type,
meeting projected deadlines and experience in similar work.
Total Criteria Weight:
100%
Each proposal will be independently evaluated on factors 1 through 3.
Terms and Conditions
1. The Town reserves the right to reject any and all proposals and to waive minor irregularities in any
proposal.
2. The Town reserves the right to request clarification of information submitted and to request additional
information from any proposer.
3. The Town reserves the right to award any contract to the next most qualified vendor if the vendor does
not execute a contract within thirty (30) days after the award of the proposal.
4. Any proposal may be withdrawn up until the submittal date and time.
5. The Town reserves the right to reject any proposed agreement or contract that does not conform to the
specifications contained in this RFP and which is not approved by the Municipal Attorney.
5
6. The Town shall not be responsible for any costs incurred by the vendor in preparing, submitting or
presenting its response to the RFP.
Payment Terms
Payment by the Town will be made a monthly basis after services have been performed and an itemized billing
statement has been received. A signed voucher will be submitted in the form specified by the Town and approved
by the appropriate Town representative for signature by the vendor.
Interested applicants should submit proposals no later than 4:00pm on December 7, 2023 to:
Jillian Barrick, Business Administrator
Town of Morristown
200 South St. PO Box 914
Room 239, Office of Mayor/Administration
Morristown, NJ 07963-0914
6
APPENDIX A
AMERICANS WITH DISABILITIES ACT OF 1990
ACKNOWLEDGEMENT FORM
This form is an agreement of the successful Vendor’s obligation to comply with the requirements of 42 U.S.C.
§121.01 et seq., referred to as the Americans Disability Act of 1990.
The undersigned Vendor hereby acknowledges receipt of the Americans with Disabilities Act of 1990 found at
Appendix B of this packet.
The undersigned Vendor hereby certifies that he/she is aware of the commitment to comply with the requirements
of 42 U.S.C. §121.01 et seq. and agrees to furnish any required forms as evidence of compliance.
The undersigned Vendor further certifies that he/she understands that his/her proposal shall be rejected as non-
responsive and any contract entered into shall be void and of no effect if said Vendor fails to comply with the
requirements of 42 U.S.C. §121.01 et seq.
COMPANY:___________________________ TITLE:______________________________
PRINT NAME: __________________________SIGNATURE:_______________________________
DATE: ______________________
--- Document: 2024 Financial Services-Municipal Auditor.pdf ---
NOTE: The Town of Morristown will consider proposals only from firms or organizations that have
demonstrated the capability and willingness to provide high quality services in the manner described
in this Request for Qualifications.
REQUEST FOR QUALIFICATIONS
FOR THE PROVISION OF FINANCIAL SERVICES – MUNICIPAL AUDITOR
ISSUE DATE: November 9, 2023
DUE DATE: December 7, 2023
Issued by:
Town of Morristown
2
GLOSSARY
The following definitions shall apply to and are used in this Request for Qualifications:
"Principals" means persons possessing an ownership interest in the Respondent. If the Respondent is a
corporation, "Principals" shall include each investor who would have any amount of operational control
over the Respondent and every stockholder having an ownership interest of ten percent (10%) or more in
the firm.
"Qualification Statement" - refers to the complete responses to this RFQ submitted by the Respondents.
"Qualified Respondent" - refers to those Respondents who (in the sole judgment of the Town) have satisfied
the qualification criteria set forth in this RFQ.
"Respondent" or "Respondents" - refers to the interested firm(s) that submit a Qualification Statement.
“Review Team” – Members of the Town Administration and its legal and/or financial advisors who shall
review the Qualification Statements.
"RFQ" - refers to this Request for Qualifications, including any amendments thereof or supplements thereto.
"Town" - refers to the Town of Morristown.
3
SECTION 1
INTRODUCTION AND GENERAL INFORMATION
Section 1.1.
Introduction and Purpose.
The Town is soliciting Qualification Statements from interested persons and/or firms for the provision of
Financial Services – Municipal Auditor, as more particularly described herein. Through a Request for
Qualification process described herein, persons and/or firms interested in assisting the Town with the
provision of such services must prepare and submit a Qualification Statement in accordance with the
procedures and schedules in this RFQ. The Town will review Qualification Statements only from those
firms that submit a Qualification Statement which includes all the information required to be included as
described herein (in the sole judgment of the Town). The Town intends to qualify person(s) and/or firm(s)
that: (a) possesses the professional, financial and administrative capabilities to provide the proposed
services, and (b) will agree to work under the compensation terms and conditions determined by the Town
to provide the greatest benefit to the taxpayers of Morristown.
Section 1.2.
Procurement Process and Schedule.
The selection of Qualified Respondents is not subject to the bidding provisions of the Local Public
Contracts Law, N.J.S.A. 40A:11-1 et seq. The Town has structured a procurement process that seeks to
obtain the desired results described above, while establishing a competitive process to assure that each
person and/or firm is provided with an equal opportunity to submit a Qualification Statement in response
to the RFQ. Qualification Statements will be evaluated in accordance with the criteria set forth in Section
5 of this RFQ, which will be applied in the same manner to each Qualification Statement received.
Respondents agree to at all times abide by all requirements of New Jersey law.
Qualification Statements will be reviewed and evaluated by the Town Administration and its legal and/or
financial advisors (collectively, the "Review Team"). The Qualification Statements will be reviewed to
determine if the Respondent has met the minimum professional, administrative and financial criteria
described in this RFQ. Under no circumstances will a member of the review team review responses to an
RFQ for a position which they or their firm submitted a response. Based upon the totality of the information
contained in the Qualification Statement, including information about the reputation and experience of each
Respondent, the Town will (in its sole judgment) determine which Respondents are qualified from
professional, administrative and financial standpoints. Each Respondent that meets the requirements of the
RFQ (in the sole judgment of the Town) will be designated as a Qualified Respondent and will be given
the opportunity to participate in the selection process determined by the Town.
The RFQ process commences with the issuance of this RFQ. The steps involved in the process and the
anticipated completion dates are set forth in Table 1, Procurement Schedule. The Town reserves the right
to, among other things, amend, modify or alter the Procurement Schedule upon notice to all potential
Respondents.
All communications concerning this RFQ or the RFQ process shall be directed to the Town’s Designated
Contact Person, in writing.
4
Designated Contact Person:
Jillian Barrick
Business Administrator
Town of Morristown
200 South St. CN914
Room 239, Office of Mayor/Administration
Morristown, NJ 07963-0914
Qualification Statements must be submitted to, and be received by, the Town, by hand delivery or regular
mail, by 4:00 p.m. prevailing time on December 7, 2023. Qualification Statements will not be accepted by
facsimile transmission or e-mail.
Subsequent to issuance of this RFQ, the Town (through the issuance of addenda to all firms that have
received a copy of the RFQ) may modify, supplement or amend the provisions of this RFQ in order to
respond to inquiries received from prospective Respondents or as otherwise deemed necessary or
appropriate by, and in the sole judgment of, the Town.
TABLE 1
ANTICIPATED PROCUREMENT SCHEDULE
ACTIVITY
DATE
1. Issuance of Request for Qualifications
November 9, 2023
2. Receipt of Qualification Statements
December 7, 2023
3. Completion of Evaluation of Qualification Statements by the Review Team December 14, 2023
4. Town Review of Review Team Recommendations
December 28, 2023
5. Approval of Professional Services Resolutions by Town Council
January 9, 2024
Section 1.3.
Conditions Applicable to RFQ.
Upon submission of a Qualification Statement in response to this RFQ, the Respondent acknowledges and
consents to the following conditions relative to the submission and review and consideration of its
Qualification Statement:
•
This document is an RFQ and does not constitute an RFP.
•
This RFQ does not commit the Town to issue an RFP.
•
All costs incurred by the Respondent in connection with responding to this RFQ shall be
borne solely by the Respondent.
•
The Town reserves the right, in its sole judgment, to reject for any reason, any and all
responses and components thereof and to eliminate any and all Respondents responding to
this RFQ from further consideration for this procurement.
•
The Town reserves the right, in its sole judgment, to reject any Respondent that submits
incomplete responses to this RFQ, or a Qualification Statement that is not responsive to
the requirements of this RFQ.
5
•
The Town reserves the right, without prior notice, to supplement, amend, or otherwise
modify this RFQ, or otherwise request additional information.
•
All Qualification Statements shall become the property of the Town and will not be
returned.
•
All Qualification Statements will be made available to the public at the appropriate time,
as determined by the Town, in the exercise of its sole discretion, in accordance with
applicable law.
•
The Town may request Respondents to send representatives to the Town for interviews.
•
Any and all Qualification Statements not received by the Town by 4:00 p.m. prevailing
time on December 7, 2023 will be rejected.
•
Neither the Town, its consultants or advisors, nor their respective staffs, including, but not
limited to, the Review Team, shall be liable for any claims or damages resulting from the
solicitation or preparation of the Qualification Statement, nor will there be any
reimbursement to Respondents for the cost of preparing and submitting a Qualification
Statement or for participating in this procurement process.
Section 1.4.
Rights of Town.
The Town reserves, holds and may exercise, at its sole discretion, the following rights and options with
regard to this RFQ and the procurement process in accordance with the provisions of applicable law:
•
To determine that any Qualification Statement received complies or fails to comply with
the terms of this RFQ.
•
To supplement, amend or otherwise modify the RFQ through issuance of addenda to all
prospective Respondents who have received a copy of this RFQ.
•
To waive any technical non-conformance with the terms of this RFQ.
•
To change or alter the schedule for any events called for in this RFQ upon the issuance of
notice to all prospective Respondents who have received a copy of this RFQ.
•
To conduct investigations of any or all of the Respondents, as the Town deems necessary
or convenient, to clarify the information provided as part of the Qualification Statement
and to request additional information to support the information included in any
Qualification Statement.
•
To suspend or terminate the procurement process described in this RFQ at any time in the
Town’s sole discretion. If terminated, the Town may determine to commence a new
procurement process or exercise any other rights provided under applicable law without
any obligation to the Respondents.
The Town shall be under no obligation to complete all or any portion of the procurement process described
in this RFQ.
6
Section 1.5
Addenda or Amendments to RFQ.
During the period provided for the preparation of responses to the RFQ, the Town may issue addenda,
amendments or answers to written inquiries. Those addenda will be noticed by the Town and will constitute
a part of the RFQ. All responses to the RFQ shall be prepared with full consideration of the addenda issued
prior to the proposal submission date.
Section 1.6
Cost of Proposal Preparation.
Each proposal and all information required to be submitted pursuant to the RFQ shall be prepared at the
sole cost and expense of the respondent. There shall be no claims whatsoever against the Town, its staff,
its consultants or such consultants’ staff, for reimbursement for the payment of costs or expenses incurred
in the preparation of the Qualification Statement or other information required by the RFQ.
Section 1.7
Proposal Format.
Responses should cover all information requested in the questions to be answered in this RFQ.
Responses which in the judgment of the Town fail to meet the requirements of the RFQ or which are in any
way conditional, incomplete, obscure, contain additions or deletions from requested information, or contain
errors. may be rejected.
SECTION 2
SCOPE OF SERVICES
It is the intent of the Town to solicit Qualification Statements from Respondents that have expertise in the
provision of Financial Services – Municipal Auditor. Firms and/or persons responding to this RFQ shall
be able to demonstrate that they will have the continuing capabilities to perform these services.
SECTION 3
SUBMISSION REQUIREMENTS
Section 3.1
General Requirements.
The Qualification Statement submitted by the Respondent must meet or exceed the professional,
administrative and financial qualifications set forth in this Section 3 and shall incorporate the information
requested below.
In addition to the information required as described below, a Respondent may submit supplemental
information that it believes may be useful in evaluating its Qualification Statement. Respondents are
encouraged to be clear, factual, and concise in their presentation of information.
7
Section 3.2
Administrative Information Requirements.
The Respondent shall, as part of its Qualification Statement, provide the following information:
1.
An executive summary (not to exceed two (2) pages) of the information contained in all
the other parts of the Qualification Statement.
2.
An executed Letter of Qualification (See Appendix A to this RFQ).
3.
Name, address and telephone number of the firm or firms submitting the Qualification
Statement pursuant to this RFQ, and the name of the key contact person.
4.
A description of the business organization (i.e., corporation, partnership, joint venture, etc.)
of each firm, its ownership and its organizational structure.
(a)
Provide the names and business addresses of all Principals of the firm or firms
submitting the Qualification Statement. For purposes of this RFQ, "Principals"
means persons possessing an ownership interest in the Respondent. If the
Respondent is a corporation, "Principals" shall include each investor who would
have any amount of operational control over the Respondent and every stockholder
having an ownership interest of ten percent (10%) or more in the firm.
(b)
If a firm is a partially owned or a fully-owned subsidiary of another firm, identify
the parent company and describe the nature and extent of the parents' approval
rights over the activities of the firm submitting a Qualification Statement. Describe
the approval process.
(c)
If the Respondent is a partnership or a joint venture or similar organization, provide
comparable information as required in (b) above for each member of the
partnership, joint venture or similar organization.
(d)
A statement that the Respondent has complied with all applicable affirmative
action (or similar) requirements with respect to its business activities, together with
evidence of such compliance
5.
An executed Letter of Intent (See Appendix B).
6.
An executed Payment Conditions and Rate Schedules Form (See Appendix C).
7.
An executed Americans with Disabilities Act of 1990 Acknowledgement Form (See
Appendix D).
8.
The number of years the business organization has been in business under its present name.
9.
The number of years the business organization has been under its current management.
10.
Any judgments, claims or suits within the last three (3) years in which Respondent has been adjudicated
liable for professional malpractice. If yes, please explain.
8
11.
Whether the business organization is now or has been involved in any bankruptcy or re-
organization proceedings in the last ten (10) years. If yes, please explain.
12.
Confirm appropriate federal and state licenses to perform activities. Submit a copy of the Firm’s
Business Registration Certificate.
Section 3.3
Professional Information Requirements.
1.
Respondent shall submit a description of its overall experience in providing the type of
services sought in the RFQ. At a minimum, the following information on past experience should be
included as appropriate to the RFQ:
a.
Description and scope of work by Respondent;
b.
Name, address and contact information of references; and
c.
Explanation of perceived relevance of the experience to the RFQ.
2.
Describe the services that Respondent would perform directly.
3.
Describe those portions of the Respondent’s services, if any, that are sub-
contracted out. Identify all subcontractors the Respondent anticipates using in connection
with this project.
4.
Does the Respondent normally employ union or non-union employees?
5.
Resumes of key employees.
6.
A narrative statement of the Respondent’s understanding of the Town’s needs and goals.
7.
List all immediate relatives of Principal(s) of Respondent who are Town
employees or elected officials of the Town. For purposes of the above, “immediate
relative” means a spouse, parent, stepparent, brother, sister, child, stepchild, direct-line
aunt or uncle, grandparent, grandchild, and in-laws by reason of relation.
SECTION 4
INSTRUCTIONS TO RESPONDENTS
Section 4.1
Submission of Qualification Statements.
Respondents must submit an original and one (1) copy of their Qualification Statement to the Designated
Contact Person:
Ms. Jillian Barrick
Business Administrator
Town of Morristown
200 South St. CN914
Room 239, Office of Mayor/Administration
Morristown, NJ 07963-0914
9
Qualification Statements must be received by the Town no later than 4:00 p.m. (prevailing time) on
December 7, 2023, and must be mailed or hand-delivered. Qualification Statements forwarded by facsimile
or e-mail will not be accepted.
To be responsive, Qualification Statements must provide all requested information, and must be in strict
conformance with the instructions set forth herein. Qualification Statements and all related information
must be bound, and signed and acknowledged by the Respondent.
SECTION 5
EVALUATION
The Town’s objective in soliciting Qualification Statements is to enable it to select a firm or organization
that will provide high quality and cost effective services to the citizens of Morristown. The Town will
consider Qualification Statements only from firms or organizations that, in the Town’s judgment, have
demonstrated the capability and willingness to provide high quality services to the citizens of the Town in
the manner described in this RFQ.
Proposals will be evaluated by the Town on the basis of the most advantageous, all relevant factors
considered. The evaluation will consider:
1.
Experience and reputation in the field;
2.
Knowledge of the Town and the subject matter addressed under the contract;
3.
Availability to accommodate the required meetings of the Town; and
4.
Other factors demonstrated to be in the best interest of the Town.
APPENDIX A
LETTER OF QUALIFICATION
(Note: To be typed on Respondent's Letterhead. No modifications may be made to this
letter)
[INSERT DATE]
Attn: Ms. Jillian Barrick
Business Administrator
Town of Morristown
200 South St. CN914
Morristown, NJ 07963-0914
Dear Ms. Barrick:
The undersigned has reviewed its Qualification Statement submitted in response to the Request for Qualifications
(RFQ) issued by the Town of Morristown ("Town"), dated __________________, in connection with the Town’s
need for Financial Services – Municipal Auditor.
We affirm that the contents of our Qualification Statement (which Qualification Statement is incorporated herein
by reference), are accurate, factual and complete to the best of our knowledge and belief and that the Qualification
Statement is submitted in good faith upon the express understanding that any false statement may result in the
disqualification of (Name of Respondent).
(Respondent shall sign and complete the spaces provided below. If a joint venture, appropriate officers
of each company shall sign.)
(Signature of Chief
Executive Officer)
(Typed Name and Title)
(Type Name of Firm)
Dated: ___________________
APPENDIX B
LETTER OF INTENT
(Note: To be typed on Respondent's Letterhead. No modifications may be made to this letter)
[INSERT DATE]
Attn: Ms. Jillian Barrick
Business Administrator
Town of Morristown
200 South St. CN914
Morristown, NJ 07963-0914
Dear Ms. Barrick:
The undersigned, as Respondent, has (have) submitted the attached Qualification Statement in response to a
Request for Qualifications (RFQ), issued by the Town of Morristown ("Town"), dated __________________in
connection with the Town’s need for Financial Services – Municipal Auditor.
(Name of Respondent) HEREBY STATES:
1.
The Qualification Statement contains accurate, factual and complete information.
2.
(Name of Respondent) agrees (agrees) to participate in good faith in the procurement process as
described in the RFQ and to adhere to the Town's procurement schedule.
3.
(Name of Respondent) acknowledges (acknowledge) that all costs incurred by it (them) in
connection with the preparation and submission of the Qualification Statement and any proposal
prepared and submitted in response to the RFQ, or any negotiation which results therefrom shall
be borne exclusively by the Respondent.
4.
(Name of Respondent) hereby declares (declare) that the only persons participating in this
Qualification Statement as Principals are named herein and that no person other than those herein
mentioned has any participation in this Qualification Statement or in any contract to be entered
into with respect thereto. Additional persons may subsequently be included as participating
Principals, but only if acceptable to the Town. (Name of Respondent) declares that this
Qualification Statement is made without connection with any other person, firm or parties who
has submitted a Qualification Statement, except as expressly set forth below and that it has been
prepared and has been submitted in good faith and without collusion or fraud.
5.
(Name of Respondent) acknowledges and agrees that the Town may modify, amend,
suspend and/or terminate the procurement process (in its sole judgment). In any case, the Town
shall not have any liability to the Respondent for any costs incurred by the Respondent with
respect to the procurement activities described in this RFQ.
6.
(Name of Respondent) acknowledges that any contract executed with respect to the provision of
Financial Services – Municipal Auditor must comply with all applicable affirmative action and
similar laws. Respondent hereby agrees to take such actions as are required in order to comply
with such applicable laws.
(Respondent shall sign and complete the space provided below. If a joint venture, appropriate officers of each
company shall sign.)
(Signature of Chief Executive Officer)
(Typed Name and Title)
(Type Name of Firm)
Dated: ________________
APPENDIX C
PAYMENT CONDITIONS AND RATE SCHEDULES
1.
The compensation for the Municipal Auditor shall not exceed Forty Three Thousand, Five Hundred
Dollars ($43,500).
2.
The Municipal Auditor shall be reimbursed at cost for expenses incurred for duplication, filing fees and
other reasonable out-of-pocket expenses advanced and/or incurred by them. The Municipal Auditor shall be
reimbursed for direct charges including disbursements that are actual expenses incurred by the Municipal Auditor
and or/their associated Firm in connection with the following auditing services:
a.
Telegrams, faxes and long distance (Out-of-State) telephone calls;
b.
Payment of filing, application fees, review fees and similar charges;
c.
Computer expenses including time and proprietary program charges;
d.
Outside printing, reproduction, binding, collating and other graphic services;
e.
Messenger service, postage and handling of drawing and specifications, reports,
contracts and other bulky items.
3.
Monthly invoices shall be submitted detailing all services performed.
Signature: The undersigned hereby acknowledges and accepts the established payment terms.
Name of Respondent/Firm:__________________________________
Print name and title:________________________________________
Signature:________________________________________________
Date:____________________________________________________
ATTEST:
________________________________
Witness
APPENDIX D
AMERICANS WITH DISABILITIES ACT OF 1990
ACKNOWLEDGEMENT FORM
This form is an agreement of the successful Vendor’s obligation to comply with the requirements of 42 U.S.C.
§121.01 et seq., referred to as the Americans Disability Act of 1990.
The undersigned Vendor hereby acknowledges receipt of the Americans with Disabilities Act of 1990 found at
Appendix B of this packet.
The undersigned Vendor hereby certifies that he/she is aware of the commitment to comply with the requirements
of 42 U.S.C. §121.01 et seq. and agrees to furnish any required forms as evidence of compliance.
The undersigned Vendor further certifies that he/she understands that his/her proposal shall be rejected as non-
responsive and any contract entered into shall be void and of no effect if said Vendor fails to comply with the
requirements of 42 U.S.C. §121.01 et seq.
COMPANY:___________________________ TITLE:______________________________
PRINT NAME: __________________________SIGNATURE:_______________________________
DATE: ______________________
--- Document: 2024 Legal Services-Bond Counsel.pdf ---
NOTE: The Town of Morristown will consider proposals only from firms or organizations that have
demonstrated the capability and willingness to provide high quality services in the manner described in this
Request for Qualifications.
REQUEST FOR QUALIFICATIONS
FOR THE PROVISION OF LEGAL SERVICES – BOND COUNSEL
ISSUE DATE: November 9, 2023
DUE DATE: December 7, 2023
Issued by:
Town of Morristown
2
GLOSSARY
The following definitions shall apply to and are used in this Request for Qualifications:
"Principals" means persons possessing an ownership interest in the Respondent. If the Respondent is a corporation,
"Principals" shall include each investor who would have any amount of operational control over the Respondent and
every stockholder having an ownership interest of ten percent (10%) or more in the firm.
"Qualification Statement" - refers to the complete responses to this RFQ submitted by the Respondents.
"Qualified Respondent" - refers to those Respondents who (in the sole judgment of the Town) have satisfied the
qualification criteria set forth in this RFQ.
"Respondent" or "Respondents" - refers to the interested firm(s) that submit a Qualification Statement.
“Review Team” – Members of the Town Administration and its legal and/or financial advisors who shall review the
Qualification Statements.
"RFQ" - refers to this Request for Qualifications, including any amendments thereof or supplements thereto.
"Town" - refers to the Town of Morristown.
3
SECTION 1
INTRODUCTION AND GENERAL INFORMATION
Section 1.1.
Introduction and Purpose.
The Town is soliciting Qualification Statements from interested persons and/or firms for the provision of Legal Services-
Bond Counsel, as more particularly described herein. Through a Request for Qualification process described herein,
persons and/or firms interested in assisting the Town with the provision of such services must prepare and submit a
Qualification Statement in accordance with the procedures and schedules in this RFQ. The Town will review
Qualification Statements only from those firms that submit a Qualification Statement which includes all the information
required to be included as described herein (in the sole judgment of the Town). The Town intends to qualify person(s)
and/or firm(s) that: (a) possesses the professional, financial and administrative capabilities to provide the proposed
services, and (b) will agree to work under the compensation terms and conditions determined by the Town to provide
the greatest benefit to the taxpayers of Morristown.
Section 1.2.
Procurement Process and Schedule.
The selection of Qualified Respondents is not subject to the bidding provisions of the Local Public Contracts Law,
N.J.S.A. 40A:11-1 et seq. The Town has structured a procurement process that seeks to obtain the desired results
described above, while establishing a competitive process to assure that each person and/or firm is provided with an
equal opportunity to submit a Qualification Statement in response to the RFQ. Qualification Statements will be evaluated
in accordance with the criteria set forth in Section 5 of this RFQ, which will be applied in the same manner to each
Qualification Statement received. Respondents agree to at all times abide by all requirements of New Jersey law.
Qualification Statements will be reviewed and evaluated by the Town Administration and its legal and/or financial
advisors (collectively, the "Review Team"). The Qualification Statements will be reviewed to determine if the
Respondent has met the minimum professional, administrative and financial criteria described in this RFQ. Under no
circumstances will a member of the Review Team review responses to an RFQ for a position which they or their firm
submitted a response. Based upon the totality of the information contained in the Qualification Statement, including
information about the reputation and experience of each Respondent, the Town will (in its sole judgment) determine
which Respondents are qualified from professional, administrative and financial standpoints. Each Respondent that
meets the requirements of the RFQ (in the sole judgment of the Town) will be designated as a Qualified Respondent and
will be given the opportunity to participate in the selection process determined by the Town.
The RFQ process commences with the issuance of this RFQ. The steps involved in the process and the anticipated
completion dates are set forth in Table 1, Procurement Schedule. The Town reserves the right to, among other things,
amend, modify or alter the Procurement Schedule upon notice to all potential Respondents.
All communications concerning this RFQ or the RFQ process shall be directed to the Town’s Designated Contact Person,
in writing.
Designated Contact Person:
Jillian Barrick, Business Administrator
Town of Morristown, 200 South St. CN914
Room 239, Office of Mayor/Administration, Morristown, NJ 07963-0914
4
Qualification Statements must be submitted to, and be received by, the Town, by hand delivery or regular mail, by 4:00
p.m. prevailing time on December 7, 2023. Qualification Statements will not be accepted by facsimile transmission or
e-mail.
Subsequent to issuance of this RFQ, the Town (through the issuance of addenda to all firms that have received a copy of
the RFQ) may modify, supplement or amend the provisions of this RFQ in order to respond to inquiries received from
prospective Respondents or as otherwise deemed necessary or appropriate by, and in the sole judgment of, the Town.
TABLE 1
ANTICIPATED PROCUREMENT SCHEDULE
ACTIVITY
DATE
1. Issuance of Request for Qualifications
November 9, 2023
2. Receipt of Qualification Statements
December 7, 2023
3. Completion of Evaluation of Qualification Statements by the Review Team December 14, 2023
4. Town Review of Review Team Recommendations
December 28, 2023
5. Approval of Professional Services Resolutions by Town Council
January 9, 2024
Section 1.3.
Conditions Applicable to RFQ.
Upon submission of a Qualification Statement in response to this RFQ, the Respondent acknowledges and consents to
the following conditions relative to the submission and review and consideration of its Qualification Statement:
•
This document is an RFQ and does not constitute an RFP.
•
This RFQ does not commit the Town to issue an RFP.
•
All costs incurred by the Respondent in connection with responding to this RFQ shall be borne solely
by the Respondent.
•
The Town reserves the right, in its sole judgment, to reject for any reason, any and all responses and
components thereof and to eliminate any and all Respondents responding to this RFQ from further
consideration for this procurement.
•
The Town reserves the right, in its sole judgment, to reject any Respondent that submits incomplete
responses to this RFQ, or a Qualification Statement that is not responsive to the requirements of this
RFQ.
•
The Town reserves the right, without prior notice, to supplement, amend, or otherwise modify this RFQ,
or otherwise request additional information.
•
All Qualification Statements shall become the property of the Town and will not be returned.
5
•
All Qualification Statements will be made available to the public at the appropriate time, as determined
by the Town, in the exercise of its sole discretion, in accordance with applicable law.
•
The Town may request Respondents to send representatives to the Town for interviews.
•
Any and all Qualification Statements not received by the Town by 4:00 p.m. prevailing time on
December 7, 2023 will be rejected.
•
Neither the Town, its consultants or advisors, nor their respective staffs, including, but not limited to,
the Review Team, shall be liable for any claims or damages resulting from the solicitation or preparation
of the Qualification Statement, nor will there be any reimbursement to Respondents for the cost of
preparing and submitting a Qualification Statement or for participating in this procurement process.
Section 1.4.
Rights of Town.
The Town reserves, holds and may exercise, at its sole discretion, the following rights and options with regard to this
RFQ and the procurement process in accordance with the provisions of applicable law:
•
To determine that any Qualification Statement received complies or fails to comply with the terms of
this RFQ.
•
To supplement, amend or otherwise modify the RFQ through issuance of addenda to all prospective
Respondents who have received a copy of this RFQ.
•
To waive any technical non-conformance with the terms of this RFQ.
•
To change or alter the schedule for any events called for in this RFQ upon the issuance of notice to all
prospective Respondents who have received a copy of this RFQ.
•
To conduct investigations of any or all of the Respondents, as the Town deems necessary or convenient,
to clarify the information provided as part of the Qualification Statement and to request additional
information to support the information included in any Qualification Statement.
•
To suspend or terminate the procurement process described in this RFQ at any time in the Town’s sole
discretion. If terminated, the Town may determine to commence a new procurement process or exercise
any other rights provided under applicable law without any obligation to the Respondents.
The Town shall be under no obligation to complete all or any portion of the procurement process described in this RFQ.
Section 1.5
Addenda or Amendments to RFQ.
During the period provided for the preparation of responses to the RFQ, the Town may issue addenda, amendments or
answers to written inquiries. Those addenda will be noticed by the Town and will constitute a part of the RFQ. All
responses to the RFQ shall be prepared with full consideration of the addenda issued prior to the proposal submission
date.
6
Section 1.6
Cost of Proposal Preparation.
Each proposal and all information required to be submitted pursuant to the RFQ shall be prepared at the sole cost and
expense of the respondent. There shall be no claims whatsoever against the Town, its staff, its consultants or such
consultants’ staff, for reimbursement for the payment of costs or expenses incurred in the preparation of the Qualification
Statement or other information required by the RFQ.
Section 1.7
Proposal Format.
Responses should cover all information requested in the questions to be answered in this RFQ.
Responses which in the judgment of the Town fail to meet the requirements of the RFQ or which are in any way
conditional, incomplete, obscure, contain additions or deletions from requested information, or contain errors. may be
rejected.
SECTION 2
SCOPE OF SERVICES
It is the intent of the Town to solicit Qualification Statements from Respondents that have expertise in the provision of
Legal Services-Bond Counsel. Firms and/or persons responding to this RFQ shall be able to demonstrate that they
will have the continuing capabilities to perform these services.
SECTION 3
SUBMISSION REQUIREMENTS
Section 3.1
General Requirements.
The Qualification Statement submitted by the Respondent must meet or exceed the professional, administrative and
financial qualifications set forth in this Section 3 and shall incorporate the information requested below.
In addition to the information required as described below, a Respondent may submit supplemental information that it
believes may be useful in evaluating its Qualification Statement. Respondents are encouraged to be clear, factual, and
concise in their presentation of information.
Section 3.2
Administrative Information Requirements.
The Respondent shall, as part of its Qualification Statement, provide the following information:
1.
An executive summary (not to exceed two (2) pages) of the information contained in all the other parts
of the Qualification Statement.
2.
An executed Letter of Qualification (See Appendix A to this RFQ).
3.
Name, address and telephone number of the firm or firms submitting the Qualification Statement
pursuant to this RFQ, and the name of the key contact person.
7
4.
A description of the business organization (i.e., corporation, partnership, joint venture, etc.) of each firm,
its ownership and its organizational structure.
(a)
Provide the names and business addresses of all Principals of the firm or firms submitting the
Qualification Statement. For purposes of this RFQ, "Principals" means persons possessing an
ownership interest in the Respondent. If the Respondent is a corporation, "Principals" shall
include each investor who would have any amount of operational control over the Respondent
and every stockholder having an ownership interest of ten percent (10%) or more in the firm.
(b)
If a firm is a partially owned or a fully-owned subsidiary of another firm, identify the parent
company and describe the nature and extent of the parents' approval rights over the activities of
the firm submitting a Qualification Statement. Describe the approval process.
(c)
If the Respondent is a partnership or a joint venture or similar organization, provide comparable
information as required in (b) above for each member of the partnership, joint venture or similar
organization.
(d)
A statement that the Respondent has complied with all applicable affirmative action (or similar)
requirements with respect to its business activities, together with evidence of such compliance
5.
An executed Letter of Intent (See Appendix B).
6.
An executed Payment Conditions and Rate Schedules Form (See Appendix C).
7.
An executed Americans with Disabilities Act of 1990 Acknowledgement Form (See Appendix D).
8.
The number of years the business organization has been in business under its present name.
9.
The number of years the business organization has been under its current management.
10.
Any judgments, claims or suits within the last three (3) years in which Respondent has been adjudicated liable for
professional malpractice. If yes, please explain.
11.
Whether the business organization is now or has been involved in any bankruptcy or re-organization
proceedings in the last ten (10) years. If yes, please explain.
12.
Confirm appropriate federal and state licenses to perform activities. Submit a copy of the Firm’s Business
Registration Certificate.
Section 3.3
Professional Information Requirements.
1.
Respondent shall submit a description of its overall experience in providing the type of services sought
in the RFQ. At a minimum, the following information on past experience should be included as
appropriate to the RFQ:
a.
Description and scope of work by Respondent;
b.
Name, address and contact information of references; and
c.
Explanation of perceived relevance of the experience to the RFQ.
8
2.
Describe the services that Respondent would perform directly.
3.
Describe those portions of the Respondent’s services, if any, that are sub-contracted out.
Identify all subcontractors the Respondent anticipates using in connection with this project.
4.
Does the Respondent normally employ union or non-union employees?
5.
Resumes of key employees.
6.
A narrative statement of the Respondent’s understanding of the Town’s needs and goals.
7.
List all immediate relatives of Principal(s) of Respondent who are Town employees or elected
officials of the Town. For purposes of the above, “immediate relative” means a spouse, parent,
stepparent, brother, sister, child, stepchild, direct-line aunt or uncle, grandparent, grandchild, and in-
laws by reason of relation.
SECTION 4
INSTRUCTIONS TO RESPONDENTS
Section 4.1
Submission of Qualification Statements.
Respondents must submit an original and one (1) copy of their Qualification Statement to the Designated Contact Person:
Jillian Barrick
Business Administrator
Town of Morristown
200 South St. CN914
Room 239, Office of Mayor/Administration
Morristown, NJ 07963-0914
Qualification Statements must be received by the Town no later than 4:00 p.m. (prevailing time) on December 7, 2023
and must be mailed or hand-delivered. Qualification Statements forwarded by facsimile or e-mail will not be accepted.
To be responsive, Qualification Statements must provide all requested information, and must be in strict conformance
with the instructions set forth herein. Qualification Statements and all related information must be bound, and signed
and acknowledged by the Respondent.
9
SECTION 5
EVALUATION
The Town’s objective in soliciting Qualification Statements is to enable it to select a firm or organization that will
provide high quality and cost effective services to the citizens of Morristown. The Town will consider Qualification
Statements only from firms or organizations that, in the Town’s judgment, have demonstrated the capability and
willingness to provide high quality services to the citizens of the Town in the manner described in this RFQ.
Proposals will be evaluated by the Town on the basis of the most advantageous, all relevant factors considered. The
evaluation will consider:
1.
Experience and reputation in the field;
2.
Knowledge of the Town and the subject matter addressed under the contract;
3.
Availability to accommodate the required meetings of the Town; and
4.
Other factors demonstrated to be in the best interest of the Town.
10
APPENDIX A
LETTER OF QUALIFICATION
(Note: To be typed on Respondent's Letterhead. No modifications may be made to this letter)
[INSERT DATE]
Attn: Jillian Barrick
Business Administrator
Town of Morristown
200 South St. CN914
Morristown, NJ 07963-0914
Dear Ms. Barrick:
The undersigned has reviewed its Qualification Statement submitted in response to the Request for Qualifications (RFQ)
issued by the Town of Morristown ("Town"), dated __________________, in connection with the Town’s need for Legal
Services – Bond Counsel.
We affirm that the contents of our Qualification Statement (which Qualification Statement is incorporated herein by
reference), are accurate, factual and complete to the best of our knowledge and belief and that the Qualification Statement
is submitted in good faith upon the express understanding that any false statement may result in the disqualification of
(Name of Respondent).
(Respondent shall sign and complete the spaces provided below. If a joint venture, appropriate officers of each
company shall sign.)
(Signature of Chief
Executive Officer)
(Typed Name and Title)
(Type Name of Firm)
Dated: ___________________
APPENDIX B
LETTER OF INTENT
(Note: To be typed on Respondent's Letterhead. No modifications may be made to this letter)
[INSERT DATE]
Attn: Jillian Barrick
Business Administrator
Town of Morristown
200 South St. CN914
Morristown, NJ 07963-0914
Dear Ms. Barrick:
The undersigned, as Respondent, has (have) submitted the attached Qualification Statement in response to a Request for
Qualifications (RFQ), issued by the Town of Morristown ("Town"), dated __________________in connection with the
Town’s need for Legal Services–Bond Counsel.
(Name of Respondent) HEREBY STATES:
1.
The Qualification Statement contains accurate, factual and complete information.
2.
(Name of Respondent) agrees (agrees) to participate in good faith in the procurement process as described
in the RFQ and to adhere to the Town's procurement schedule.
3.
(Name of Respondent) acknowledges (acknowledge) that all costs incurred by it (them) in connection with
the preparation and submission of the Qualification Statement and any proposal prepared and submitted in response to the
RFQ, or any negotiation which results therefrom shall be borne exclusively by the Respondent.
5.
(Name of Respondent) hereby declares (declare) that the only persons participating in this Qualification
Statement as Principals are named herein and that no person other than those herein mentioned has any
participation in this Qualification Statement or in any contract to be entered into with respect thereto.
Additional persons may subsequently be included as participating Principals, but only if acceptable to the
Town. (Name of Respondent) declares that this Qualification Statement is made without connection with
any other person, firm or parties who has submitted a Qualification Statement, except as expressly set forth
below and that it has been prepared and has been submitted in good faith and without collusion or fraud.
5.
(Name of Respondent) acknowledges and agrees that the Town may modify, amend, suspend and/or
terminate the procurement process (in its sole judgment). In any case, the Town shall not have any liability to the Respondent
for any costs incurred by the Respondent with respect to the procurement activities described in this RFQ.
6.
(Name of Respondent) acknowledges that any contract executed with respect to the provision of Legal
Services – Bond Counsel must comply with all applicable affirmative action and similar laws. Respondent hereby agrees to
take such actions as are required in order to comply with such applicable laws.
(Respondent shall sign and complete the space provided below. If a joint venture, appropriate officers of each
company shall sign.)
(Signature of Chief Executive Officer)
(Typed Name and Title)
(Type Name of Firm)
Dated: ________________
APPENDIX C
PAYMENT CONDITIONS AND RATE SCHEDULES
1.
The base fee for Legal Services-Bond Counsel for approval of general obligations shall be Five
Thousand Dollars ($5,000.00) plus a fee of One Dollar ($1.00) per every One Thousand Dollars ($1,000.00) of
bonds approved. All issues of bonds shall be charged an additional One Thousand Dollars ($1,000.00) for each
series for an issue with multiple series of bonds. Bond and other capital ordinances shall be billed on the basis of
Four Hundred Dollars ($400.00) per ordinance prepared or reviewed; multipurpose ordinances shall be billed at
Seven Hundred Fifty Dollars ($750.00). Issues for notes in anticipation of the issuance of bonds shall be based
on a charge of Fifty Dollars ($50.00) per One Hundred Thousand Dollars ($100,000.00) of notes prepared, or
fraction thereof, with a minimum of Five Hundred Dollars ($500.00) for each issue of notes. Responses to
inquiries involving research on complicated questions of law, review or preparation of financing documents for
special financings, special tax counsel opinions and attendance at meetings would be charged separately at the
following hourly rates: One Hundred and Fifty ($150.00) Dollars for legal services of a partner and One Hundred
Twenty-Five Dollars ($125.00) for legal services performed by associates.
2.
Counsel shall be reimbursed at cost for expenses incurred for duplication, filing fees, court reporters and
other reasonable out-of-pocket expenses advanced and/or incurred by counsel. Counsel shall be reimbursed for
direct charges including disbursements that are actual expenses incurred by the Professional and or/their
associated Firm in connection with such legal services, and shall include, but not be limited to:
a.
Telegrams, faxes and long distance (Out-of-State) telephone calls;
b.
Payment of filing, application fees, review fees and similar charges;
c.
Computer expenses including time and proprietary program charges;
d.
Outside printing, reproduction, binding, collating and other graphic services;
e.
Messenger service, postage and handling of drawing and specifications, reports,
contracts and other bulky items.
3.
Monthly invoices shall be submitted detailing all services performed.
Signature: The undersigned hereby acknowledges and accepts the established payment terms.
Name of Respondent/Firm:__________________________________
Print name and title:________________________________________
Signature:________________________________________________ Date: ______________
ATTEST:
________________________________
Witness
APPENDIX D
AMERICANS WITH DISABILITIES ACT OF 1990
ACKNOWLEDGEMENT FORM
This form is an agreement of the successful Vendor’s obligation to comply with the requirements of 42 U.S.C.
§121.01 et seq., referred to as the Americans Disability Act of 1990.
The undersigned Vendor hereby acknowledges receipt of the Americans with Disabilities Act of 1990 found at
Appendix B of this packet.
The undersigned Vendor hereby certifies that he/she is aware of the commitment to comply with the requirements
of 42 U.S.C. §121.01 et seq. and agrees to furnish any required forms as evidence of compliance.
The undersigned Vendor further certifies that he/she understands that his/her proposal shall be rejected as non-
responsive and any contract entered into shall be void and of no effect if said Vendor fails to comply with the
requirements of 42 U.S.C. §121.01 et seq.
COMPANY:___________________________ TITLE:______________________________
PRINT NAME: __________________________SIGNATURE:_______________________________
DATE: ______________________
--- Document: 2024 Legal Services-Conflict Public Defender.pdf ---
NOTE: The Town of Morristown will consider proposals only from firms or organizations that have
demonstrated the capability and willingness to provide high quality services in the manner described in this
Request for Qualifications.
REQUEST FOR QUALIFICATIONS
FOR THE PROVISION OF LEGAL SERVICES – CONFLICT PUBLIC DEFENDER
ISSUE DATE: November 9. 2023
DUE DATE: December 7, 2023
Issued by:
Town of Morristown
2
GLOSSARY
The following definitions shall apply to and are used in this Request for Qualifications:
"Principals" means persons possessing an ownership interest in the Respondent. If the Respondent is a corporation,
"Principals" shall include each investor who would have any amount of operational control over the Respondent and
every stockholder having an ownership interest of ten percent (10%) or more in the firm.
"Qualification Statement" - refers to the complete responses to this RFQ submitted by the Respondents.
"Qualified Respondent" - refers to those Respondents who (in the sole judgment of the Town) have satisfied the
qualification criteria set forth in this RFQ.
"Respondent" or "Respondents" - refers to the interested firm(s) that submit a Qualification Statement.
“Review Team” – Members of the Town Administration and its legal and/or financial advisors who shall review the
Qualification Statements.
"RFQ" - refers to this Request for Qualifications, including any amendments thereof or supplements thereto.
"Town" - refers to the Town of Morristown.
3
SECTION 1
INTRODUCTION AND GENERAL INFORMATION
Section 1.1.
Introduction and Purpose.
The Town is soliciting Qualification Statements from interested persons and/or firms for the provision of Legal Services-
Conflict Public Defender as more particularly described herein. Through a Request for Qualification process described
herein, persons and/or firms interested in assisting the Town with the provision of such services must prepare and submit
a Qualification Statement in accordance with the procedures and schedules in this RFQ. The Town will review
Qualification Statements only from those firms that submit a Qualification Statement which includes all the information
required to be included as described herein (in the sole judgment of the Town). The Town intends to qualify person(s)
and/or firm(s) that: (a) possesses the professional, financial and administrative capabilities to provide the proposed
services, and (b) will agree to work under the compensation terms and conditions determined by the Town to provide
the greatest benefit to the taxpayers of Morristown.
Section 1.2.
Procurement Process and Schedule.
The selection of Qualified Respondents is not subject to the bidding provisions of the Local Public Contracts Law,
N.J.S.A. 40A:11-1 et seq. The Town has structured a procurement process that seeks to obtain the desired results
described above, while establishing a competitive process to assure that each person and/or firm is provided with an
equal opportunity to submit a Qualification Statement in response to the RFQ. Qualification Statements will be evaluated
in accordance with the criteria set forth in Section 5 of this RFQ, which will be applied in the same manner to each
Qualification Statement received. Respondents agree to at all times abide by all requirements of New Jersey law.
Qualification Statements will be reviewed and evaluated by the Town Administration and its legal and/or financial
advisors (collectively, the "Review Team"). The Qualification Statements will be reviewed to determine if the
Respondent has met the minimum professional, administrative and financial criteria described in this RFQ. Under no
circumstances will a member of the Review Team review responses to an RFQ for a position which they or their firm
submitted a response. Based upon the totality of the information contained in the Qualification Statement, including
information about the reputation and experience of each Respondent, the Town will (in its sole judgment) determine
which Respondents are qualified from professional, administrative and financial standpoints. Each Respondent that
meets the requirements of the RFQ (in the sole judgment of the Town) will be designated as a Qualified Respondent and
will be given the opportunity to participate in the selection process determined by the Town.
The RFQ process commences with the issuance of this RFQ. The steps involved in the process and the anticipated
completion dates are set forth in Table 1, Procurement Schedule. The Town reserves the right to, among other things,
amend, modify or alter the Procurement Schedule upon notice to all potential Respondents.
All communications concerning this RFQ or the RFQ process shall be directed to the Town’s Designated Contact Person,
in writing.
Designated Contact Person:
Jillian Barrick, Business Administrator
Town of Morristown
200 South St. CN914, Room 239, Office of Mayor/Administration
Morristown, NJ 07963-0914
4
Qualification Statements must be submitted to, and be received by, the Town, by hand delivery or regular mail, by 4:00
p.m. prevailing time on December 7, 2023. Qualification Statements will not be accepted by facsimile transmission or
e-mail.
Subsequent to issuance of this RFQ, the Town (through the issuance of addenda to all firms that have received a copy of
the RFQ) may modify, supplement or amend the provisions of this RFQ in order to respond to inquiries received from
prospective Respondents or as otherwise deemed necessary or appropriate by, and in the sole judgment of, the Town.
TABLE 1
ANTICIPATED PROCUREMENT SCHEDULE
ACTIVITY
DATE
1. Issuance of Request for Qualifications
November 9. 2023
2. Receipt of Qualification Statements
December 7, 2023
3. Completion of Evaluation of Qualification Statements by the Review Team December 14, 2023
4. Town Review of Review Team Recommendations
December 28, 2023
5. Approval of Professional Services Resolutions by Town Council
January 9, 2024
Section 1.3.
Conditions Applicable to RFQ.
Upon submission of a Qualification Statement in response to this RFQ, the Respondent acknowledges and consents to
the following conditions relative to the submission and review and consideration of its Qualification Statement:
•
This document is an RFQ and does not constitute an RFP.
•
This RFQ does not commit the Town to issue an RFP.
•
All costs incurred by the Respondent in connection with responding to this RFQ shall be borne solely
by the Respondent.
•
The Town reserves the right, in its sole judgment, to reject for any reason, any and all responses and
components thereof and to eliminate any and all Respondents responding to this RFQ from further
consideration for this procurement.
•
The Town reserves the right, in its sole judgment, to reject any Respondent that submits incomplete
responses to this RFQ, or a Qualification Statement that is not responsive to the requirements of this
RFQ.
•
The Town reserves the right, without prior notice, to supplement, amend, or otherwise modify this RFQ,
or otherwise request additional information.
•
All Qualification Statements shall become the property of the Town and will not be returned.
•
All Qualification Statements will be made available to the public at the appropriate time, as determined
by the Town, in the exercise of its sole discretion, in accordance with applicable law.
5
•
The Town may request Respondents to send representatives to the Town for interviews.
•
Any and all Qualification Statements not received by the Town by 4:00 p.m. prevailing time on
December 7, 2023 will be rejected.
•
Neither the Town, its consultants or advisors, nor their respective staffs, including, but not limited to,
the Review Team, shall be liable for any claims or damages resulting from the solicitation or preparation
of the Qualification Statement, nor will there be any reimbursement to Respondents for the cost of
preparing and submitting a Qualification Statement or for participating in this procurement process.
Section 1.4.
Rights of Town.
The Town reserves, holds and may exercise, at its sole discretion, the following rights and options with regard to this
RFQ and the procurement process in accordance with the provisions of applicable law:
•
To determine that any Qualification Statement received complies or fails to comply with the terms of
this RFQ.
•
To supplement, amend or otherwise modify the RFQ through issuance of addenda to all prospective
Respondents who have received a copy of this RFQ.
•
To waive any technical non-conformance with the terms of this RFQ.
•
To change or alter the schedule for any events called for in this RFQ upon the issuance of notice to all
prospective Respondents who have received a copy of this RFQ.
•
To conduct investigations of any or all of the Respondents, as the Town deems necessary or convenient,
to clarify the information provided as part of the Qualification Statement and to request additional
information to support the information included in any Qualification Statement.
•
To suspend or terminate the procurement process described in this RFQ at any time in the Town’s sole
discretion. If terminated, the Town may determine to commence a new procurement process or exercise
any other rights provided under applicable law without any obligation to the Respondents.
The Town shall be under no obligation to complete all or any portion of the procurement process described in this RFQ.
Section 1.5
Addenda or Amendments to RFQ.
During the period provided for the preparation of responses to the RFQ, the Town may issue addenda, amendments or
answers to written inquiries. Those addenda will be noticed by the Town and will constitute a part of the RFQ. All
responses to the RFQ shall be prepared with full consideration of the addenda issued prior to the proposal submission
date.
Section 1.6
Cost of Proposal Preparation.
Each proposal and all information required to be submitted pursuant to the RFQ shall be prepared at the sole cost and
expense of the respondent. There shall be no claims whatsoever against the Town, its staff, its consultants or such
6
consultant’s staff, for reimbursement for the payment of costs or expenses incurred in the preparation of the Qualification
Statement or other information required by the RFQ.
Section 1.7
Proposal Format.
Responses should cover all information requested in the questions to be answered in this RFQ.
Responses which in the judgment of the Town fail to meet the requirements of the RFQ or which are in any way
conditional, incomplete, obscure, contain additions or deletions from requested information, or contain errors. may be
rejected.
SECTION 2
SCOPE OF SERVICES
It is the intent of the Town to solicit Qualification Statements from Respondents that have expertise in providing Legal
Services- Conflict Public Defender. Firms and/or persons responding to this RFQ shall be able to demonstrate that
they will have the continuing capabilities to perform these services.
SECTION 3
SUBMISSION REQUIREMENTS
Section 3.1
General Requirements.
The Qualification Statement submitted by the Respondent must meet or exceed the professional, administrative and
financial qualifications set forth in this Section 3 and shall incorporate the information requested below.
In addition to the information required as described below, a Respondent may submit supplemental information that it
believes may be useful in evaluating its Qualification Statement. Respondents are encouraged to be clear, factual, and
concise in their presentation of information.
Section 3.2
Administrative Information Requirements.
The Respondent shall, as part of its Qualification Statement, provide the following information:
1.
An executive summary (not to exceed two (2) pages) of the information contained in all the other parts
of the Qualification Statement.
2.
An executed Letter of Qualification (See Appendix A to this RFQ).
3.
Name, address and telephone number of the firm or firms submitting the Qualification Statement
pursuant to this RFQ, and the name of the key contact person.
4.
A description of the business organization (i.e., corporation, partnership, joint venture, etc.) of each firm,
its ownership and its organizational structure.
7
(a)
Provide the names and business addresses of all Principals of the firm or firms submitting the
Qualification Statement. For purposes of this RFQ, "Principals" means persons possessing an
ownership interest in the Respondent. If the Respondent is a corporation, "Principals" shall
include each investor who would have any amount of operational control over the Respondent
and every stockholder having an ownership interest of ten percent (10%) or more in the firm.
(b)
If a firm is a partially owned or a fully-owned subsidiary of another firm, identify the parent
company and describe the nature and extent of the parents' approval rights over the activities of
the firm submitting a Qualification Statement. Describe the approval process.
(c)
If the Respondent is a partnership or a joint venture or similar organization, provide comparable
information as required in (b) above for each member of the partnership, joint venture or similar
organization.
(d)
A statement that the Respondent has complied with all applicable affirmative action (or similar)
requirements with respect to its business activities, together with evidence of such compliance
5.
An executed Letter of Intent (See Appendix B).
6.
An executed Payment Conditions and Rate Schedules Form (See Appendix C).
7.
An executed Americans with Disabilities Act of 1990 Acknowledgement Form (See Appendix D).
8.
The number of years the business organization has been in business under its present name.
9.
The number of years the business organization has been under its current management.
10.
Any judgments, claims or suits within the last three (3) years in which Respondent has been adjudicated
liable for professional malpractice. If yes, please explain.
11.
Whether the business organization is now or has been involved in any bankruptcy or re-organization
proceedings in the last ten (10) years. If yes, please explain.
12.
Confirm appropriate federal and state licenses to perform activities. Submit a copy of the Firm’s Business
Registration Certificate.
Section 3.3
Professional Information Requirements.
1.
Respondent shall submit a description of its overall experience in providing the type of services
sought in the RFQ. At a minimum, the following information on past experience should be included as
appropriate to the RFQ:
a.
Description and scope of work by Respondent;
b.
Name, address and contact information of references; and
c.
Explanation of perceived relevance of the experience to the RFQ.
8
2.
Describe the services that Respondent would perform directly.
3.
Describe those portions of the Respondent’s services, if any, that are sub-contracted out.
Identify all subcontractors the Respondent anticipates using in connection with this project.
4.
Does the Respondent normally employ union or non-union employees?
5.
Resumes of key employees.
6.
A narrative statement of the Respondent’s understanding of the Town’s needs and goals.
7.
List all immediate relatives of Principal(s) of Respondent who are Town employees or elected
officials of the Town. For purposes of the above, “immediate relative” means a spouse, parent,
stepparent, brother, sister, child, stepchild, direct-line aunt or uncle, grandparent, grandchild, and in-
laws by reason of relation.
SECTION 4
INSTRUCTIONS TO RESPONDENTS
Section 4.1
Submission of Qualification Statements.
Respondents must submit an original and one (1) copy of their Qualification Statement to the Designated Contact Person:
Ms. Jillian Barrick
Business Administrator
Town of Morristown
200 South St. CN914
Room 239, Office of Mayor/Administration
Morristown, NJ 07963-0914
Qualification Statements must be received by the Town no later than 4:00 p.m. (prevailing time) on December 7, 2023
and must be mailed or hand-delivered. Qualification Statements forwarded by facsimile or e-mail will not be accepted.
To be responsive, Qualification Statements must provide all requested information, and must be in strict conformance
with the instructions set forth herein. Qualification Statements and all related information must be bound, and signed
and acknowledged by the Respondent.
9
SECTION 5
EVALUATION
The Town’s objective in soliciting Qualification Statements is to enable it to select a firm or organization that will
provide high quality and cost effective services to the citizens of Morristown. The Town will consider Qualification
Statements only from firms or organizations that, in the Town’s judgment, have demonstrated the capability and
willingness to provide high quality services to the citizens of the Town in the manner described in this RFQ.
Proposals will be evaluated by the Town on the basis of the most advantageous, all relevant factors considered. The
evaluation will consider:
1.
Experience and reputation in the field;
2.
Knowledge of the Town and the subject matter addressed under the contract;
3.
Availability to accommodate the required meetings of the Town; and
4.
Other factors demonstrated to be in the best interest of the Town.
10
APPENDIX A
LETTER OF QUALIFICATION
(Note: To be typed on Respondent's Letterhead. No modifications may be made to this letter)
[INSERT DATE]
Attn: Ms. Jillian Barrick
Business Administrator
Town of Morristown
200 South St. CN914
Morristown, NJ 07963-0914
Dear Ms. Barrick:
The undersigned has reviewed its Qualification Statement submitted in response to the Request for
Qualifications (RFQ) issued by the Town of Morristown ("Town"), dated __________________, in connection with the
Town’s need for Legal Services – Conflict Public Defender.
We affirm that the contents of our Qualification Statement (which Qualification Statement is incorporated herein
by reference), are accurate, factual and complete to the best of our knowledge and belief and that the Qualification
Statement is submitted in good faith upon the express understanding that any false statement may result in the
disqualification of (Name of Respondent).
(Respondent shall sign and complete the spaces provided below. If a joint venture, appropriate officers of each
company shall sign.)
(Signature of Chief
Executive Officer)
(Typed Name and Title)
(Type Name of Firm)
Dated: ___________________
11
APPENDIX B
LETTER OF INTENT
(Note: To be typed on Respondent's Letterhead. No modifications may be made to this letter)
[INSERT DATE]
Attn: Ms. Jillian Barrick
Business Administrator
Town of Morristown
200 South St. CN914
Morristown, NJ 07963-0914
Dear Ms. Barrick:
The undersigned, as Respondent, has (have) submitted the attached Qualification Statement in response to a Request for
Qualifications (RFQ), issued by the Town of Morristown ("Town"), dated __________________in connection with the
Town’s need for Legal Services – Conflict Public Defender.
(Name of Respondent) HEREBY STATES:
1.
The Qualification Statement contains accurate, factual and complete information.
2.
(Name of Respondent) agrees (agrees) to participate in good faith in the procurement process as described
in the RFQ and to adhere to the Town's procurement schedule.
3.
(Name of Respondent) acknowledges (acknowledge) that all costs incurred by it (them) in connection with
the preparation and submission of the Qualification Statement and any proposal prepared and submitted in
response to the RFQ, or any negotiation which results therefrom shall be borne exclusively by the
Respondent.
4.
(Name of Respondent) hereby declares (declare) that the only persons participating in this Qualification
Statement as Principals are named herein and that no person other than those herein mentioned has any
participation in this Qualification Statement or in any contract to be entered into with respect thereto.
Additional persons may subsequently be included as participating Principals, but only if acceptable to the
Town. (Name of Respondent) declares that this Qualification Statement is made without connection with
any other person, firm or parties who has submitted a Qualification Statement, except as expressly set forth
below and that it has been prepared and has been submitted in good faith and without collusion or fraud.
5.
(Name of Respondent) acknowledges and agrees that the Town may modify, amend, suspend and/or
terminate the procurement process (in its sole judgment). In any case, the Town shall not have any liability
to the Respondent for any costs incurred by the Respondent with respect to the procurement activities
described in this RFQ.
6.
(Name of Respondent) acknowledges that any contract executed with respect to the provision of Legal
Services – Conflict Public Defender must comply with all applicable affirmative action and similar laws.
Respondent hereby agrees to take such actions as are required in order to comply with such applicable laws.
(Respondent shall sign and complete the space provided below. If a joint venture, appropriate officers of each company shall
sign.)
(Signature of Chief Executive Officer)
(Typed Name and Title)
(Type Name of Firm)
Dated: ________________
12
APPENDIX C
PAYMENT CONDITIONS AND RATE SCHEDULES
1.
The compensation for Legal Services- Conflict Public Defender shall be Three Hundred Dollars
($300.00) per Municipal Court Session.
2.
Counsel shall be reimbursed at cost for expenses incurred for duplication, filing fees, court reporters and
other reasonable out-of-pocket expenses advanced and/or incurred by counsel. Counsel shall be reimbursed for
direct charges including disbursements that are actual expenses incurred by the Professional and or/their
associated Firm in connection with such Legal Services- Conflict Public Defender, and shall include, but not be
limited to:
a.
Telegrams, faxes and long distance (Out-of-State) telephone calls;
b.
Payment of filing fees, application fees, review fees and similar charges;
c.
Computer expenses including time and proprietary program charges;
d.
Outside printing, reproduction, binding, collating and other graphic services;
e.
Messenger service, postage and handling of drawing and specifications, reports,
contracts and other bulky items.
3.
Monthly invoices shall be submitted detailing all services performed.
Signature: The undersigned hereby acknowledges and accepts the established payment terms.
Name of Respondent/Firm:__________________________________
Print name and title:________________________________________
Signature:________________________________________________
Date:____________________________________________________
ATTEST:
________________________________
Witness
13
APPENDIX D
AMERICANS WITH DISABILITIES ACT OF 1990
ACKNOWLEDGEMENT FORM
This form is an agreement of the successful Vendor’s obligation to comply with the requirements of 42 U.S.C.
§121.01 et seq., referred to as the Americans Disability Act of 1990.
The undersigned Vendor hereby acknowledges receipt of the Americans with Disabilities Act of 1990 found at
Appendix B of this packet.
The undersigned Vendor hereby certifies that he/she is aware of the commitment to comply with the requirements
of 42 U.S.C. §121.01 et seq. and agrees to furnish any required forms as evidence of compliance.
The undersigned Vendor further certifies that he/she understands that his/her proposal shall be rejected as non-
responsive and any contract entered into shall be void and of no effect if said Vendor fails to comply with the
requirements of 42 U.S.C. §121.01 et seq.
COMPANY:___________________________ TITLE:______________________________
PRINT NAME: __________________________SIGNATURE:_______________________________
DATE: ______________________
--- Document: 2024 Engineering Services-Consulting Engineer.pdf ---
NOTE: The Town of Morristown will consider proposals only from firms or organizations that have
demonstrated the capability and willingness to provide high quality services in the manner described
in this Request for Qualifications.
REQUEST FOR QUALIFICATIONS
FOR THE PROVISION OF ENGINEERING SERVICES – CONSULTING ENGINEER
ISSUE DATE: November 9. 2023
DUE DATE: December 7, 2023
Issued by:
Town of Morristown
2
GLOSSARY
The following definitions shall apply to and are used in this Request for Qualifications:
"Principals" means persons possessing an ownership interest in the Respondent. If the Respondent is a corporation,
"Principals" shall include each investor who would have any amount of operational control over the Respondent and
every stockholder having an ownership interest of ten percent (10%) or more in the firm.
"Qualification Statement" - refers to the complete responses to this RFQ submitted by the Respondents.
"Qualified Respondent" - refers to those Respondents who (in the sole judgment of the Town) have satisfied the
qualification criteria set forth in this RFQ.
"Respondent" or "Respondents" - refers to the interested firm(s) that submit a Qualification Statement.
“Review Team” – Members of the Town Administration and its legal and/or financial advisors who shall review the
Qualification Statements.
"RFQ" - refers to this Request for Qualifications, including any amendments thereof or supplements thereto.
"Town" - refers to the Town of Morristown.
3
SECTION 1
INTRODUCTION AND GENERAL INFORMATION
Section 1.1.
Introduction and Purpose.
The Town is soliciting Qualification Statements from interested persons and/or firms for the provision of Consulting
Engineering Services, as more particularly described herein. Through a Request for Qualification process described
herein, persons and/or firms interested in assisting the Town with the provision of such services must prepare and submit
a Qualification Statement in accordance with the procedures and schedules in this RFQ. The Town will review
Qualification Statements only from those firms that submit a Qualification Statement which includes all the information
required to be included as described herein (in the sole judgment of the Town). The Town intends to qualify person(s)
and/or firm(s) that: (a) possesses the professional, financial and administrative capabilities to provide the proposed
services, and (b) will agree to work under the compensation terms and conditions determined by the Town to provide
the greatest benefit to the taxpayers of Morristown.
Section 1.2.
Procurement Process and Schedule.
The selection of Qualified Respondents is not subject to the bidding provisions of the Local Public Contracts Law,
N.J.S.A. 40A:11-1 et seq. The Town has structured a procurement process that seeks to obtain the desired results
described above, while establishing a competitive process to assure that each person and/or firm is provided with an
equal opportunity to submit a Qualification Statement in response to the RFQ. Qualification Statements will be evaluated
in accordance with the criteria set forth in Section 5 of this RFQ, which will be applied in the same manner to each
Qualification Statement received. Respondents agree to at all times abide by all requirements of New Jersey law.
Qualification Statements will be reviewed and evaluated by the Town Administration and its legal and/or financial
advisors (collectively, the "Review Team"). The Qualification Statements will be reviewed to determine if the
Respondent has met the minimum professional, administrative and financial criteria described in this RFQ. Under no
circumstances will a member of the Review Team review responses to an RFQ for a position which they or their firm
submitted a response. Based upon the totality of the information contained in the Qualification Statement, including
information about the reputation and experience of each Respondent, the Town will (in its sole judgment) determine
which Respondents are qualified from professional, administrative and financial standpoints. Each Respondent that
meets the requirements of the RFQ (in the sole judgment of the Town) will be designated as a Qualified Respondent and
will be given the opportunity to participate in the selection process determined by the Town.
The RFQ process commences with the issuance of this RFQ. The steps involved in the process and the anticipated
completion dates are set forth in Table 1, Procurement Schedule. The Town reserves the right to, among other things,
amend, modify or alter the Procurement Schedule upon notice to all potential Respondents.
All communications concerning this RFQ or the RFQ process shall be directed to the Town’s Designated Contact Person,
in writing.
4
Designated Contact Person:
Jillian Barrick
Business Administrator
Town of Morristown
200 South St. CN914
Room 239, Office of Mayor/Administration
Morristown, NJ 07963-0914
Qualification Statements must be submitted to, and be received by, the Town, by hand delivery or regular mail, by 4:00
p.m. prevailing time on December 7, 2023. Qualification Statements will not be accepted by facsimile transmission or
e-mail.
Subsequent to issuance of this RFQ, the Town (through the issuance of addenda to all firms that have received a copy of
the RFQ) may modify, supplement or amend the provisions of this RFQ in order to respond to inquiries received from
prospective Respondents or as otherwise deemed necessary or appropriate by, and in the sole judgment of, the Town.
TABLE 1
ANTICIPATED PROCUREMENT SCHEDULE
ACTIVITY
DATE
1. Issuance of Request for Qualifications
November 9. 2023
2. Receipt of Qualification Statements
December 7, 2023
3. Completion of Evaluation of Qualification Statements by the Review Team December 14, 2023
4. Town Review of Review Team Recommendations
December 28, 2023
5. Approval of Professional Services Resolutions by Town Council
January 9, 2024
Section 1.3.
Conditions Applicable to RFQ.
Upon submission of a Qualification Statement in response to this RFQ, the Respondent acknowledges and consents to
the following conditions relative to the submission and review and consideration of its Qualification Statement:
•
This document is an RFQ and does not constitute an RFP.
•
This RFQ does not commit the Town to issue an RFP.
•
All costs incurred by the Respondent in connection with responding to this RFQ shall be borne solely
by the Respondent.
•
The Town reserves the right, in its sole judgment, to reject for any reason, any and all responses and
components thereof and to eliminate any and all Respondents responding to this RFQ from further
consideration for this procurement.
5
•
The Town reserves the right, in its sole judgment, to reject any Respondent that submits incomplete
responses to this RFQ, or a Qualification Statement that is not responsive to the requirements of this
RFQ.
•
The Town reserves the right, without prior notice, to supplement, amend, or otherwise modify this RFQ,
or otherwise request additional information.
•
All Qualification Statements shall become the property of the Town and will not be returned.
•
All Qualification Statements will be made available to the public at the appropriate time, as determined
by the Town, in the exercise of its sole discretion, in accordance with applicable law.
•
The Town may request Respondents to send representatives to the Town for interviews.
•
Any and all Qualification Statements not received by the Town by 4:00 p.m. prevailing time on
December 7, 2023 will be rejected.
•
Neither the Town, its consultants or advisors, nor their respective staffs, including, but not limited to,
the Review Team, shall be liable for any claims or damages resulting from the solicitation or preparation
of the Qualification Statement, nor will there be any reimbursement to Respondents for the cost of
preparing and submitting a Qualification Statement or for participating in this procurement process.
Section 1.4.
Rights of Town.
The Town reserves, holds and may exercise, at its sole discretion, the following rights and options with regard to this
RFQ and the procurement process in accordance with the provisions of applicable law:
•
To determine that any Qualification Statement received complies or fails to comply with the terms of
this RFQ.
•
To supplement, amend or otherwise modify the RFQ through issuance of addenda to all prospective
Respondents who have received a copy of this RFQ.
•
To waive any technical non-conformance with the terms of this RFQ.
•
To change or alter the schedule for any events called for in this RFQ upon the issuance of notice to all
prospective Respondents who have received a copy of this RFQ.
•
To conduct investigations of any or all of the Respondents, as the Town deems necessary or convenient,
to clarify the information provided as part of the Qualification Statement and to request additional
information to support the information included in any Qualification Statement.
•
To suspend or terminate the procurement process described in this RFQ at any time in the Town’s sole
discretion. If terminated, the Town may determine to commence a new procurement process or exercise
any other rights provided under applicable law without any obligation to the Respondents.
6
The Town shall be under no obligation to complete all or any portion of the procurement process described in this RFQ.
Section 1.5
Addenda or Amendments to RFQ.
During the period provided for the preparation of responses to the RFQ, the Town may issue addenda, amendments or
answers to written inquiries. Those addenda will be noticed by the Town and will constitute a part of the RFQ. All
responses to the RFQ shall be prepared with full consideration of the addenda issued prior to the proposal submission
date.
Section 1.6
Cost of Proposal Preparation.
Each proposal and all information required to be submitted pursuant to the RFQ shall be prepared at the sole cost and
expense of the respondent. There shall be no claims whatsoever against the Town, its staff, its consultants or such
consultants’ staff, for reimbursement for the payment of costs or expenses incurred in the preparation of the Qualification
Statement or other information required by the RFQ.
Section 1.7
Proposal Format.
Responses should cover all information requested in the questions to be answered in this RFQ.
Responses which in the judgment of the Town fail to meet the requirements of the RFQ or which are in any way
conditional, incomplete, obscure, contain additions or deletions from requested information, or contain errors. may be
rejected.
SECTION 2
SCOPE OF SERVICES
It is the intent of the Town to solicit Qualification Statements from Respondents that have expertise in the provision of
Consulting Engineering Services. Firms and/or persons responding to this RFQ shall be able to demonstrate that they
will have the continuing capabilities to perform these services.
SECTION 3
SUBMISSION REQUIREMENTS
Section 3.1
General Requirements.
The Qualification Statement submitted by the Respondent must meet or exceed the professional, administrative and
financial qualifications set forth in this Section 3 and shall incorporate the information requested below.
In addition to the information required as described below, a Respondent may submit supplemental information that it
believes may be useful in evaluating its Qualification Statement. Respondents are encouraged to be clear, factual, and
concise in their presentation of information.
Section 3.2
Administrative Information Requirements.
7
The Respondent shall, as part of its Qualification Statement, provide the following information:
1.
An executive summary (not to exceed two (2) pages) of the information contained in all the other parts
of the Qualification Statement.
2.
An executed Letter of Qualification (See Appendix A to this RFQ).
3.
Name, address and telephone number of the firm or firms submitting the Qualification Statement
pursuant to this RFQ, and the name of the key contact person.
4.
A description of the business organization (i.e., corporation, partnership, joint venture, etc.) of each firm,
its ownership and its organizational structure.
(a)
Provide the names and business addresses of all Principals of the firm or firms submitting the
Qualification Statement. For purposes of this RFQ, "Principals" means persons possessing an
ownership interest in the Respondent. If the Respondent is a corporation, "Principals" shall
include each investor who would have any amount of operational control over the Respondent
and every stockholder having an ownership interest of ten percent (10%) or more in the firm.
(b)
If a firm is a partially owned or a fully-owned subsidiary of another firm, identify the parent
company and describe the nature and extent of the parents' approval rights over the activities of
the firm submitting a Qualification Statement. Describe the approval process.
(c)
If the Respondent is a partnership or a joint venture or similar organization, provide comparable
information as required in (b) above for each member of the partnership, joint venture or similar
organization.
(d)
A statement that the Respondent has complied with all applicable affirmative action (or similar)
requirements with respect to its business activities, together with evidence of such compliance
5.
An executed Letter of Intent (See Appendix B).
6.
An executed Payment Conditions and Rate Schedules Form (See Appendix C).
7.
An executed Americans with Disabilities Act of 1990 Acknowledgement Form (See Appendix D).
8.
The number of years the business organization has been in business under its present name.
9.
The number of years the business organization has been under its current management.
10.
Any judgments, claims or suits within the last three (3) years in which Respondent has been adjudicated liable for
professional malpractice. If yes, please explain.
11.
Whether the business organization is now or has been involved in any bankruptcy or re-organization
proceedings in the last ten (10) years. If yes, please explain.
12.
Confirm appropriate federal and state licenses to perform activities. Submit a copy of the Firm’s Business
Registration Certificate.
8
Section 3.3
Professional Information Requirements.
1.
Respondent shall submit a description of its overall experience in providing the type of services
sought in the RFQ. At a minimum, the following information on past experience should be included as
appropriate to the RFQ:
a.
Description and scope of work by Respondent;
b.
Name, address and contact information of references; and
c.
Explanation of perceived relevance of the experience to the RFQ.
2.
Describe the services that Respondent would perform directly.
3.
Describe those portions of the Respondent’s services, if any, that are sub-contracted out.
Identify all subcontractors the Respondent anticipates using in connection with this project.
4.
Does the Respondent normally employ union or non-union employees?
5.
Resumes of key employees.
6.
A narrative statement of the Respondent’s understanding of the Town’s needs and goals.
7.
List all immediate relatives of Principal(s) of Respondent who are Town employees or elected
officials of the Town. For purposes of the above, “immediate relative” means a spouse, parent,
stepparent, brother, sister, child, stepchild, direct-line aunt or uncle, grandparent, grandchild, and in-
laws by reason of relation.
SECTION 4
INSTRUCTIONS TO RESPONDENTS
Section 4.1
Submission of Qualification Statements.
Respondents must submit an original and one (1) copy of their Qualification Statement to the Designated Contact Person:
Ms. Jillian Barrick
Business Administrator
Town of Morristown
200 South St. CN914
Room 239, Office of Mayor/Administration
Morristown, NJ 07963-0914
Qualification Statements must be received by the Town no later than 4:00 p.m. (prevailing time) on December 7, 2023
and must be mailed or hand-delivered. Qualification Statements forwarded by facsimile or e-mail will not be accepted.
9
To be responsive, Qualification Statements must provide all requested information, and must be in strict conformance
with the instructions set forth herein. Qualification Statements and all related information must be bound, and signed
and acknowledged by the Respondent.
SECTION 5
EVALUATION
The Town’s objective in soliciting Qualification Statements is to enable it to select a firm or organization that will
provide high quality and cost effective services to the citizens of Morristown. The Town will consider Qualification
Statements only from firms or organizations that, in the Town’s judgment, have demonstrated the capability and
willingness to provide high quality services to the citizens of the Town in the manner described in this RFQ.
Proposals will be evaluated by the Town on the basis of the most advantageous, all relevant factors considered. The
evaluation will consider:
1.
Experience and reputation in the field;
2.
Knowledge of the Town and the subject matter addressed under the contract;
3.
Availability to accommodate the required meetings of the Town; and
4.
Other factors demonstrated to be in the best interest of the Town.
10
APPENDIX A
LETTER OF QUALIFICATION
(Note: To be typed on Respondent's Letterhead. No modifications may be made to this letter)
[INSERT DATE]
Attn: Ms. Jillian Barrick
Business Administrator
Town of Morristown
200 South St. CN914
Morristown, NJ 07963-0914
Dear Ms. Barrick:
The undersigned has reviewed its Qualification Statement submitted in response to the Request for Qualifications (RFQ)
issued by the Town of Morristown ("Town"), dated __________________, in connection with the Town’s need for
Engineering Services – Consulting Engineers.
We affirm that the contents of our Qualification Statement (which Qualification Statement is incorporated herein by
reference), are accurate, factual and complete to the best of our knowledge and belief and that the Qualification Statement
is submitted in good faith upon the express understanding that any false statement may result in the disqualification of
(Name of Respondent).
(Respondent shall sign and complete the spaces provided below. If a joint venture, appropriate officers of each company
shall sign.)
(Signature of Chief
Executive Officer)
(Typed Name and Title)
(Type Name of Firm)
Dated: ___________________
APPENDIX B
LETTER OF INTENT
(Note: To be typed on Respondent's Letterhead. No modifications may be made to this letter)
[INSERT DATE]
Attn: Ms. Jillian Barrick
Business Administrator
Town of Morristown
200 South St. CN914
Morristown, NJ 07963-0914
Dear Ms. Barrick:
The undersigned, as Respondent, has (have) submitted the attached Qualification Statement in response to a Request for
Qualifications (RFQ), issued by the Town of Morristown ("Town"), dated __________________in connection with the
Town’s need for Engineering Services – Consulting Engineers.
(Name of Respondent) HEREBY STATES:
1.
The Qualification Statement contains accurate, factual and complete information.
2.
(Name of Respondent) agrees (agrees) to participate in good faith in the procurement process as described
in the RFQ and to adhere to the Town's procurement schedule.
3.
(Name of Respondent) acknowledges (acknowledge) that all costs incurred by it (them) in connection with
the preparation and submission of the Qualification Statement and any proposal prepared and submitted in
response to the RFQ, or any negotiation which results therefrom shall be borne exclusively by the
Respondent.
5.
(Name of Respondent) hereby declares (declare) that the only persons participating in this Qualification
Statement as Principals are named herein and that no person other than those herein mentioned has any
participation in this Qualification Statement or in any contract to be entered into with respect thereto.
Additional persons may subsequently be included as participating Principals, but only if acceptable to the
Town. (Name of Respondent) declares that this Qualification Statement is made without connection with
any other person, firm or parties who has submitted a Qualification Statement, except as expressly set forth
below and that it has been prepared and has been submitted in good faith and without collusion or fraud.
5.
(Name of Respondent) acknowledges and agrees that the Town may modify, amend, suspend and/or
terminate the procurement process (in its sole judgment). In any case, the Town shall not have any liability
to the Respondent for any costs incurred by the Respondent with respect to the procurement activities
described in this RFQ.
6.
(Name of Respondent) acknowledges that any contract executed with respect to the provision of
Engineering Services – Consulting Engineers must comply with all applicable affirmative action and
similar laws. Respondent hereby agrees to take such actions as are required in order to comply with such
applicable laws.
(Respondent shall sign and complete the space provided below. If a joint venture, appropriate officers of each company shall
sign.)
(Signature of Chief Executive Officer)
(Typed Name and Title)
(Type Name of Firm)
Dated: ________________
APPENDIX C
PAYMENT CONDITIONS AND RATE SCHEDULES
1.
The Town of Morristown wishes to approve the qualifications of an engineering firm or firms to provide
Consulting Engineering Services to the Town for 2023. Upon appointment to the position of Consulting
Engineer, no work or compensation is guaranteed, however. Instead, the Town will approve proposals for projects
(including compensation terms) on an as needed basis. This will be done by a Resolution of the Governing Body
and/or a Professional Services contract. By submitting a response to this RFQ, the Respondent acknowledges that
it will not propose or charge hourly rates that exceed those listed below:
Partner .................................................................................................................. $150.00 Per Hour
Principal ............................................................................................................... $145.00 Per Hour
Project Manager ................................................................................................... $139.00 Per Hour
Professional Engineer ........................................................................................... $136.00 Per Hour
Senior Project Engineer ........................................................................................ $124.00 Per Hour
Project Engineer ................................................................................................... $114.00 Per Hour
Senior Design Engineer ........................................................................................ $104.00 Per Hour
Design Engineer ................................................................................................... $ 93.00 Per Hour
Senior Engineering Technician ............................................................................ $ 90.00 Per Hour
Engineering Technician ........................................................................................ $ 84.00 Per Hour
Chief Draftsperson ............................................................................................... $ 85.00 Per Hour
Senior Draftsperson .............................................................................................. $ 79.00 Per Hour
Junior Draftsperson .............................................................................................. $ 61.00 Per Hour
Professional Land Surveyor ................................................................................. $130.00 Per Hour
Land Surveyor ...................................................................................................... $109.00 Per Hour
Land Surveyor w/Robotic Total Station ............................................................... $145.00 Per Hour
Senior Party Chief w/Robotic Total Station ......................................................... $103.00 Per Hour
Party Chief............................................................................................................ $ 82.00 Per Hour
Junior Party Chief ................................................................................................. $ 77.00 Per Hour
Survey Technician ................................................................................................ $ 76.00 Per Hour
Field Crew Member ............................................................................................. $ 66.00 Per Hour
Junior Survey Technician ..................................................................................... $ 48.00 Per Hour
Chief Construction Engineer ................................................................................ $109.00 Per Hour
Senior Construction Engineer .............................................................................. $ 93.00 Per Hour
Construction Engineer .......................................................................................... $ 87.00 Per Hour
Chief Construction Technician ............................................................................. $ 77.00 Per Hour
Senior Construction Technician ........................................................................... $ 70.00 Per Hour
Junior Construction Technician ............................................................................ $ 65.00 Per Hour
Administrative Assistant ...................................................................................... $ 70.00 Per Hour
Senior Clerical ...................................................................................................... $ 50.00 Per Hour
Management Information Systems Technician .................................................... $ 84.00 Per Hour
Senior CAD Technician ....................................................................................... $ 80.00 Per Hour
Computer Technician ........................................................................................... $ 77.00 Per Hour
Computer .............................................................................................................. $ 75.00 Per Hour
CAD System ......................................................................................................... $ 77.00 Per Hour
Licensed Landscape Architect.............................................................................. $109.00 Per Hour
Senior Landscape Designer .................................................................................. $ 98.00 Per Hour
Certified Tree Expert ............................................................................................ $ 87.00 Per Hour
Junior Landscape Designer .................................................................................. $ 77.00 Per Hour
Professional Planner ............................................................................................. $114.00 Per Hour
Planning Technician ............................................................................................. $ 82.00 Per Hour
2.
The Professional shall be reimbursed at cost for expenses incurred for duplication, filing fees and other
reasonable out-of-pocket expenses advanced and/or incurred by them. The Professional shall be reimbursed for
direct charges including disbursements that are actual expenses incurred by the Professional and or/their
associated Firm in connection with such engineering services, and shall include, but not be limited to:
a.
Telegrams, faxes and long distance (Out-of-State) telephone calls;
b.
Payment of filing, application fees, review fees and similar charges;
c.
Computer expenses including time and proprietary program charges;
d.
Outside printing, reproduction, binding, collating and other graphic services;
e.
Messenger service, postage and handling of drawing and specifications, reports,
contracts and other bulky items.
3.
Monthly invoices shall be submitted detailing all services performed.
Signature: The undersigned hereby acknowledges and accepts the established payment terms.
Name of Respondent/Firm:__________________________________
Print name and title:________________________________________
Signature:________________________________________________
Date:____________________________________________________
ATTEST:
________________________________
Witness
APPENDIX D
AMERICANS WITH DISABILITIES ACT OF 1990
ACKNOWLEDGEMENT FORM
This form is an agreement of the successful Vendor’s obligation to comply with the requirements of 42 U.S.C.
§121.01 et seq., referred to as the Americans Disability Act of 1990.
The undersigned Vendor hereby acknowledges receipt of the Americans with Disabilities Act of 1990 found at
Appendix B of this packet.
The undersigned Vendor hereby certifies that he/she is aware of the commitment to comply with the requirements
of 42 U.S.C. §121.01 et seq. and agrees to furnish any required forms as evidence of compliance.
The undersigned Vendor further certifies that he/she understands that his/her proposal shall be rejected as non-
responsive and any contract entered into shall be void and of no effect if said Vendor fails to comply with the
requirements of 42 U.S.C. §121.01 et seq.
COMPANY:___________________________
TITLE:______________________________
PRINT NAME: __________________________
SIGNATURE:_______________________________
DATE: ______________________
--- Document: 2024 Legal Services-General Legal Services.pdf ---
NOTE: The Town of Morristown will consider proposals only from firms or organizations that have
demonstrated the capability and willingness to provide high quality services in the manner described
in this Request for Qualifications.
REQUEST FOR QUALIFICATIONS
FOR THE PROVISION OF GENERAL LEGAL SERVICES
ISSUE DATE: November 9, 2023
DUE DATE: December 7, 2023
Issued by:
Town of Morristown
2
GLOSSARY
The following definitions shall apply to and are used in this Request for Qualifications:
"Principals" means persons possessing an ownership interest in the Respondent. If the Respondent is a corporation,
"Principals" shall include each investor who would have any amount of operational control over the Respondent and
every stockholder having an ownership interest of ten percent (10%) or more in the firm.
"Qualification Statement" - refers to the complete responses to this RFQ submitted by the Respondents.
"Qualified Respondent" - refers to those Respondents who (in the sole judgment of the Town) have satisfied the
qualification criteria set forth in this RFQ.
"Respondent" or "Respondents" - refers to the interested firm(s) that submit a Qualification Statement.
“Review Team” – Members of the Town Administration and its legal and/or financial advisors who shall review the
Qualification Statements.
"RFQ" - refers to this Request for Qualifications, including any amendments thereof or supplements thereto.
"Town" - refers to the Town of Morristown.
3
SECTION 1
INTRODUCTION AND GENERAL INFORMATION
Section 1.1.
Introduction and Purpose.
The Town is soliciting Qualification Statements from interested persons and/or firms for the provision of General
Legal Services, as more particularly described herein. Through a Request for Qualification process described herein,
persons and/or firms interested in assisting the Town with the provision of such services must prepare and submit a
Qualification Statement in accordance with the procedures and schedules in this RFQ. The Town will review
Qualification Statements only from those firms that submit a Qualification Statement which includes all the information
required to be included as described herein (in the sole judgment of the Town). The Town intends to qualify person(s)
and/or firm(s) that: (a) possesses the professional, financial and administrative capabilities to provide the proposed
services, and (b) will agree to work under the compensation terms and conditions determined by the Town to provide
the greatest benefit to the taxpayers of Morristown.
Section 1.2.
Procurement Process and Schedule.
The selection of Qualified Respondents is not subject to the bidding provisions of the Local Public Contracts Law,
N.J.S.A. 40A:11-1 et seq. The Town has structured a procurement process that seeks to obtain the desired results
described above, while establishing a competitive process to assure that each person and/or firm is provided with an
equal opportunity to submit a Qualification Statement in response to the RFQ. Qualification Statements will be
evaluated in accordance with the criteria set forth in Section 5 of this RFQ, which will be applied in the same manner
to each Qualification Statement received. Respondents agree to at all times abide by all requirements of New Jersey
law.
Qualification Statements will be reviewed and evaluated by the Town Administration and its legal and/or financial
advisors (collectively, the "Review Team"). The Qualification Statements will be reviewed to determine if the
Respondent has met the minimum professional, administrative and financial criteria described in this RFQ. Under no
circumstances will a member of the Review Team review responses to an RFQ for a position which they or their firm
submitted a response. Based upon the totality of the information contained in the Qualification Statement, including
information about the reputation and experience of each Respondent, the Town will (in its sole judgment) determine
which Respondents are qualified from professional, administrative and financial standpoints. Each Respondent that
meets the requirements of the RFQ (in the sole judgment of the Town) will be designated as a Qualified Respondent
and will be given the opportunity to participate in the selection process determined by the Town.
The RFQ process commences with the issuance of this RFQ. The steps involved in the process and the anticipated
completion dates are set forth in Table 1, Procurement Schedule. The Town reserves the right to, among other things,
amend, modify or alter the Procurement Schedule upon notice to all potential Respondents.
All communications concerning this RFQ or the RFQ process shall be directed to the Town’s Designated Contact
Person, in writing.
4
Designated Contact Person:
Jillian Barrick
Business Administrator
Town of Morristown
200 South St. CN914
Room 239, Office of Mayor/Administration
Morristown, NJ 07963-0914
Qualification Statements must be submitted to, and be received by, the Town, by hand delivery or regular mail, by 4:00
p.m. prevailing time on December 7, 2023. Qualification Statements will not be accepted by facsimile transmission
or e-mail.
Subsequent to issuance of this RFQ, the Town (through the issuance of addenda to all firms that have received a copy
of the RFQ) may modify, supplement or amend the provisions of this RFQ in order to respond to inquiries received
from prospective Respondents or as otherwise deemed necessary or appropriate by, and in the sole judgment of, the
Town.
TABLE 1
ANTICIPATED PROCUREMENT SCHEDULE
ACTIVITY
DATE
1. Issuance of Request for Qualifications
November 9, 2023
2. Receipt of Qualification Statements
December 7, 2023
3. Completion of Evaluation of Qualification Statements by the Review Team December 14, 2023
4. Town Review of Review Team Recommendations
December 28, 2023
5. Approval of Professional Services Resolutions by Town Council
January 9, 2024
Section 1.3.
Conditions Applicable to RFQ.
Upon submission of a Qualification Statement in response to this RFQ, the Respondent acknowledges and consents to
the following conditions relative to the submission and review and consideration of its Qualification Statement:
•
This document is an RFQ and does not constitute an RFP.
•
This RFQ does not commit the Town to issue an RFP.
•
All costs incurred by the Respondent in connection with responding to this RFQ shall be borne solely
by the Respondent.
•
The Town reserves the right, in its sole judgment, to reject for any reason, any and all responses and
components thereof and to eliminate any and all Respondents responding to this RFQ from further
consideration for this procurement.
5
•
The Town reserves the right, in its sole judgment, to reject any Respondent that submits incomplete
responses to this RFQ, or a Qualification Statement that is not responsive to the requirements of this
RFQ.
•
The Town reserves the right, without prior notice, to supplement, amend, or otherwise modify this
RFQ, or otherwise request additional information.
•
All Qualification Statements shall become the property of the Town and will not be returned.
•
All Qualification Statements will be made available to the public at the appropriate time, as determined
by the Town, in the exercise of its sole discretion, in accordance with applicable law.
•
The Town may request Respondents to send representatives to the Town for interviews.
•
Any and all Qualification Statements not received by the Town by 4:00 p.m. prevailing time on
December 7, 2023 will be rejected.
•
Neither the Town, its consultants or advisors, nor their respective staffs, including, but not limited to,
the Review Team, shall be liable for any claims or damages resulting from the solicitation or
preparation of the Qualification Statement, nor will there be any reimbursement to Respondents for
the cost of preparing and submitting a Qualification Statement or for participating in this procurement
process.
Section 1.4.
Rights of Town.
The Town reserves, holds and may exercise, at its sole discretion, the following rights and options with regard to this
RFQ and the procurement process in accordance with the provisions of applicable law:
•
To determine that any Qualification Statement received complies or fails to comply with the terms of
this RFQ.
•
To supplement, amend or otherwise modify the RFQ through issuance of addenda to all prospective
Respondents who have received a copy of this RFQ.
•
To waive any technical non-conformance with the terms of this RFQ.
•
To change or alter the schedule for any events called for in this RFQ upon the issuance of notice to all
prospective Respondents who have received a copy of this RFQ.
•
To conduct investigations of any or all of the Respondents, as the Town deems necessary or
convenient, to clarify the information provided as part of the Qualification Statement and to request
additional information to support the information included in any Qualification Statement.
•
To suspend or terminate the procurement process described in this RFQ at any time in the Town’s sole
discretion. If terminated, the Town may determine to commence a new procurement process or
exercise any other rights provided under applicable law without any obligation to the Respondents.
6
The Town shall be under no obligation to complete all or any portion of the procurement process described in this
RFQ.
Section 1.5
Addenda or Amendments to RFQ.
During the period provided for the preparation of responses to the RFQ, the Town may issue addenda, amendments or
answers to written inquiries. Those addenda will be noticed by the Town and will constitute a part of the RFQ. All
responses to the RFQ shall be prepared with full consideration of the addenda issued prior to the proposal submission
date.
Section 1.6
Cost of Proposal Preparation.
Each proposal and all information required to be submitted pursuant to the RFQ shall be prepared at the sole cost and
expense of the respondent. There shall be no claims whatsoever against the Town, its staff, its consultants or such
consultants’ staff, for reimbursement for the payment of costs or expenses incurred in the preparation of the
Qualification Statement or other information required by the RFQ.
Section 1.7
Proposal Format.
Responses should cover all information requested in the questions to be answered in this RFQ.
Responses which in the judgment of the Town fail to meet the requirements of the RFQ or which are in any way
conditional, incomplete, obscure, contain additions or deletions from requested information, or contain errors. may be
rejected.
SECTION 2
SCOPE OF SERVICES
It is the intent of the Town to solicit Qualification Statements from Respondents that have expertise in the provision of
General Municipal Legal Services. Firms and/or persons responding to this RFQ shall be able to demonstrate that
they will have the continuing capabilities to perform these services.
SECTION 3
SUBMISSION REQUIREMENTS
Section 3.1
General Requirements.
The Qualification Statement submitted by the Respondent must meet or exceed the professional, administrative and
financial qualifications set forth in this Section 3 and shall incorporate the information requested below.
In addition to the information required as described below, a Respondent may submit supplemental information that it
believes may be useful in evaluating its Qualification Statement. Respondents are encouraged to be clear, factual, and
concise in their presentation of information.
7
Section 3.2
Administrative Information Requirements.
The Respondent shall, as part of its Qualification Statement, provide the following information:
1.
An executive summary (not to exceed two (2) pages) of the information contained in all the other parts
of the Qualification Statement.
2.
An executed Letter of Qualification (See Appendix A to this RFQ).
3.
Name, address and telephone number of the firm or firms submitting the Qualification Statement
pursuant to this RFQ, and the name of the key contact person.
4.
A description of the business organization (i.e., corporation, partnership, joint venture, etc.) of each
firm, its ownership and its organizational structure.
(a)
Provide the names and business addresses of all Principals of the firm or firms submitting the
Qualification Statement. For purposes of this RFQ, "Principals" means persons possessing an
ownership interest in the Respondent. If the Respondent is a corporation, "Principals" shall
include each investor who would have any amount of operational control over the Respondent
and every stockholder having an ownership interest of ten percent (10%) or more in the firm.
(b)
If a firm is a partially owned or a fully-owned subsidiary of another firm, identify the parent
company and describe the nature and extent of the parents' approval rights over the activities
of the firm submitting a Qualification Statement. Describe the approval process.
(c)
If the Respondent is a partnership or a joint venture or similar organization, provide
comparable information as required in (b) above for each member of the partnership, joint
venture or similar organization.
(d)
A statement that the Respondent has complied with all applicable affirmative action (or
similar) requirements with respect to its business activities, together with evidence of such
compliance
5.
An executed Letter of Intent (See Appendix B).
6.
An executed Payment Conditions and Rate Schedules Form (See Appendix C).
7.
An executed Americans with Disabilities Act of 1990 Acknowledgement Form (See Appendix D).
8.
The number of years the business organization has been in business under its present name.
9.
The number of years the business organization has been under its current management.
10.
Any judgments, claims or suits within the last three (3) years in which Respondent has been adjudicated liable for
professional malpractice. If yes, please explain.
11.
Whether the business organization is now or has been involved in any bankruptcy or re-organization
proceedings in the last ten (10) years. If yes, please explain.
8
12.
Confirm appropriate federal and state licenses to perform activities. Submit a copy of the Firm’s Business
Registration Certificate.
Section 3.3
Professional Information Requirements.
1.
Respondent shall submit a description of its overall experience in providing the type of services sought
in the RFQ. At a minimum, the following information on past experience should be included as
appropriate to the RFQ:
a.
Description and scope of work by Respondent;
b.
Name, address and contact information of references; and
c.
Explanation of perceived relevance of the experience to the RFQ.
2.
Describe the services that Respondent would perform directly.
3.
Describe those portions of the Respondent’s services, if any, that are sub-contracted out.
Identify all subcontractors the Respondent anticipates using in connection with this project.
4.
Does the Respondent normally employ union or non-union employees?
5.
Resumes of key employees.
6.
A narrative statement of the Respondent’s understanding of the Town’s needs and goals.
7.
List all immediate relatives of Principal(s) of Respondent who are Town employees or elected
officials of the Town. For purposes of the above, “immediate relative” means a spouse, parent,
stepparent, brother, sister, child, stepchild, direct-line aunt or uncle, grandparent, grandchild, and in-
laws by reason of relation.
SECTION 4
INSTRUCTIONS TO RESPONDENTS
Section 4.1
Submission of Qualification Statements.
Respondents must submit an original and one (1) copy of their Qualification Statement to the Designated Contact
Person:
Ms. Jillian Barrick
Business Administrator
Town of Morristown
200 South St. CN914
Room 239, Office of Mayor/Administration
Morristown, NJ 07963-0914
Qualification Statements must be received by the Town no later than 4:00 p.m. (prevailing time) on December 7, 2023
and must be mailed or hand-delivered. Qualification Statements forwarded by facsimile or e-mail will not be accepted.
9
To be responsive, Qualification Statements must provide all requested information, and must be in strict conformance
with the instructions set forth herein. Qualification Statements and all related information must be bound, and signed
and acknowledged by the Respondent.
SECTION 5
EVALUATION
The Town’s objective in soliciting Qualification Statements is to enable it to select a firm or organization that
will provide high quality and cost effective services to the citizens of Morristown. The Town will consider
Qualification Statements only from firms or organizations that, in the Town’s judgment, have demonstrated the
capability and willingness to provide high quality services to the citizens of the Town in the manner described in this
RFQ.
Proposals will be evaluated by the Town on the basis of the most advantageous, all relevant factors considered.
The evaluation will consider:
1.
Experience and reputation in the field;
2.
Knowledge of the Town and the subject matter addressed under the contract;
3.
Availability to accommodate the required meetings of the Town; and
4.
Other factors demonstrated to be in the best interest of the Town.
10
APPENDIX A
LETTER OF QUALIFICATION
(Note: To be typed on Respondent's Letterhead. No modifications may be made to this letter)
[INSERT DATE]
Attn: Ms. Jillian Barrick
Business Administrator
Town of Morristown
200 South St. CN914
Morristown, NJ 07963-0914
Dear Ms. Barrick:
The undersigned has reviewed its Qualification Statement submitted in response to the Request for Qualifications
(RFQ) issued by the Town of Morristown ("Town"), dated __________________, in connection with the Town’s need
for General Legal Services.
We affirm that the contents of our Qualification Statement (which Qualification Statement is incorporated herein by
reference), are accurate, factual and complete to the best of our knowledge and belief and that the Qualification
Statement is submitted in good faith upon the express understanding that any false statement may result in the
disqualification of (Name of Respondent).
(Respondent shall sign and complete the spaces provided below. If a joint venture, appropriate officers of each
company shall sign.)
(Signature of Chief
Executive Officer)
(Typed Name and Title)
(Type Name of Firm)
Dated: ___________________
11
APPENDIX B
LETTER OF INTENT
(Note: To be typed on Respondent's Letterhead. No modifications may be made to this letter)
[INSERT DATE]
Attn: Ms. Jillian Barrick
Business Administrator
Town of Morristown
200 South St. CN914
Morristown, NJ 07963-0914
Dear Ms. Barrick:
The undersigned, as Respondent, has (have) submitted the attached Qualification Statement in response to a Request for
Qualifications (RFQ), issued by the Town of Morristown ("Town"), dated __________________in connection with the
Town’s need for General Legal Services.
(Name of Respondent) HEREBY STATES:
1.
The Qualification Statement contains accurate, factual and complete information.
2.
(Name of Respondent) agrees (agrees) to participate in good faith in the procurement process as described
in the RFQ and to adhere to the Town's procurement schedule.
3.
(Name of Respondent) acknowledges (acknowledge) that all costs incurred by it (them) in connection with
the preparation and submission of the Qualification Statement and any proposal prepared and submitted in
response to the RFQ, or any negotiation which results therefrom shall be borne exclusively by the
Respondent.
5.
(Name of Respondent) hereby declares (declare) that the only persons participating in this Qualification
Statement as Principals are named herein and that no person other than those herein mentioned has any
participation in this Qualification Statement or in any contract to be entered into with respect thereto.
Additional persons may subsequently be included as participating Principals, but only if acceptable to the
Town. (Name of Respondent) declares that this Qualification Statement is made without connection with
any other person, firm or parties who has submitted a Qualification Statement, except as expressly set forth
below and that it has been prepared and has been submitted in good faith and without collusion or fraud.
6.
(Name of Respondent) acknowledges and agrees that the Town may modify, amend, suspend and/or
terminate the procurement process (in its sole judgment). In any case, the Town shall not have any liability
to the Respondent for any costs incurred by the Respondent with respect to the procurement activities
described in this RFQ.
7.
(Name of Respondent) acknowledges that any contract executed with respect to the provision of General
Legal Services must comply with all applicable affirmative action and similar laws. Respondent hereby
agrees to take such actions as are required in order to comply with such applicable laws.
(Respondent shall sign and complete the space provided below. If a joint venture, appropriate officers of each company shall
sign.)
(Signature of Chief Executive Officer)
(Typed Name and Title)
(Type Name of Firm)
Dated: ________________
12
APPENDIX C
PAYMENT CONDITIONS AND RATE SCHEDULES
1.
The hourly rate for General Legal Services shall be One Hundred and Fifty Dollars ($150.00) an hour
for attorneys and One Hundred Dollars ($100.00) an hour for paralegals and clerks.
2.
Counsel shall be reimbursed at cost for expenses incurred for duplication, filing fees, court reporters and
other reasonable out-of-pocket expenses advanced and/or incurred by counsel. Counsel shall be reimbursed for
direct charges including disbursements that are actual expenses incurred by the Professional and or/their
associated Firm in connection with such legal services, and shall include, but not be limited to:
a.
Telegrams, faxes and long distance (Out-of-State) telephone calls;
b.
Payment of filing fees, application fees, review fees and similar charges;
c.
Computer expenses including time and proprietary program charges;
d.
Outside printing, reproduction, binding, collating and other graphic services;
e.
Messenger service, postage and handling of drawing and specifications, reports,
contracts and other bulky items.
3.
Monthly invoices shall be submitted detailing all services performed.
Signature: The undersigned hereby acknowledges and accepts the established payment terms.
Name of Respondent/Firm:__________________________________
Print name and title:________________________________________
Signature:________________________________________________
Date:____________________________________________________
ATTEST:
________________________________
Witness
13
APPENDIX D
AMERICANS WITH DISABILITIES ACT OF 1990
ACKNOWLEDGEMENT FORM
This form is an agreement of the successful Vendor’s obligation to comply with the requirements of 42 U.S.C.
§121.01 et seq., referred to as the Americans Disability Act of 1990.
The undersigned Vendor hereby acknowledges receipt of the Americans with Disabilities Act of 1990 found at
Appendix B of this packet.
The undersigned Vendor hereby certifies that he/she is aware of the commitment to comply with the requirements
of 42 U.S.C. §121.01 et seq. and agrees to furnish any required forms as evidence of compliance.
The undersigned Vendor further certifies that he/she understands that his/her proposal shall be rejected as non-
responsive and any contract entered into shall be void and of no effect if said Vendor fails to comply with the
requirements of 42 U.S.C. §121.01 et seq.
COMPANY:___________________________ TITLE:______________________________
PRINT NAME: __________________________SIGNATURE:_______________________________
DATE: ______________________
--- Document: 2024 Legal Services-Labor Counsel.pdf ---
NOTE: The Town of Morristown will consider proposals only from firms or organizations that have
demonstrated the capability and willingness to provide high quality services in the manner described
in this Request for Qualifications.
REQUEST FOR QUALIFICATIONS
FOR THE PROVISION OF LEGAL SERVICES – LABOR COUNSEL
ISSUE DATE: November 9. 2023
DUE DATE: December 7, 2023
Issued by:
Town of Morristown
2
GLOSSARY
The following definitions shall apply to and are used in this Request for Qualifications:
"Principals" means persons possessing an ownership interest in the Respondent. If the Respondent is a corporation,
"Principals" shall include each investor who would have any amount of operational control over the Respondent and
every stockholder having an ownership interest of ten percent (10%) or more in the firm.
"Qualification Statement" - refers to the complete responses to this RFQ submitted by the Respondents.
"Qualified Respondent" - refers to those Respondents who (in the sole judgment of the Town) have satisfied the
qualification criteria set forth in this RFQ.
"Respondent" or "Respondents" - refers to the interested firm(s) that submit a Qualification Statement.
“Review Team” – Members of the Town Administration and its legal and/or financial advisors who shall review the
Qualification Statements.
"RFQ" - refers to this Request for Qualifications, including any amendments thereof or supplements thereto.
"Town" - refers to the Town of Morristown.
3
SECTION 1
INTRODUCTION AND GENERAL INFORMATION
Section 1.1.
Introduction and Purpose.
The Town is soliciting Qualification Statements from interested persons and/or firms for the provision of Legal
Services-Labor Counsel Legal Services, as more particularly described herein. Through a Request for Qualification
process described herein, persons and/or firms interested in assisting the Town with the provision of such services must
prepare and submit a Qualification Statement in accordance with the procedures and schedules in this RFQ. The Town
will review Qualification Statements only from those firms that submit a Qualification Statement which includes all
the information required to be included as described herein (in the sole judgment of the Town). The Town intends to
qualify person(s) and/or firm(s) that: (a) possesses the professional, financial and administrative capabilities to provide
the proposed services, and (b) will agree to work under the compensation terms and conditions determined by the Town
to provide the greatest benefit to the taxpayers of Morristown.
Section 1.2.
Procurement Process and Schedule.
The selection of Qualified Respondents is not subject to the bidding provisions of the Local Public Contracts Law,
N.J.S.A. 40A:11-1 et seq. The Town has structured a procurement process that seeks to obtain the desired results
described above, while establishing a competitive process to assure that each person and/or firm is provided with an
equal opportunity to submit a Qualification Statement in response to the RFQ. Qualification Statements will be
evaluated in accordance with the criteria set forth in Section 5 of this RFQ, which will be applied in the same manner
to each Qualification Statement received. Respondents agree to at all times abide by all requirements of New Jersey
law.
Qualification Statements will be reviewed and evaluated by the Town Administration and its legal and/or financial
advisors (collectively, the "Review Team"). The Qualification Statements will be reviewed to determine if the
Respondent has met the minimum professional, administrative and financial criteria described in this RFQ. Under no
circumstances will a member of the Review Team review responses to an RFQ for a position which they or their firm
submitted a response. Based upon the totality of the information contained in the Qualification Statement, including
information about the reputation and experience of each Respondent, the Town will (in its sole judgment) determine
which Respondents are qualified from professional, administrative and financial standpoints. Each Respondent that
meets the requirements of the RFQ (in the sole judgment of the Town) will be designated as a Qualified Respondent
and will be given the opportunity to participate in the selection process determined by the Town.
The RFQ process commences with the issuance of this RFQ. The steps involved in the process and the anticipated
completion dates are set forth in Table 1, Procurement Schedule. The Town reserves the right to, among other things,
amend, modify or alter the Procurement Schedule upon notice to all potential Respondents.
All communications concerning this RFQ or the RFQ process shall be directed to the Town’s Designated Contact
Person, in writing.
4
Designated Contact Person:
Jillian Barrick
Business Administrator
Town of Morristown
200 South St. CN914
Room 239, Office of Mayor/Administration
Morristown, NJ 07963-0914
Qualification Statements must be submitted to, and be received by, the Town, by hand delivery or regular mail, by 4:00
p.m. prevailing time on December 7, 2023. Qualification Statements will not be accepted by facsimile transmission
or e-mail.
Subsequent to issuance of this RFQ, the Town (through the issuance of addenda to all firms that have received a copy
of the RFQ) may modify, supplement or amend the provisions of this RFQ in order to respond to inquiries received
from prospective Respondents or as otherwise deemed necessary or appropriate by, and in the sole judgment of, the
Town.
TABLE 1
ANTICIPATED PROCUREMENT SCHEDULE
ACTIVITY
DATE
1. Issuance of Request for Qualifications
November 9. 2023
2. Receipt of Qualification Statements
December 7, 2023
3. Completion of Evaluation of Qualification Statements by the Review Team December 14, 2023
4. Town Review of Review Team Recommendations
December 28, 2023
5. Approval of Professional Services Resolutions by Town Council
January 9, 2024
Section 1.3.
Conditions Applicable to RFQ.
Upon submission of a Qualification Statement in response to this RFQ, the Respondent acknowledges and consents to
the following conditions relative to the submission and review and consideration of its Qualification Statement:
•
This document is an RFQ and does not constitute an RFP.
•
This RFQ does not commit the Town to issue an RFP.
•
All costs incurred by the Respondent in connection with responding to this RFQ shall be borne solely
by the Respondent.
•
The Town reserves the right, in its sole judgment, to reject for any reason, any and all responses and
components thereof and to eliminate any and all Respondents responding to this RFQ from further
consideration for this procurement.
•
The Town reserves the right, in its sole judgment, to reject any Respondent that submits incomplete
responses to this RFQ, or a Qualification Statement that is not responsive to the requirements of this
RFQ.
5
•
The Town reserves the right, without prior notice, to supplement, amend, or otherwise modify this
RFQ, or otherwise request additional information.
•
All Qualification Statements shall become the property of the Town and will not be returned.
•
All Qualification Statements will be made available to the public at the appropriate time, as determined
by the Town, in the exercise of its sole discretion, in accordance with applicable law.
•
The Town may request Respondents to send representatives to the Town for interviews.
•
Any and all Qualification Statements not received by the Town by 4:00 p.m. prevailing time on
December 7, 2023 will be rejected.
•
Neither the Town, its consultants or advisors, nor their respective staffs, including, but not limited to,
the Review Team, shall be liable for any claims or damages resulting from the solicitation or
preparation of the Qualification Statement, nor will there be any reimbursement to Respondents for
the cost of preparing and submitting a Qualification Statement or for participating in this procurement
process.
Section 1.4.
Rights of Town.
The Town reserves, holds and may exercise, at its sole discretion, the following rights and options with regard to this
RFQ and the procurement process in accordance with the provisions of applicable law:
•
To determine that any Qualification Statement received complies or fails to comply with the terms of
this RFQ.
•
To supplement, amend or otherwise modify the RFQ through issuance of addenda to all prospective
Respondents who have received a copy of this RFQ.
•
To waive any technical non-conformance with the terms of this RFQ.
•
To change or alter the schedule for any events called for in this RFQ upon the issuance of notice to all
prospective Respondents who have received a copy of this RFQ.
•
To conduct investigations of any or all of the Respondents, as the Town deems necessary or
convenient, to clarify the information provided as part of the Qualification Statement and to request
additional information to support the information included in any Qualification Statement.
•
To suspend or terminate the procurement process described in this RFQ at any time in the Town’s sole
discretion. If terminated, the Town may determine to commence a new procurement process or
exercise any other rights provided under applicable law without any obligation to the Respondents.
The Town shall be under no obligation to complete all or any portion of the procurement process described in this
RFQ.
6
Section 1.5
Addenda or Amendments to RFQ.
During the period provided for the preparation of responses to the RFQ, the Town may issue addenda, amendments or
answers to written inquiries. Those addenda will be noticed by the Town and will constitute a part of the RFQ. All
responses to the RFQ shall be prepared with full consideration of the addenda issued prior to the proposal submission
date.
Section 1.6
Cost of Proposal Preparation.
Each proposal and all information required to be submitted pursuant to the RFQ shall be prepared at the sole cost and
expense of the respondent. There shall be no claims whatsoever against the Town, its staff, its consultants or such
consultants’ staff, for reimbursement for the payment of costs or expenses incurred in the preparation of the
Qualification Statement or other information required by the RFQ.
Section 1.7
Proposal Format.
Responses should cover all information requested in the questions to be answered in this RFQ.
Responses which in the judgment of the Town fail to meet the requirements of the RFQ or which are in any way
conditional, incomplete, obscure, contain additions or deletions from requested information, or contain errors. may be
rejected.
SECTION 2
SCOPE OF SERVICES
It is the intent of the Town to solicit Qualification Statements from Respondents that have expertise in the provision of
Legal Services-Labor Counsel. Firms and/or persons responding to this RFQ shall be able to demonstrate that they
will have the continuing capabilities to perform these services.
SECTION 3
SUBMISSION REQUIREMENTS
Section 3.1
General Requirements.
The Qualification Statement submitted by the Respondent must meet or exceed the professional, administrative and
financial qualifications set forth in this Section 3 and shall incorporate the information requested below.
In addition to the information required as described below, a Respondent may submit supplemental information that it
believes may be useful in evaluating its Qualification Statement. Respondents are encouraged to be clear, factual, and
concise in their presentation of information.
Section 3.2
Administrative Information Requirements.
The Respondent shall, as part of its Qualification Statement, provide the following information:
7
1.
An executive summary (not to exceed two (2) pages) of the information contained in all the other parts
of the Qualification Statement.
2.
An executed Letter of Qualification (See Appendix A to this RFQ).
3.
Name, address and telephone number of the firm or firms submitting the Qualification Statement
pursuant to this RFQ, and the name of the key contact person.
4.
A description of the business organization (i.e., corporation, partnership, joint venture, etc.) of each
firm, its ownership and its organizational structure.
(a)
Provide the names and business addresses of all Principals of the firm or firms submitting the
Qualification Statement. For purposes of this RFQ, "Principals" means persons possessing an
ownership interest in the Respondent. If the Respondent is a corporation, "Principals" shall
include each investor who would have any amount of operational control over the Respondent
and every stockholder having an ownership interest of ten percent (10%) or more in the firm.
(b)
If a firm is a partially owned or a fully-owned subsidiary of another firm, identify the parent
company and describe the nature and extent of the parents' approval rights over the activities
of the firm submitting a Qualification Statement. Describe the approval process.
(c)
If the Respondent is a partnership or a joint venture or similar organization, provide
comparable information as required in (b) above for each member of the partnership, joint
venture or similar organization.
(d)
A statement that the Respondent has complied with all applicable affirmative action (or
similar) requirements with respect to its business activities, together with evidence of such
compliance
5.
An executed Letter of Intent (See Appendix B).
6.
An executed Payment Conditions and Rate Schedules Form (See Appendix C).
7.
An executed Americans with Disabilities Act of 1990 Acknowledgement Form (See Appendix D).
8.
The number of years the business organization has been in business under its present name.
9.
The number of years the business organization has been under its current management.
10.
Any judgments, claims or suits within the last three (3) years in which Respondent has been
adjudicated liable for professional malpractice. If yes, please explain.
11.
Whether the business organization is now or has been involved in any bankruptcy or re-organization
proceedings in the last ten (10) years. If yes, please explain.
12.
Confirm appropriate federal and state licenses to perform activities. Submit a copy of the Firm’s
Business Registration Certificate.
8
Section 3.3
Professional Information Requirements.
1.
Respondent shall submit a description of its overall experience in providing the type of services sought
in the RFQ. At a minimum, the following information on past experience should be included as
appropriate to the RFQ:
a.
Description and scope of work by Respondent;
b.
Name, address and contact information of references; and
c.
Explanation of perceived relevance of the experience to the RFQ.
2.
Describe the services that Respondent would perform directly.
3.
Describe those portions of the Respondent’s services, if any, that are sub-contracted out.
Identify all subcontractors the Respondent anticipates using in connection with this project.
4.
Does the Respondent normally employ union or non-union employees?
5.
Resumes of key employees.
6.
A narrative statement of the Respondent’s understanding of the Town’s needs and goals.
7.
List all immediate relatives of Principal(s) of Respondent who are Town employees or elected
officials of the Town. For purposes of the above, “immediate relative” means a spouse, parent,
stepparent, brother, sister, child, stepchild, direct-line aunt or uncle, grandparent, grandchild, and in-
laws by reason of relation.
SECTION 4
INSTRUCTIONS TO RESPONDENTS
Section 4.1
Submission of Qualification Statements.
Respondents must submit an original and one (1) copy of their Qualification Statement to the Designated Contact
Person:
Ms. Jillian Barrick
Business Administrator
Town of Morristown
200 South St. CN914
Room 239, Office of Mayor/Administration
Morristown, NJ 07963-0914
Qualification Statements must be received by the Town no later than 4:00 p.m. (prevailing time) on December 7, 2023
and must be mailed or hand-delivered. Qualification Statements forwarded by facsimile or e-mail will not be accepted.
9
To be responsive, Qualification Statements must provide all requested information, and must be in strict conformance
with the instructions set forth herein. Qualification Statements and all related information must be bound, and signed
and acknowledged by the Respondent.
SECTION 5
EVALUATION
The Town’s objective in soliciting Qualification Statements is to enable it to select a firm or organization that will
provide high quality and cost effective services to the citizens of Morristown. The Town will consider Qualification
Statements only from firms or organizations that, in the Town’s judgment, have demonstrated the capability and
willingness to provide high quality services to the citizens of the Town in the manner described in this RFQ.
Proposals will be evaluated by the Town on the basis of the most advantageous, all relevant factors considered. The
evaluation will consider:
1.
Experience and reputation in the field;
2.
Knowledge of the Town and the subject matter addressed under the contract;
3.
Availability to accommodate the required meetings of the Town; and
4.
Other factors demonstrated to be in the best interest of the Town.
10
APPENDIX A
LETTER OF QUALIFICATION
(Note: To be typed on Respondent's Letterhead. No modifications may be made to this
letter)
[INSERT DATE]
Attn: Ms. Jillian Barrick
Business Administrator
Town of Morristown
200 South St. CN914
Morristown, NJ 07963-0914
Dear Ms. Barrick:
The undersigned has reviewed its Qualification Statement submitted in response to the Request for Qualifications
(RFQ) issued by the Town of Morristown ("Town"), dated __________________, in connection with the Town’s
need for Legal Services – Labor Counsel.
We affirm that the contents of our Qualification Statement (which Qualification Statement is incorporated herein
by reference), are accurate, factual and complete to the best of our knowledge and belief and that the Qualification
Statement is submitted in good faith upon the express understanding that any false statement may result in the
disqualification of (Name of Respondent).
(Respondent shall sign and complete the spaces provided below. If a joint venture, appropriate officers of each
company shall sign.)
(Signature of Chief
Executive Officer)
(Typed Name and Title)
(Type Name of Firm)
Dated: ___________________
11
APPENDIX B
LETTER OF INTENT
(Note: To be typed on Respondent's Letterhead. No modifications may be made to this letter)
[INSERT DATE]
Attn: Ms. Jillian Barrick, Business Administrator
Town of Morristown
200 South St. CN914
Morristown, NJ 07963-0914
Dear Ms. Barrick:
The undersigned, as Respondent, has (have) submitted the attached Qualification Statement in response to a Request for
Qualifications (RFQ), issued by the Town of Morristown ("Town"), dated __________________in connection with the
Town’s need for Legal Services – Labor Counsel.
(Name of Respondent) HEREBY STATES:
1.
The Qualification Statement contains accurate, factual and complete information.
2.
(Name of Respondent) agrees (agrees) to participate in good faith in the procurement process as described
in the RFQ and to adhere to the Town's procurement schedule.
3.
(Name of Respondent) acknowledges (acknowledge) that all costs incurred by it (them) in connection with
the preparation and submission of the Qualification Statement and any proposal prepared and submitted in
response to the RFQ, or any negotiation which results therefrom shall be borne exclusively by the
Respondent.
4.
(Name of Respondent) hereby declares (declare) that the only persons participating in this Qualification
Statement as Principals are named herein and that no person other than those herein mentioned has any
participation in this Qualification Statement or in any contract to be entered into with respect thereto.
Additional persons may subsequently be included as participating Principals, but only if acceptable to the
Town. (Name of Respondent) declares that this Qualification Statement is made without connection with
any other person, firm or parties who has submitted a Qualification Statement, except as expressly set forth
below and that it has been prepared and has been submitted in good faith and without collusion or fraud.
5.
(Name of Respondent) acknowledges and agrees that the Town may modify, amend, suspend and/or
terminate the procurement process (in its sole judgment). In any case, the Town shall not have any liability
to the Respondent for any costs incurred by the Respondent with respect to the procurement activities
described in this RFQ.
6.
(Name of Respondent) acknowledges that any contract executed with respect to the provision of Legal
Services – Labor Counsel must comply with all applicable affirmative action and similar laws.
Respondent hereby agrees to take such actions as are required in order to comply with such applicable laws.
(Respondent shall sign and complete the space provided below. If a joint venture, appropriate officers of each company shall
sign.)
(Signature of Chief Executive Officer)
(Typed Name and Title)
(Type Name of Firm)
12
APPENDIX C
PAYMENT CONDITIONS AND RATE SCHEDULES
1.
The hourly rate for Legal Services-Labor Counsel shall be One Hundred and Fifty Dollars ($150.00) an
hour for attorneys and One Hundred Dollars ($100.00) an hour for paralegals and clerks.
2.
Counsel shall be reimbursed at cost for expenses incurred for duplication, filing fees, court reporters and
other reasonable out-of-pocket expenses advanced and/or incurred by counsel. Counsel shall be
reimbursed for direct charges including disbursements that are actual expenses incurred by the
Professional and or/their associated Firm in connection with such Legal Services-Labor Counsel, and
shall include, but not be limited to:
a.
Telegrams, faxes and long distance (Out-of-State) telephone calls;
b.
Payment of filing, application fees, review fees and similar charges;
c.
Computer expenses including time and proprietary program charges;
d.
Outside printing, reproduction, binding, collating and other graphic services;
e.
Messenger service, postage and handling of drawing and specifications, reports,
contracts and other bulky items.
3.
Monthly invoices shall be submitted detailing all services performed.
Signature: The undersigned hereby acknowledges and accepts the established payment terms.
Name of Respondent/Firm:__________________________________
Print name and title:________________________________________
Signature:________________________________________________
Date:____________________________________________________
ATTEST:
________________________________
Witness
13
APPENDIX D
AMERICANS WITH DISABILITIES ACT OF 1990
ACKNOWLEDGEMENT FORM
This form is an agreement of the successful Vendor’s obligation to comply with the requirements of 42 U.S.C.
§121.01 et seq., referred to as the Americans Disability Act of 1990.
The undersigned Vendor hereby acknowledges receipt of the Americans with Disabilities Act of 1990 found at
Appendix B of this packet.
The undersigned Vendor hereby certifies that he/she is aware of the commitment to comply with the requirements
of 42 U.S.C. §121.01 et seq. and agrees to furnish any required forms as evidence of compliance.
The undersigned Vendor further certifies that he/she understands that his/her proposal shall be rejected as non-
responsive and any contract entered into shall be void and of no effect if said Vendor fails to comply with the
requirements of 42 U.S.C. §121.01 et seq.
COMPANY:___________________________ TITLE:______________________________
PRINT NAME: __________________________SIGNATURE:_______________________________
DATE: ______________________
--- Document: ADDENDUM #1 2024 Labor Counsel.pdf ---
1
NOVEMBER 17, 2023 ADDENDUM # 1 TO REQUEST FOR QUALIFICATIONS
LEGAL SERVICES- LABOR COUNSEL
APPENDIX C
PAYMENT CONDITIONS AND RATE SCHEDULES
1.
The hourly rate for Legal Services-Labor Counsel shall be One Hundred and Seventy-Five Dollars
($175.00) an hour for attorneys and One Hundred Dollars ($100.00) an hour for paralegals and clerks.
2.
Counsel shall be reimbursed at cost for expenses incurred for duplication, filing fees, court reporters and
other reasonable out-of-pocket expenses advanced and/or incurred by counsel. Counsel shall be
reimbursed for direct charges including disbursements that are actual expenses incurred by the
Professional and or/their associated Firm in connection with such Legal Services-Labor Counsel, and
shall include, but not be limited to:
a.
Telegrams, faxes and long distance (Out-of-State) telephone calls;
b.
Payment of filing, application fees, review fees and similar charges;
c.
Computer expenses including time and proprietary program charges;
d.
Outside printing, reproduction, binding, collating and other graphic services;
e.
Messenger service, postage and handling of drawing and specifications, reports,
contracts and other bulky items.
3.
Monthly invoices shall be submitted detailing all services performed.
Signature: The undersigned hereby acknowledges and accepts the established payment terms.
Name of Respondent/Firm:__________________________________
Print name and title:________________________________________
Signature:________________________________________________
Date:____________________________________________________
ATTEST:
________________________________
Witness
--- Document: 2024 Municipal Prosecutor.pdf ---
1
NOTE: The Town of Morristown will consider proposals only from firms or organizations that have
demonstrated the capability and willingness to provide high quality services in the manner described in this
Request for Qualifications.
REQUEST FOR QUALIFICATIONS
FOR THE PROVISION OF MUNICIPAL PROSECUTOR
ISSUE DATE: November 9. 2023
DUE DATE: December 7, 2023
Issued by:
Town of Morristown
2
GLOSSARY
The following definitions shall apply to and are used in this Request for Qualifications:
"Principals" means persons possessing an ownership interest in the Respondent. If the Respondent is a corporation,
"Principals" shall include each investor who would have any amount of operational control over the Respondent and
every stockholder having an ownership interest of ten percent (10%) or more in the firm.
"Qualification Statement" - refers to the complete responses to this RFQ submitted by the Respondents.
"Qualified Respondent" - refers to those Respondents who (in the sole judgment of the Town) have satisfied the
qualification criteria set forth in this RFQ.
"Respondent" or "Respondents" - refers to the interested firm(s) that submit a Qualification Statement.
“Review Team” – Members of the Town Administration and its legal and/or financial advisors who shall review the
Qualification Statements.
"RFQ" - refers to this Request for Qualifications, including any amendments thereof or supplements thereto.
"Town" - refers to the Town of Morristown.
3
SECTION 1
INTRODUCTION AND GENERAL INFORMATION
Section 1.1.
Introduction and Purpose.
The Town is soliciting Qualification Statements from interested persons and/or firms for the provision of Municipal
Prosecutor, as more particularly described herein. Through a Request for Qualification process described herein,
persons and/or firms interested in assisting the Town with the provision of such services must prepare and submit a
Qualification Statement in accordance with the procedures and schedules in this RFQ. The Town will review
Qualification Statements only from those firms that submit a Qualification Statement which includes all the information
required to be included as described herein (in the sole judgment of the Town). The Town intends to qualify person(s)
and/or firm(s) that: (a) possesses the professional, financial and administrative capabilities to provide the proposed
services, and (b) will agree to work under the compensation terms and conditions determined by the Town to provide
the greatest benefit to the taxpayers of Morristown.
Section 1.2.
Procurement Process and Schedule.
The selection of Qualified Respondents is not subject to the bidding provisions of the Local Public Contracts Law,
N.J.S.A. 40A:11-1 et seq. The Town has structured a procurement process that seeks to obtain the desired results
described above, while establishing a competitive process to assure that each person and/or firm is provided with an
equal opportunity to submit a Qualification Statement in response to the RFQ. Qualification Statements will be
evaluated in accordance with the criteria set forth in Section 5 of this RFQ, which will be applied in the same manner
to each Qualification Statement received. Respondents agree to at all times abide by all requirements of New Jersey
law.
Qualification Statements will be reviewed and evaluated by the Town Administration and its legal and/or financial
advisors (collectively, the "Review Team"). The Qualification Statements will be reviewed to determine if the
Respondent has met the minimum professional, administrative and financial criteria described in this RFQ. Under no
circumstances will a member of the Review Team review responses to an RFQ for a position which they or their firm
submitted a response. Based upon the totality of the information contained in the Qualification Statement, including
information about the reputation and experience of each Respondent, the Town will (in its sole judgment) determine
which Respondents are qualified from professional, administrative and financial standpoints. Each Respondent that
meets the requirements of the RFQ (in the sole judgment of the Town) will be designated as a Qualified Respondent
and will be given the opportunity to participate in the selection process determined by the Town.
The RFQ process commences with the issuance of this RFQ. The steps involved in the process and the anticipated
completion dates are set forth in Table 1, Procurement Schedule. The Town reserves the right to, among other things,
amend, modify or alter the Procurement Schedule upon notice to all potential Respondents.
All communications concerning this RFQ or the RFQ process shall be directed to the Town’s Designated Contact
Person, in writing.
4
Designated Contact Person:
Jillian Barrick
Business Administrator
Town of Morristown
200 South St. CN914
Room 239, Office of Mayor/Administration
Morristown, NJ 07963-0914
Qualification Statements must be submitted to, and be received by, the Town, by hand delivery or regular mail, by 4:00
p.m. prevailing time on December 7, 2023. Qualification Statements will not be accepted by facsimile transmission
or e-mail.
Subsequent to issuance of this RFQ, the Town (through the issuance of addenda to all firms that have received a copy
of the RFQ) may modify, supplement or amend the provisions of this RFQ in order to respond to inquiries received
from prospective Respondents or as otherwise deemed necessary or appropriate by, and in the sole judgment of, the
Town.
TABLE 1
ANTICIPATED PROCUREMENT SCHEDULE
ACTIVITY
DATE
1. Issuance of Request for Qualifications
November 9. 2023
2. Receipt of Qualification Statements
December 7, 2023
3. Completion of Evaluation of Qualification Statements by the Review Team December 14, 2023
4. Town Review of Review Team Recommendations
December 28, 2023
5. Approval of Professional Services Resolutions by Town Council
January 9, 2024
Section 1.3.
Conditions Applicable to RFQ.
Upon submission of a Qualification Statement in response to this RFQ, the Respondent acknowledges and consents to
the following conditions relative to the submission and review and consideration of its Qualification Statement:
•
This document is an RFQ and does not constitute an RFP.
•
This RFQ does not commit the Town to issue an RFP.
•
All costs incurred by the Respondent in connection with responding to this RFQ shall be borne solely
by the Respondent.
•
The Town reserves the right, in its sole judgment, to reject for any reason, any and all responses and
components thereof and to eliminate any and all Respondents responding to this RFQ from further
consideration for this procurement.
5
•
The Town reserves the right, in its sole judgment, to reject any Respondent that submits incomplete
responses to this RFQ, or a Qualification Statement that is not responsive to the requirements of this
RFQ.
•
The Town reserves the right, without prior notice, to supplement, amend, or otherwise modify this
RFQ, or otherwise request additional information.
•
All Qualification Statements shall become the property of the Town and will not be returned.
•
All Qualification Statements will be made available to the public at the appropriate time, as determined
by the Town, in the exercise of its sole discretion, in accordance with applicable law.
•
The Town may request Respondents to send representatives to the Town for interviews.
•
Any and all Qualification Statements not received by the Town by 4:00 p.m. prevailing time on
December 7, 2023 will be rejected.
•
Neither the Town, its consultants or advisors, nor their respective staffs, including, but not limited to,
the Review Team, shall be liable for any claims or damages resulting from the solicitation or
preparation of the Qualification Statement, nor will there be any reimbursement to Respondents for
the cost of preparing and submitting a Qualification Statement or for participating in this procurement
process.
Section 1.4.
Rights of Town.
The Town reserves, holds and may exercise, at its sole discretion, the following rights and options with regard to this
RFQ and the procurement process in accordance with the provisions of applicable law:
•
To determine that any Qualification Statement received complies or fails to comply with the terms of
this RFQ.
•
To supplement, amend or otherwise modify the RFQ through issuance of addenda to all prospective
Respondents who have received a copy of this RFQ.
•
To waive any technical non-conformance with the terms of this RFQ.
•
To change or alter the schedule for any events called for in this RFQ upon the issuance of notice to all
prospective Respondents who have received a copy of this RFQ.
•
To conduct investigations of any or all of the Respondents, as the Town deems necessary or
convenient, to clarify the information provided as part of the Qualification Statement and to request
additional information to support the information included in any Qualification Statement.
•
To suspend or terminate the procurement process described in this RFQ at any time in the Town’s sole
discretion. If terminated, the Town may determine to commence a new procurement process or
exercise any other rights provided under applicable law without any obligation to the Respondents.
6
The Town shall be under no obligation to complete all or any portion of the procurement process described in this
RFQ.
Section 1.5
Addenda or Amendments to RFQ.
During the period provided for the preparation of responses to the RFQ, the Town may issue addenda, amendments or
answers to written inquiries. Those addenda will be noticed by the Town and will constitute a part of the RFQ. All
responses to the RFQ shall be prepared with full consideration of the addenda issued prior to the proposal submission
date.
Section 1.6
Cost of Proposal Preparation.
Each proposal and all information required to be submitted pursuant to the RFQ shall be prepared at the sole cost and
expense of the respondent. There shall be no claims whatsoever against the Town, its staff, its consultants or such
consultants’ staff, for reimbursement for the payment of costs or expenses incurred in the preparation of the
Qualification Statement or other information required by the RFQ.
Section 1.7
Proposal Format.
Responses should cover all information requested in the questions to be answered in this RFQ.
Responses which in the judgment of the Town fail to meet the requirements of the RFQ or which are in any way
conditional, incomplete, obscure, contain additions or deletions from requested information, or contain errors. may be
rejected.
SECTION 2
SCOPE OF SERVICES
It is the intent of the Town to solicit Qualification Statements from Respondents that have expertise in providing
Municipal Prosecutor Services. Firms and/or persons responding to this RFQ shall be able to demonstrate that they
will have the continuing capabilities to perform these services.
SECTION 3
SUBMISSION REQUIREMENTS
Section 3.1
General Requirements.
The Qualification Statement submitted by the Respondent must meet or exceed the professional, administrative and
financial qualifications set forth in this Section 3 and shall incorporate the information requested below.
In addition to the information required as described below, a Respondent may submit supplemental information that it
believes may be useful in evaluating its Qualification Statement. Respondents are encouraged to be clear, factual, and
concise in their presentation of information.
7
Section 3.2
Administrative Information Requirements.
The Respondent shall, as part of its Qualification Statement, provide the following information:
1.
An executive summary (not to exceed two (2) pages) of the information contained in all the other parts
of the Qualification Statement.
2.
An executed Letter of Qualification (See Appendix A to this RFQ).
3.
Name, address and telephone number of the firm or firms submitting the Qualification Statement
pursuant to this RFQ, and the name of the key contact person.
4.
A description of the business organization (i.e., corporation, partnership, joint venture, etc.) of each
firm, its ownership and its organizational structure.
(a)
Provide the names and business addresses of all Principals of the firm or firms submitting the
Qualification Statement. For purposes of this RFQ, "Principals" means persons possessing an
ownership interest in the Respondent. If the Respondent is a corporation, "Principals" shall
include each investor who would have any amount of operational control over the Respondent
and every stockholder having an ownership interest of ten percent (10%) or more in the firm.
(b)
If a firm is a partially owned or a fully-owned subsidiary of another firm, identify the parent
company and describe the nature and extent of the parents' approval rights over the activities
of the firm submitting a Qualification Statement. Describe the approval process.
(c)
If the Respondent is a partnership or a joint venture or similar organization, provide
comparable information as required in (b) above for each member of the partnership, joint
venture or similar organization.
(d)
A statement that the Respondent has complied with all applicable affirmative action (or
similar) requirements with respect to its business activities, together with evidence of such
compliance
5.
An executed Letter of Intent (See Appendix B).
6.
An executed Payment Conditions and Rate Schedules Form (See Appendix C).
7.
An executed Americans with Disabilities Act of 1990 Acknowledgement Form (See Appendix D).
8.
The number of years the business organization has been in business under its present name.
9.
The number of years the business organization has been under its current management.
10.
Any judgments, claims or suits within the last three (3) years in which Respondent has been
adjudicated liable for professional malpractice. If yes, please explain.
8
11.
Whether the business organization is now or has been involved in any bankruptcy or re-organization
proceedings in the last ten (10) years. If yes, please explain.
13.
Confirm appropriate federal and state licenses to perform activities. Submit a copy of the Firm’s
Business Registration Certificate.
Section 3.3
Professional Information Requirements.
1.
Respondent shall submit a description of its overall experience in providing the type of services sought
in the RFQ. At a minimum, the following information on past experience should be included as
appropriate to the RFQ:
a.
Description and scope of work by Respondent;
b.
Name, address and contact information of references; and
c.
Explanation of perceived relevance of the experience to the RFQ.
2.
Describe the services that Respondent would perform directly.
3.
Describe those portions of the Respondent’s services, if any, that are sub-contracted out.
Identify all subcontractors the Respondent anticipates using in connection with this project.
4.
Does the Respondent normally employ union or non-union employees?
5.
Resumes of key employees.
6.
A narrative statement of the Respondent’s understanding of the Town’s needs and goals.
7.
List all immediate relatives of Principal(s) of Respondent who are Town employees or elected officials
of the Town. For purposes of the above, “immediate relative” means a spouse, parent, stepparent,
brother, sister, child, stepchild, direct-line aunt or uncle, grandparent, grandchild, and in-laws by
reason of relation.
SECTION 4
INSTRUCTIONS TO RESPONDENTS
Section 4.1
Submission of Qualification Statements.
Respondents must submit an original and one (1) copy of their Qualification Statement to the Designated Contact
Person:
Jillian Barrick, Business Administrator
Town of Morristown
200 South St. CN914
Room 239, Office of Mayor/Administration
Morristown, NJ 07963-0914
9
Qualification Statements must be received by the Town no later than 4:00 p.m. (prevailing time) on December 7, 2023,
and must be mailed or hand-delivered. Qualification Statements forwarded by facsimile or e-mail will not be accepted.
To be responsive, Qualification Statements must provide all requested information, and must be in strict conformance
with the instructions set forth herein. Qualification Statements and all related information must be bound, and signed
and acknowledged by the Respondent.
SECTION 5
EVALUATION
The Town’s objective in soliciting Qualification Statements is to enable it to select a firm or organization that will
provide high quality and cost effective services to the citizens of Morristown. The Town will consider Qualification
Statements only from firms or organizations that, in the Town’s judgment, have demonstrated the capability and
willingness to provide high quality services to the citizens of the Town in the manner described in this RFQ.
Proposals will be evaluated by the Town on the basis of the most advantageous, all relevant factors considered. The
evaluation will consider:
1.
Experience and reputation in the field;
2.
Knowledge of the Town and the subject matter addressed under the contract;
3.
Availability to accommodate the required meetings of the Town; and
4.
Other factors demonstrated to be in the best interest of the Town.
10
APPENDIX A
LETTER OF QUALIFICATION
(Note: To be typed on Respondent's Letterhead. No modifications may be made to this
letter)
[INSERT DATE]
Attn: Jillian Barrick
Business Administrator
Town of Morristown
200 South St. CN914
Morristown, NJ 07963-0914
Dear Ms. Barrick:
The undersigned has reviewed its Qualification Statement submitted in response to the Request for Qualifications
(RFQ) issued by the Town of Morristown ("Town"), dated __________________, in connection with the Town’s
need for Municipal Prosecutor.
We affirm that the contents of our Qualification Statement (which Qualification Statement is incorporated herein
by reference), are accurate, factual and complete to the best of our knowledge and belief and that the Qualification
Statement is submitted in good faith upon the express understanding that any false statement may result in the
disqualification of (Name of Respondent).
(Respondent shall sign and complete the spaces provided below. If a joint venture, appropriate officers of each
company shall sign.)
(Signature of Chief
Executive Officer)
(Typed Name and Title)
(Type Name of Firm)
Dated: ___________________
APPENDIX B
11
LETTER OF INTENT
(Note: To be typed on Respondent's Letterhead. No modifications may be made to this letter)
[INSERT DATE]
Attn: Jillian Barrick, Business Administrator
Town of Morristown
200 South St. CN914
Morristown, NJ 07963-0914
Dear Ms. Barrick:
The undersigned, as Respondent, has (have) submitted the attached Qualification Statement in response to a Request for
Qualifications (RFQ), issued by the Town of Morristown ("Town"), dated __________________in connection with the
Town’s need for Municipal Prosecutor.
(Name of Respondent) HEREBY STATES:
1.
The Qualification Statement contains accurate, factual and complete information.
2.
(Name of Respondent) agrees (agrees) to participate in good faith in the procurement process as described
in the RFQ and to adhere to the Town's procurement schedule.
3.
(Name of Respondent) acknowledges (acknowledge) that all costs incurred by it (them) in connection with
the preparation and submission of the Qualification Statement and any proposal prepared and submitted in
response to the RFQ, or any negotiation which results therefrom shall be borne exclusively by the
Respondent.
5.
(Name of Respondent) hereby declares (declare) that the only persons participating in this Qualification
Statement as Principals are named herein and that no person other than those herein mentioned has any
participation in this Qualification Statement or in any contract to be entered into with respect thereto.
Additional persons may subsequently be included as participating Principals, but only if acceptable to the
Town. (Name of Respondent) declares that this Qualification Statement is made without connection with
any other person, firm or parties who has submitted a Qualification Statement, except as expressly set forth
below and that it has been prepared and has been submitted in good faith and without collusion or fraud.
5.
(Name of Respondent) acknowledges and agrees that the Town may modify, amend, suspend and/or
terminate the procurement process (in its sole judgment). In any case, the Town shall not have any liability
to the Respondent for any costs incurred by the Respondent with respect to the procurement activities
described in this RFQ.
6.
(Name of Respondent) acknowledges that any contract executed with respect to the provision of Municipal
Prosecutor must comply with all applicable affirmative action and similar laws. Respondent hereby agrees
to take such actions as are required in order to comply with such applicable laws.
(Respondent shall sign and complete the space provided below. If a joint venture, appropriate officers of each company shall
sign.)
(Signature of Chief Executive Officer)
(Typed Name and Title)
(Type Name of Firm)
Dated: ________________
12
APPENDIX C
PAYMENT CONDITIONS AND RATE SCHEDULES
1.
The compensation for Municipal Prosecutor shall be Five Hundred Dollars ($500.00) per Municipal
Court Session.
2.
Counsel shall be reimbursed at cost for expenses incurred for duplication, filing fees, court reporters and
other reasonable out-of-pocket expenses advanced and/or incurred by counsel. Counsel shall be
reimbursed for direct charges including disbursements that are actual expenses incurred by the
Professional and or/their associated Firm in connection with such Municipal Prosecutor, and shall
include, but not be limited to:
a.
Telegrams, faxes and long distance (Out-of-State) telephone calls;
b.
Payment of filing fees, application fees, review fees and similar charges;
c.
Computer expenses including time and proprietary program charges;
d.
Outside printing, reproduction, binding, collating and other graphic services;
e.
Messenger service, postage and handling of drawing and specifications, reports,
contracts and other bulky items.
3.
Monthly invoices shall be submitted detailing all services performed.
Signature: The undersigned hereby acknowledges and accepts the established payment terms.
Name of Respondent/Firm:__________________________________
Print name and title:________________________________________
Signature:________________________________________________
Date:____________________________________________________
ATTEST:
________________________________
Witness
13
APPENDIX D
AMERICANS WITH DISABILITIES ACT OF 1990
ACKNOWLEDGEMENT FORM
This form is an agreement of the successful Vendor’s obligation to comply with the requirements of 42 U.S.C.
§121.01 et seq., referred to as the Americans Disability Act of 1990.
The undersigned Vendor hereby acknowledges receipt of the Americans with Disabilities Act of 1990 found at
Appendix B of this packet.
The undersigned Vendor hereby certifies that he/she is aware of the commitment to comply with the requirements
of 42 U.S.C. §121.01 et seq. and agrees to furnish any required forms as evidence of compliance.
The undersigned Vendor further certifies that he/she understands that his/her proposal shall be rejected as non-
responsive and any contract entered into shall be void and of no effect if said Vendor fails to comply with the
requirements of 42 U.S.C. §121.01 et seq.
COMPANY:___________________________ TITLE:______________________________
PRINT NAME: __________________________SIGNATURE:_______________________________
DATE: _________________
--- Document: 2024 Psychological Services to the Bureau's of Police and Fire Protection.pdf ---
NOTE: The Town of Morristown will consider proposals only from firms or organizations that have
demonstrated the capability and willingness to provide high quality services in the manner described
in this Request for Qualifications.
REQUEST FOR QUALIFICATIONS
FOR THE PROVISION OF PSYCHOLOGICAL SERVICES TO THE BUREAU OF POLICE
AND FIRE PROTECTION
ISSUE DATE: November 9. 2023
DUE DATE: December 7, 2023
Issued by:
Town of Morristown
2
GLOSSARY
The following definitions shall apply to and are used in this Request for Qualifications:
"Principals" shall include each investor who would have any amount of operational control over the Respondent
and every stockholder having an ownership interest of ten percent (10%) or more in the firm.
"Qualification Statement" - refers to the complete responses to this RFQ submitted by the Respondents.
"Qualified Respondent" - refers to those Respondents who (in the sole judgment of the Town) have satisfied the
qualification criteria set forth in this RFQ.
"Respondent" or "Respondents" - refers to the interested firm(s) that submit a Qualification Statement.
“Review Team” – Members of the Town Administration and its legal and/or financial advisors who shall review
the Qualification Statements.
"RFQ" - refers to this Request for Qualifications, including any amendments thereof or supplements thereto.
"Town" - refers to the Town of Morristown.
3
SECTION 1
INTRODUCTION AND GENERAL INFORMATION
Section 1.1.
Introduction and Purpose.
The Town is soliciting Qualification Statements from interested persons and/or firms for the provision of
Psychological services to the Bureau of Police and Fire Protection, as more particularly described herein.
Through a Request for Qualification process described herein, persons and/or firms interested in assisting the
Town with the provision of such services must prepare and submit a Qualification Statement in accordance with
the procedures and schedules in this RFQ. The Town will review Qualification Statements only from those firms
that submit a Qualification Statement which includes all the information required to be included as described
herein (in the sole judgment of the Town). The Town intends to qualify person(s) and/or firm(s) that (a) possesses
the professional, financial and administrative capabilities to provide the proposed services, and (b) will agree to
work under the compensation terms and conditions determined by the Town to provide the greatest benefit to the
taxpayers of Morristown.
Section 1.2.
Procurement Process and Schedule.
The selection of Qualified Respondents is not subject to the bidding provisions of the Local Public Contracts Law,
N.J.S.A. 40A:11-1 et seq. The Town has structured a procurement process that seeks to obtain the desired results
described above, while establishing a competitive process to assure that each person and/or firm is provided an
equal opportunity to submit a Qualification Statement in response to the RFQ. Qualification Statements will be
evaluated in accordance with the criteria set forth in Section 5 of this RFQ, which will be applied in the same
manner to each Qualification Statement received. Respondents agree to at all times abide by all requirements of
New Jersey law.
Qualification Statements will be reviewed and evaluated by the Town Administration and its legal and/or financial
advisors (collectively, the "Review Team"). The Qualification Statements will be reviewed to determine if the
Respondent has met the minimum professional, administrative and financial areas described in this RFQ. Under
no circumstances will a member of the Review Team review responses to an RFQ for a job which they or their
firm submitted a response. Based upon the totality of the information contained in the Qualification Statement,
including information about the reputation and experience of each Respondent, the Town will (in its sole
judgment) determine which Respondents are qualified from professional, administrative and financial standpoints.
Each Respondent that meets the requirements of the RFQ (in the sole judgment of the Town) will be designated
as a Qualified Respondent and will be given the opportunity to participate in the selection process determined by
the Town.
The RFQ process commences with the issuance of this RFQ. The steps involved in the process and the anticipated
completion dates are set forth in Table 1, Procurement Schedule. The Town reserves the right to, among other
things, amend, modify or alter the Procurement Schedule upon notice to all potential Respondents.
All communications concerning this RFQ or the RFQ process shall be directed to the Town’s Designated Contact
Person, in writing.
Designated Contact Person:
Jillian Barrick, Business Administrator
Town of Morristown
200 South St. CN914
Room 239, Office of Mayor/Administration
Morristown, NJ 07963-0914
4
Qualification Statements must be submitted to, and be received by, the Town, by hand delivery or regular mail,
by 4:00 p.m. prevailing time on December 7, 2023. Qualification Statements will not be accepted by facsimile
transmission or e-mail.
Subsequent to issuance of this RFQ, the Town (through the issuance of addenda to all firms that have received a
copy of the RFQ) may modify, supplement or amend the provisions of this RFQ in order to respond to inquiries
received from prospective Respondents or as otherwise deemed necessary or appropriate by, and in the sole
judgment of, the Town.
TABLE 1
ANTICIPATED PROCUREMENT SCHEDULE
ACTIVITY
DATE
1. Issuance of Request for Qualifications
November 9. 2023
2. Receipt of Qualification Statements
December 7, 2023
3. Completion of Evaluation of Qualification Statements by the Review Team December 14, 2023
4. Town Review of Review Team Recommendations
December 28, 2023
5. Approval of Professional Services Resolutions by Town Council
January 9, 2024
Section 1.3.
Conditions Applicable to RFQ.
Upon submission of a Qualification Statement in response to this RFQ, the Respondent acknowledges and
consents to the following conditions relative to the submission and review and consideration of its Qualification
Statement:
•
This document is an RFQ and does not constitute an RFP.
•
This RFQ does not commit the Town to issue an RFP.
•
All costs incurred by the Respondent in connection with responding to this RFQ shall be borne
solely by the Respondent.
•
The Town reserves the right, in its sole judgment, to reject for any reason, any and all responses
and components thereof and to eliminate any and all Respondents responding to this RFQ from
further consideration for this procurement.
•
The Town reserves the right, in its sole judgment, to reject any Respondent that submits
incomplete responses to this RFQ, or a Qualification Statement that is not responsive to the
requirements of this RFQ.
•
The Town reserves the right, without prior notice, to supplement, amend, or otherwise modify
this RFQ, or otherwise request additional information.
•
All Qualification Statements shall become the property of the Town and will not be returned.
•
All Qualification Statements will be made available to the public at the appropriate time, as
determined by the Town, in the exercise of its sole discretion, in accordance with applicable law.
•
The Town may request Respondents to send representatives to the Town for interviews.
5
•
Any and all Qualification Statements not received by the Town by 4:00 p.m. prevailing time on
December 7, 2023 will be rejected.
•
Neither the Town, its consultants or advisors, nor their respective staffs, including, but not limited
to, the Review Team, shall be liable for any claims or damages resulting from the solicitation or
preparation of the Qualification Statement, nor will there be any reimbursement to Respondents
for the cost of preparing and submitting a Qualification Statement or for participating in this
procurement process.
Section 1.4.
Rights of Town.
The Town reserves, holds and may exercise, at its sole discretion, the following rights and options with regard to
this RFQ and the procurement process in accordance with the provisions of applicable law:
•
To determine that any Qualification Statement received complies or fails to comply with the terms
of this RFQ.
•
To supplement, amend or otherwise modify the RFQ through issuance of addenda to all
prospective Respondents who have received a copy of this RFQ.
•
To waive any technical non-conformance with the terms of this RFQ.
•
To change or alter the schedule for any events called for in this RFQ upon the issuance of notice
to all prospective Respondents who have received a copy of this RFQ.
•
To conduct investigations of any or all of the Respondents, as the Town deems necessary or
convenient, to clarify the information provided as part of the Qualification Statement and to
request additional information to support the information included in any Qualification Statement.
•
To suspend or terminate the procurement process described in this RFQ at any time in the Town’s
sole discretion. If terminated, the Town may determine to commence a new procurement process
or exercise any other rights provided under applicable law without any obligation to the
Respondents.
The Town shall be under no obligation to complete all or any portion of the procurement process described in this
RFQ.
Section 1.5
Addenda or Amendments to RFQ.
During the period provided for the preparation of responses to the RFQ, the Town may issue addenda, amendments
or answers to written inquiries. Those addenda will be noticed by the Town and will constitute a part of the RFQ.
All responses to the RFQ shall be prepared with full consideration of the addenda issued prior to the proposal
submission date.
Section 1.6
Cost of Proposal Preparation.
Each proposal and all information required to be submitted pursuant to the RFQ shall be prepared at the sole cost
and expense of the respondent. There shall be no claims whatsoever against the Town, its staff, its consultants or
such consultants’ staff, for reimbursement for the payment of costs or expenses incurred in the preparation of the
Qualification Statement or other information required by the RFQ.
Section 1.7
Proposal Format.
6
Responses should cover all information requested in the Questions to be answered in this RFQ.
Responses which in the judgment of the Town fail to meet the requirements of the RFQ or which are in any way
conditional, incomplete, obscure, contain additions or deletions from requested information, or contain errors may
be rejected.
SECTION 2
SCOPE OF SERVICES
It is the intent of the Town to solicit Qualification Statements from Respondents that have expertise in the
provision of Psychological Services to the Bureau of Police and Fire Protection. Firms and/or persons responding
to this RFQ shall be able to demonstrate that they will have the continuing capabilities to perform these services.
SECTION 3
SUBMISSION REQUIREMENTS
Section 3.1
General Requirements.
The Qualification Statement submitted by the Respondent must meet or exceed the professional, administrative
and financial qualifications set forth in this Section 3 and shall incorporate the information requested below.
In addition to the information required as described below, a Respondent may submit supplemental information
that it believes may be useful in evaluating its Qualification Statement. Respondents are encouraged to be clear,
factual, and concise in their presentation of information.
Section 3.2
Administrative Information Requirements.
The Respondent shall, as part of its Qualification Statement, provide the following information:
1.
An executive summary (not to exceed two (2) pages) of the information contained in all the other
parts of the Qualification Statement.
2.
An executed Letter of Qualification (See Appendix A to this RFQ).
3.
Name, address and telephone number of the firm or firms submitting the Qualification Statement
pursuant to this RFQ, and the name of the key contact person.
4.
A description of the business organization (i.e., corporation, partnership, joint venture, etc.) of
each firm, its ownership and its organizational structure.
(a)
Provide the names and business addresses of all Principals of the firm or firms submitting
the Qualification Statement. For purposes of this RFQ, "Principals" means persons
possessing an ownership interest in the Respondent. If the Respondent is a corporation,
"Principals" shall include each investor who would have any amount of operational
control over the Respondent and every stockholder having an ownership interest of ten
percent (10%) or more in the firm.
(b)
If a firm is a partially owned or a fully-owned subsidiary of another firm, identify the
parent company and describe the nature and extent of the parents' approval rights over
the activities of the firm submitting a Qualification Statement. Describe the approval
process.
7
(c)
If the Respondent is a partnership or a joint venture or similar organization, provide
comparable information as required in (b) above for each member of the partnership, joint
venture or similar organization.
(d)
A statement that the Respondent has complied with all applicable affirmative action (or
similar) requirements with respect to its business activities, together with evidence of
such compliance
5.
An executed Letter of Intent (See Appendix B).
6.
An executed Payment Conditions and Rate Schedules Form (See Appendix C).
7.
A completed Americans with Disabilities Act of 1990 Acknowledgment Form (See Appendix D).
8.
The number of years the business organization has been in business under its present name.
9.
The number of years the business organization has been under its current management.
10.
Any judgments, claims or suits within the last three (3) years in which Respondent has been
adjudicated liable for professional malpractice. If yes, please explain.
11.
Whether the business organization is now or has been involved in any bankruptcy or re-
organization proceedings in the last ten (10) years. If yes, please explain.
12.
Confirm appropriate federal and state licenses to perform activities. Submit a copy of the Firm’s
Business Registration Certificate.
Section 3.3
Professional Information Requirements.
1.
Respondent shall submit a description of its overall experience in providing the type of
services sought in the RFQ. At a minimum, the following information on past experience should
be included as appropriate to the RFQ:
a.
Description and scope of work by Respondent;
b.
Name, address and contact information of references; and
c.
Explanation of perceived relevance of the experience to the RFQ.
2.
Describe the services that Respondent would perform directly.
3.
Describe those portions of the Respondent’s services, if any, that are sub-contracted out.
Identify all subcontractors the Respondent anticipates using in connection with this project.
4.
Does the Respondent normally employ union or non-union employees?
5.
Resumes of key employees.
6.
A narrative statement of the Respondent’s understanding of the Town’s needs and goals.
7.
List all immediate relatives of Principal(s) of Respondent who are Town employees or
elected officials of the Town. For purposes of the above, “immediate relative” means a spouse,
parent, stepparent, brother, sister, child, stepchild, direct-line aunt or uncle, grandparent,
grandchild, and in-laws by reason of relation.
8
SECTION 4
INSTRUCTIONS TO RESPONDENTS
Section 4.1
Submission of Qualification Statements.
Respondents must submit an original and one (1) copy of their Qualification Statement to the Designated Contact
Person:
Ms. Jillian Barrick
Business Administrator
Town of Morristown
200 South St. CN914
Morristown, NJ 07963-0914
Qualification Statements must be received by the Town no later than 4:00 p.m. prevailing time on December 7,
2023 and must be mailed or hand-delivered. Qualification Statements forwarded by facsimile or e-mail will not
be accepted.
To be responsive, Qualification Statements must provide all requested information, and must be in strict
conformance with the instructions set forth herein. Qualification Statements and all related information must be
bound, and signed and acknowledged by the Respondent.
SECTION 5
EVALUATION
The Town’s objective in soliciting Qualification Statements is to enable it to select a firm or organization that will
provide high quality and cost effective services to the citizens of Morristown. The Town will consider
Qualification Statements only from firms or organizations that, in the Town’s judgment, have demonstrated the
capability and willingness to provide high quality services to the citizens of the Town in the manner described in
this RFQ.
Proposals will be evaluated by the Town on the basis of the most advantageous, all relevant factors considered.
The evaluation will consider:
1.
Experience and reputation in the field;
2.
Knowledge of the Town and the subject matter addressed under the contract;
3.
Availability to accommodate the required meetings of the Town; and
4.
Other factors demonstrated to be in the best interest of the Town.
9
APPENDIX A
LETTER OF QUALIFICATION
(Note: To be typed on Respondent's Letterhead. No modifications may be made to this
letter)
[INSERT DATE]
Attn: Ms. Jillian Barrick
Business Administrator
Town of Morristown
200 South St. CN914
Morristown, NJ 07963-0914
Dear Ms. Barrick:
The undersigned have reviewed our Qualification Statement submitted in response to the Request for
Qualifications (RFQ) issued by the Town of Morristown ("Town"), dated __________________, in connection
with the Town’s need for Psychological Services to the Bureau of Police and Fire Protection.
We affirm that the contents of our Qualification Statement (which Qualification Statement is incorporated herein
by reference) are accurate, factual and complete to the best of our knowledge and belief and that the Qualification
Statement is submitted in good faith upon express understanding that any false statement may result in the
disqualification of (Name of Respondent).
(Respondent shall sign and complete the spaces provided below. If a joint venture, appropriate officers of each
company shall sign.)
(Signature of Chief
Executive Officer)
(Typed Name and Title)
(Type Name of Firm)
Dated: ___________________
10
APPENDIX B
LETTER OF INTENT
(Note: To be typed on Respondent's Letterhead. No modifications may be made to this letter)
Attn: Ms. Jillian Barrick, Business Administrator
Town of Morristown
200 South St. CN914
Morristown, NJ 07963-0914
Dear Ms. Barrick:
The undersigned, as Respondent, has (have) submitted the attached Qualification Statement in response to a Request for
Qualifications (RFQ), issued by the Town of Morristown ("Town"), dated __________________ in connection with the
Town’s need for Psychological Services to the Bureau of Police and Fire Protection.
(Name of Respondent) HEREBY STATES:
1.
The Qualification Statement contains accurate, factual and complete information.
2.
(Name of Respondent) agrees (agrees) to participate in good faith in the procurement process as described
in the RFQ and to adhere to the Town's procurement schedule.
3.
(Name of Respondent) acknowledges (acknowledge) that all costs incurred by it (them) in connection with
the preparation and submission of the Qualification Statement and any proposal prepared and submitted in
response to the RFQ, or any negotiation which results therefrom shall be borne exclusively by the
Respondent.
5.
(Name of Respondent) hereby declares (declare) that the only persons participating in this Qualification
Statement as Principals are named herein and that no person other than those herein mentioned has any
participation in this Qualification Statement or in any contract to be entered into with respect thereto.
Additional persons may subsequently be included as participating Principals, but only if acceptable to the
Town. (Name of Respondent) declares that this Qualification Statement is made without connection with
any other person, firm or parties who has submitted a Qualification Statement, except as expressly set forth
below and that it has been prepared and has been submitted in good faith and without collusion or fraud.
5.
(Name of Respondent) acknowledges and agrees that the Town may modify, amend, suspend and/or
terminate the procurement process (in its sole judgment). In any case, the Town shall not have any liability
to the Respondent for any costs incurred by the Respondent with respect to the procurement activities
described in this RFQ.
6.
(Name of Respondent) acknowledges that any contract executed with respect to the provision of
Psychological services to the Bureau of Police and Fire Protection must comply with all applicable
affirmative action and similar laws. Respondent hereby agrees to take such actions as are required in order
to comply with such applicable laws.
(Respondent shall sign and complete the space provided below. If a joint venture, appropriate officers of each company shall
sign.)
(Signature of Chief Executive Officer)
(Typed Name and Title)
(Type Name of Firm)
Dated: ________________
11
APPENDIX C
PAYMENT CONDITIONS AND RATE SCHEDULES 2020
1.
The rates for Psychological Services to the Bureau of Police and Fire Protection shall be flat fees to be
billed as follows:
a.
New Hires.
$ 425.00
b.
Promotions.
i.
Police & Fire Chief:
$1,250.00
ii.
Police & Fire Captain:
$1,000.00
iii.
Police Lieutenant:
$ 850.00
iv.
Police Sergeant:
$ 550.00
c.
Fit for duty evaluations:
$1,500.00
d.
Re-evaluations:
$ 750.00
2.
The Professional shall be reimbursed at cost for expenses incurred for duplication, reports, and other
reasonable out-of-pocket expenses advanced and/or incurred by the Professional. The Professional shall
be reimbursed for direct charges including disbursements that are actual expenses incurred by the
Professional and or/their associated Firm in connection with such Psychological Services to the Bureau
of Police and Fire Protection services, and shall include, but not be limited to:
a.
Telegrams, faxes and long distance (Out-of-State) telephone calls;
b.
Computer expenses including time and proprietary program charges;
c.
Outside printing, reproduction, binding, collating and other graphic services;
d.
Messenger service, postage and handling of reports and other bulky items.
3.
Monthly invoices shall be submitted detailing all services performed.
Signature: The undersigned hereby acknowledges and accepts the established payment terms.
Name of Respondent/Firm:__________________________________
Print name and title:________________________________________
Signature:________________________________________________
Date:____________________________________________________
ATTEST:
________________________________
Witness
12
APPENDIX D
AMERICANS WITH DISABILITIES ACT OF 1990
ACKNOWLEDGEMENT FORM
This form is an agreement of the successful Vendor’s obligation to comply with the requirements of 42 U.S.C.
§121.01 et seq., referred to as the Americans Disability Act of 1990.
The undersigned Vendor hereby acknowledges receipt of the Americans with Disabilities Act of 1990 found at
Appendix B of this packet.
The undersigned Vendor hereby certifies that he/she is aware of the commitment to comply with the requirements
of 42 U.S.C. §121.01 et seq. and agrees to furnish any required forms as evidence of compliance.
The undersigned Vendor further certifies that he/she understands that his/her proposal shall be rejected as non-
responsive and any contract entered into shall be void and of no effect if said Vendor fails to comply with the
requirements of 42 U.S.C. §121.01 et seq.
COMPANY:___________________________ TITLE:______________________________
PRINT NAME: __________________________SIGNATURE:_______________________________
DATE: ______________________
--- Document: 2024 Legal Services-Public Defender.pdf ---
1
NOTE: The Town of Morristown will consider proposals only from firms or organizations that have
demonstrated the capability and willingness to provide high quality services in the manner described in this
Request for Qualifications.
REQUEST FOR QUALIFICATIONS
FOR THE PROVISION OF LEGAL SERVICES – PUBLIC DEFENDER
ISSUE DATE: November 9. 2023
DUE DATE: December 7, 2023
Issued by:
Town of Morristown
2
GLOSSARY
The following definitions shall apply to and are used in this Request for Qualifications:
"Principals" means persons possessing an ownership interest in the Respondent. If the Respondent is a corporation,
"Principals" shall include each investor who would have any amount of operational control over the Respondent and
every stockholder having an ownership interest of ten percent (10%) or more in the firm.
"Qualification Statement" - refers to the complete responses to this RFQ submitted by the Respondents.
"Qualified Respondent" - refers to those Respondents who (in the sole judgment of the Town) have satisfied the
qualification criteria set forth in this RFQ.
"Respondent" or "Respondents" - refers to the interested firm(s) that submit a Qualification Statement.
“Review Team” – Members of the Town Administration and its legal and/or financial advisors who shall review the
Qualification Statements.
"RFQ" - refers to this Request for Qualifications, including any amendments thereof or supplements thereto.
"Town" - refers to the Town of Morristown.
3
SECTION 1
INTRODUCTION AND GENERAL INFORMATION
Section 1.1.
Introduction and Purpose.
The Town is soliciting Qualification Statements from interested persons and/or firms for the provision of Legal
Services- Public Defender, as more particularly described herein. Through a Request for Qualification process
described herein, persons and/or firms interested in assisting the Town with the provision of such services must prepare
and submit a Qualification Statement in accordance with the procedures and schedules in this RFQ. The Town will
review Qualification Statements only from those firms that submit a Qualification Statement which includes all the
information required to be included as described herein (in the sole judgment of the Town). The Town intends to
qualify person(s) and/or firm(s) that: (a) possesses the professional, financial and administrative capabilities to provide
the proposed services, and (b) will agree to work under the compensation terms and conditions determined by the Town
to provide the greatest benefit to the taxpayers of Morristown.
Section 1.2.
Procurement Process and Schedule.
The selection of Qualified Respondents is not subject to the bidding provisions of the Local Public Contracts Law,
N.J.S.A. 40A:11-1 et seq. The selection is subject to the New Jersey Local Unit Pay-to-Play Law, N.J.S.A. 19:44A-
20.4 et seq. Morristown to Play Ordinance 2-87. The Town has structured a procurement process that seeks to obtain
the desired results described above, while establishing a competitive process to assure that each person and/or firm is
provided with an equal opportunity to submit a Qualification Statement in response to the RFQ. Qualification
Statements will be evaluated in accordance with the criteria set forth in Section 5 of this RFQ, which will be applied
in the same manner to each Qualification Statement received. Respondents agree to at all times abide by all
requirements of New Jersey law.
Qualification Statements will be reviewed and evaluated by the Town Administration and its legal and/or financial
advisors (collectively, the "Review Team"). The Qualification Statements will be reviewed to determine if the
Respondent has met the minimum professional, administrative and financial criteria described in this RFQ. Under no
circumstances will a member of the Review Team review responses to an RFQ for a position which they or their firm
submitted a response. Based upon the totality of the information contained in the Qualification Statement, including
information about the reputation and experience of each Respondent, the Town will (in its sole judgment) determine
which Respondents are qualified from professional, administrative and financial standpoints. Each Respondent that
meets the requirements of the RFQ (in the sole judgment of the Town) will be designated as a Qualified Respondent
and will be given the opportunity to participate in the selection process determined by the Town.
The RFQ process commences with the issuance of this RFQ. The steps involved in the process and the anticipated
completion dates are set forth in Table 1, Procurement Schedule. The Town reserves the right to, among other things,
amend, modify or alter the Procurement Schedule upon notice to all potential Respondents.
All communications concerning this RFQ or the RFQ process shall be directed to the Town’s Designated Contact
Person, in writing.
4
Designated Contact Person:
Jillian Barrick
Business Administrator
Town of Morristown
200 South St. CN914
Room 239, Office of Mayor/Administration
Morristown, NJ 07963-0914
Qualification Statements must be submitted to, and be received by, the Town, by hand delivery or regular mail, by 4:00
p.m. prevailing time on December 7, 2023. Qualification Statements will not be accepted by facsimile transmission
or e-mail.
Subsequent to issuance of this RFQ, the Town (through the issuance of addenda to all firms that have received a copy
of the RFQ) may modify, supplement or amend the provisions of this RFQ in order to respond to inquiries received
from prospective Respondents or as otherwise deemed necessary or appropriate by, and in the sole judgment of, the
Town.
TABLE 1
ANTICIPATED PROCUREMENT SCHEDULE
ACTIVITY
DATE
1. Issuance of Request for Qualifications
November 9. 2023
2. Receipt of Qualification Statements
December 7, 2023
3. Completion of Evaluation of Qualification Statements by the Review Team December 14, 2023
4. Town Review of Review Team Recommendations
December 28, 2023
5. Approval of Professional Services Resolutions by Town Council
January 9, 2024
Section 1.3.
Conditions Applicable to RFQ.
Upon submission of a Qualification Statement in response to this RFQ, the Respondent acknowledges and consents to
the following conditions relative to the submission and review and consideration of its Qualification Statement:
•
This document is an RFQ and does not constitute an RFP.
•
This RFQ does not commit the Town to issue an RFP.
•
All costs incurred by the Respondent in connection with responding to this RFQ shall be borne solely
by the Respondent.
•
The Town reserves the right, in its sole judgment, to reject for any reason, any and all responses and
components thereof and to eliminate any and all Respondents responding to this RFQ from further
consideration for this procurement.
5
•
The Town reserves the right, in its sole judgment, to reject any Respondent that submits incomplete
responses to this RFQ, or a Qualification Statement that is not responsive to the requirements of this
RFQ.
•
The Town reserves the right, without prior notice, to supplement, amend, or otherwise modify this
RFQ, or otherwise request additional information.
•
All Qualification Statements shall become the property of the Town and will not be returned.
•
All Qualification Statements will be made available to the public at the appropriate time, as determined
by the Town, in the exercise of its sole discretion, in accordance with applicable law.
•
The Town may request Respondents to send representatives to the Town for interviews.
•
Any and all Qualification Statements not received by the Town by 4:00 p.m. prevailing time on
December 7, 2023 will be rejected.
•
Neither the Town, its consultants or advisors, nor their respective staffs, including, but not limited to,
the Review Team, shall be liable for any claims or damages resulting from the solicitation or
preparation of the Qualification Statement, nor will there be any reimbursement to Respondents for
the cost of preparing and submitting a Qualification Statement or for participating in this procurement
process.
Section 1.4.
Rights of Town.
The Town reserves, holds and may exercise, at its sole discretion, the following rights and options with regard to this
RFQ and the procurement process in accordance with the provisions of applicable law:
•
To determine that any Qualification Statement received complies or fails to comply with the terms of
this RFQ.
•
To supplement, amend or otherwise modify the RFQ through issuance of addenda to all prospective
Respondents who have received a copy of this RFQ.
•
To waive any technical non-conformance with the terms of this RFQ.
•
To change or alter the schedule for any events called for in this RFQ upon the issuance of notice to all
prospective Respondents who have received a copy of this RFQ.
•
To conduct investigations of any or all of the Respondents, as the Town deems necessary or
convenient, to clarify the information provided as part of the Qualification Statement and to request
additional information to support the information included in any Qualification Statement.
•
To suspend or terminate the procurement process described in this RFQ at any time in the Town’s sole
discretion. If terminated, the Town may determine to commence a new procurement process or
exercise any other rights provided under applicable law without any obligation to the Respondents.
6
The Town shall be under no obligation to complete all or any portion of the procurement process described in this
RFQ.
Section 1.5
Addenda or Amendments to RFQ.
During the period provided for the preparation of responses to the RFQ, the Town may issue addenda, amendments or
answers to written inquiries. Those addenda will be noticed by the Town and will constitute a part of the RFQ. All
responses to the RFQ shall be prepared with full consideration of the addenda issued prior to the proposal submission
date.
Section 1.6
Cost of Proposal Preparation.
Each proposal and all information required to be submitted pursuant to the RFQ shall be prepared at the sole cost and
expense of the respondent. There shall be no claims whatsoever against the Town, its staff, its consultants or such
consultants’ staff, for reimbursement for the payment of costs or expenses incurred in the preparation of the
Qualification Statement or other information required by the RFQ.
Section 1.7
Proposal Format.
Responses should cover all information requested in the questions to be answered in this RFQ.
Responses which in the judgment of the Town fail to meet the requirements of the RFQ or which are in any way
conditional, incomplete, obscure, contain additions or deletions from requested information, or contain errors. may be
rejected.
SECTION 2
SCOPE OF SERVICES
It is the intent of the Town to solicit Qualification Statements from Respondents that have expertise in providing Legal
Services- Public Defender. Firms and/or persons responding to this RFQ shall be able to demonstrate that they will
have the continuing capabilities to perform these services.
SECTION 3
SUBMISSION REQUIREMENTS
Section 3.1
General Requirements.
The Qualification Statement submitted by the Respondent must meet or exceed the professional, administrative and
financial qualifications set forth in this Section 3 and shall incorporate the information requested below.
In addition to the information required as described below, a Respondent may submit supplemental information that it
believes may be useful in evaluating its Qualification Statement. Respondents are encouraged to be clear, factual, and
concise in their presentation of information.
7
Section 3.2
Administrative Information Requirements.
The Respondent shall, as part of its Qualification Statement, provide the following information:
1.
An executive summary (not to exceed two (2) pages) of the information contained in all the other parts
of the Qualification Statement.
2.
An executed Letter of Qualification (See Appendix A to this RFQ).
3.
Name, address and telephone number of the firm or firms submitting the Qualification Statement
pursuant to this RFQ, and the name of the key contact person.
4.
A description of the business organization (i.e., corporation, partnership, joint venture, etc.) of each
firm, its ownership and its organizational structure.
(a)
Provide the names and business addresses of all Principals of the firm or firms submitting the
Qualification Statement. For purposes of this RFQ, "Principals" means persons possessing an
ownership interest in the Respondent. If the Respondent is a corporation, "Principals" shall
include each investor who would have any amount of operational control over the Respondent
and every stockholder having an ownership interest of ten percent (10%) or more in the firm.
(b)
If a firm is a partially owned or a fully-owned subsidiary of another firm, identify the parent
company and describe the nature and extent of the parents' approval rights over the activities
of the firm submitting a Qualification Statement. Describe the approval process.
(c)
If the Respondent is a partnership or a joint venture or similar organization, provide
comparable information as required in (b) above for each member of the partnership, joint
venture or similar organization.
(d)
A statement that the Respondent has complied with all applicable affirmative action (or
similar) requirements with respect to its business activities, together with evidence of such
compliance
5.
An executed Letter of Intent (See Appendix B).
6.
An executed Payment Conditions and Rate Schedules Form (See Appendix C).
7.
An executed Americans with Disabilities Act of 1990 Acknowledgement Form (See Appendix D).
8.
The number of years the business organization has been in business under its present name.
9.
The number of years the business organization has been under its current management.
10.
Any judgments, claims or suits within the last three (3) years in which Respondent has been
adjudicated liable for professional malpractice. If yes, please explain.
11.
Whether the business organization is now or has been involved in any bankruptcy or re-organization
proceedings in the last ten (10) years. If yes, please explain.
8
12.
Confirm appropriate federal and state licenses to perform activities. Submit a copy of the Firm’s
Business Registration Certificate.
Section 3.3
Professional Information Requirements.
1.
Respondent shall submit a description of its overall experience in providing the type of services sought
in the RFQ. At a minimum, the following information on past experience should be included as
appropriate to the RFQ:
a.
Description and scope of work by Respondent;
b.
Name, address and contact information of references; and
c.
Explanation of perceived relevance of the experience to the RFQ.
2.
Describe the services that Respondent would perform directly.
3.
Describe those portions of the Respondent’s services, if any, that are sub-contracted out.
Identify all subcontractors the Respondent anticipates using in connection with this project.
4.
Does the Respondent normally employ union or non-union employees?
5.
Resumes of key employees.
6.
A narrative statement of the Respondent’s understanding of the Town’s needs and goals.
7.
List all immediate relatives of Principal(s) of Respondent who are Town employees or elected
officials of the Town. For purposes of the above, “immediate relative” means a spouse, parent,
stepparent, brother, sister, child, stepchild, direct-line aunt or uncle, grandparent, grandchild, and in-
laws by reason of relation.
SECTION 4
INSTRUCTIONS TO RESPONDENTS
Section 4.1
Submission of Qualification Statements.
Respondents must submit an original and one (1) copy of their Qualification Statement to the Designated Contact
Person:
Ms. Jillian Barrick
Business Administrator
Town of Morristown
200 South St. CN914
Room 239, Office of Mayor/Administration
Morristown, NJ 07963-0914
9
Qualification Statements must be received by the Town no later than 4:00 p.m. (prevailing time) on December 7, 2023,
and must be mailed or hand-delivered. Qualification Statements forwarded by facsimile or e-mail will not be accepted.
To be responsive, Qualification Statements must provide all requested information, and must be in strict conformance
with the instructions set forth herein. Qualification Statements and all related information must be bound and signed
and acknowledged by the Respondent.
SECTION 5
EVALUATION
The Town’s objective in soliciting Qualification Statements is to enable it to select a firm or organization that will
provide high quality and cost effective services to the citizens of Morristown. The Town will consider Qualification
Statements only from firms or organizations that, in the Town’s judgment, have demonstrated the capability and
willingness to provide high quality services to the citizens of the Town in the manner described in this RFQ.
Proposals will be evaluated by the Town on the basis of the most advantageous, all relevant factors considered. The
evaluation will consider:
1.
Experience and reputation in the field;
2.
Knowledge of the Town and the subject matter addressed under the contract;
3.
Availability to accommodate the required meetings of the Town; and
4.
Other factors demonstrated to be in the best interest of the Town.
10
APPENDIX A
LETTER OF QUALIFICATION
(Note: To be typed on Respondent's Letterhead. No modifications may be made to this
letter)
[INSERT DATE]
Attn: Ms. Jillian Barrick
Business Administrator
Town of Morristown
200 South St. CN914
Morristown, NJ 07963-0914
Dear Ms. Barrick:
The undersigned has reviewed its Qualification Statement submitted in response to the Request for Qualifications
(RFQ) issued by the Town of Morristown ("Town"), dated __________________, in connection with the Town’s
need for Legal Services–Public Defender.
We affirm that the contents of our Qualification Statement (which Qualification Statement is incorporated herein
by reference), are accurate, factual and complete to the best of our knowledge and belief and that the Qualification
Statement is submitted in good faith upon the express understanding that any false statement may result in the
disqualification of (Name of Respondent).
(Respondent shall sign and complete the spaces provided below. If a joint venture, appropriate officers of each
company shall sign.)
(Signature of Chief
Executive Officer)
(Typed Name and Title)
(Type Name of Firm)
Dated: ___________________
11
APPENDIX B
LETTER OF INTENT
(Note: To be typed on Respondent's Letterhead. No modifications may be made to this letter)
[INSERT DATE]
Attn: Ms. Jillian Barrick
Business Administrator
Town of Morristown
200 South St. CN914
Morristown, NJ 07963-0914
Dear Ms. Barrick:
The undersigned, as Respondent, has (have) submitted the attached Qualification Statement in response to a Request for
Qualifications (RFQ), issued by the Town of Morristown ("Town"), dated __________________in connection with the
Town’s need for Legal Services–Public Defender.
(Name of Respondent) HEREBY STATES:
1.
The Qualification Statement contains accurate, factual and complete information.
2.
(Name of Respondent) agrees (agrees) to participate in good faith in the procurement process as described
in the RFQ and to adhere to the Town's procurement schedule.
3.
(Name of Respondent) acknowledges (acknowledge) that all costs incurred by it (them) in connection with
the preparation and submission of the Qualification Statement and any proposal prepared and submitted in
response to the RFQ, or any negotiation which results therefrom shall be borne exclusively by the
Respondent.
5.
(Name of Respondent) hereby declares (declare) that the only persons participating in this Qualification
Statement as Principals are named herein and that no person other than those herein mentioned has any
participation in this Qualification Statement or in any contract to be entered into with respect thereto.
Additional persons may subsequently be included as participating Principals, but only if acceptable to the
Town. (Name of Respondent) declares that this Qualification Statement is made without connection with
any other person, firm or parties who has submitted a Qualification Statement, except as expressly set forth
below and that it has been prepared and has been submitted in good faith and without collusion or fraud.
5.
(Name of Respondent) acknowledges and agrees that the Town may modify, amend, suspend and/or
terminate the procurement process (in its sole judgment). In any case, the Town shall not have any liability
to the Respondent for any costs incurred by the Respondent with respect to the procurement activities
described in this RFQ.
6.
(Name of Respondent) acknowledges that any contract executed with respect to the provision of Legal
Services–Public Defender must comply with all applicable affirmative action and similar laws.
Respondent hereby agrees to take such actions as are required in order to comply with such applicable laws.
(Respondent shall sign and complete the space provided below. If a joint venture, appropriate officers of each company shall
sign.)
(Signature of Chief Executive Officer)
(Typed Name and Title)
12
(Type Name of Firm)
Dated: ________________
APPENDIX C
PAYMENT CONDITIONS AND RATE SCHEDULES
1.
The compensation for Legal Services -Public Defender shall be Three Hundred Dollars ($300.00) per
Municipal Court Session.
2.
Counsel shall be reimbursed at cost for expenses incurred for duplication, filing fees, court reporters and
other reasonable out-of-pocket expenses advanced and/or incurred by counsel. Counsel shall be
reimbursed for direct charges including disbursements that are actual expenses incurred by the
Professional and or/their associated Firm in connection with such Legal Services -Public Defender, and
shall include, but not be limited to:
a.
Telegrams, faxes and long distance (Out-of-State) telephone calls;
b.
Payment of filing fees, application fees, review fees and similar charges;
c.
Computer expenses including time and proprietary program charges;
d.
Outside printing, reproduction, binding, collating and other graphic services;
e.
Messenger service, postage and handling of drawing and specifications, reports,
contracts and other bulky items.
3.
Monthly invoices shall be submitted detailing all services performed.
Signature: The undersigned hereby acknowledges and accepts the established payment terms.
Name of Respondent/Firm:__________________________________
Print name and title:________________________________________
Signature:________________________________________________
Date:____________________________________________________
ATTEST:
________________________________
Witness
13
APPENDIX D
AMERICANS WITH DISABILITIES ACT OF 1990
ACKNOWLEDGEMENT FORM
This form is an agreement of the successful Vendor’s obligation to comply with the requirements of 42 U.S.C.
§121.01 et seq., referred to as the Americans Disability Act of 1990.
The undersigned Vendor hereby acknowledges receipt of the Americans with Disabilities Act of 1990 found at
Appendix B of this packet.
The undersigned Vendor hereby certifies that he/she is aware of the commitment to comply with the requirements
of 42 U.S.C. §121.01 et seq. and agrees to furnish any required forms as evidence of compliance.
The undersigned Vendor further certifies that he/she understands that his/her proposal shall be rejected as non-
responsive and any contract entered into shall be void and of no effect if said Vendor fails to comply with the
requirements of 42 U.S.C. §121.01 et seq.
COMPANY:___________________________ TITLE:______________________________
PRINT NAME: __________________________SIGNATURE:_______________________________
DATE: ______________________
--- Document: 2024 Legal Services-Redevelopment Attorney.pdf ---
NOTE: The Town of Morristown will consider proposals only from firms or organizations that have
demonstrated the capability and willingness to provide high quality services in the manner described
in this Request for Qualifications.
REQUEST FOR QUALIFICATIONS FOR THE PROVISION OF LEGAL SERVICES-
REDEVELOPMENT ATTORNEY
ISSUE DATE: November 9. 2023
DUE DATE: December 7, 2023
Issued by:
Town of Morristown
2
GLOSSARY
The following definitions shall apply to and are used in this Request for Qualifications:
"Town" - refers to the Town of Morristown.
"Principals" means persons possessing an ownership interest in the Respondent. If the Respondent is a corporation,
"Principals" shall include each investor who would have any amount of operational control over the Respondent and
every stockholder having an ownership interest of ten percent (10%) or more in the firm.
"Qualification Statement" - refers to the complete responses to this RFQ submitted by the Respondents.
"Qualified Respondent" - refers to those Respondents who (in the sole judgment of the Town) have satisfied the
qualification criteria set forth in this RFQ.
"Respondent" or "Respondents" - refers to the interested firm(s) that submit a Qualification Statement.
“Review Team” – Members of the Town Administration and its legal and/or financial advisors who shall review the
Qualification Statements.
"RFQ" - refers to this Request for Qualifications, including any amendments thereof or supplements thereto.
3
SECTION 1
INTRODUCTION AND GENERAL INFORMATION
Section 1.1.
Introduction and Purpose.
The Town is soliciting Qualification Statements from interested persons and/or firms for the provision of Legal
Services-Redevelopment Attorney, as more particularly described herein. Through a Request for Qualification
process described herein, persons and/or firms interested in assisting the Town with the provision of such services must
prepare and submit a Qualification Statement in accordance with the procedures and schedules in this RFQ. The Town
will review Qualification Statements only from those firms that submit a Qualification Statement which includes all
the information required to be included as described herein (in the sole judgment of the Town). The Town intends to
qualify person(s) and/or firm(s) that: (a) possesses the professional, financial and administrative capabilities to provide
the proposed services, and (b) will agree to work under the compensation terms and conditions determined by the Town
to provide the greatest benefit to the taxpayers of Morristown.
Section 1.2.
Procurement Process and Schedule.
The selection of Qualified Respondents is not subject to the bidding provisions of the Local Public Contracts Law,
N.J.S.A. 40A:11-1 et seq. The Town has structured a procurement process that seeks to obtain the desired results
described above, while establishing a competitive process to assure that each person and/or firm is provided with an
equal opportunity to submit a Qualification Statement in response to the RFQ. Qualification Statements will be
evaluated in accordance with the criteria set forth in Section 5 of this RFQ, which will be applied in the same manner
to each Qualification Statement received. Respondents agree to at all times abide by all requirements of New Jersey
law.
Qualification Statements will be reviewed and evaluated by the Town Administration and its legal and/or financial
advisors (collectively, the "Review Team"). The Qualification Statements will be reviewed to determine if the
Respondent has met the minimum professional, administrative and financial criteria described in this RFQ. Under no
circumstances will a member of the Review Team review responses to an RFQ for a position which they or their firm
submitted a response. Based upon the totality of the information contained in the Qualification Statement, including
information about the reputation and experience of each Respondent, the Town will (in its sole judgment) determine
which Respondents are qualified from professional, administrative and financial standpoints. Each Respondent that
meets the requirements of the RFQ (in the sole judgment of the Town) will be designated as a Qualified Respondent
and will be given the opportunity to participate in the selection process determined by the Town.
The RFQ process commences with the issuance of this RFQ. The steps involved in the process and the anticipated
completion dates are set forth in Table 1, Procurement Schedule. The Town reserves the right to, among other things,
amend, modify or alter the Procurement Schedule upon notice to all potential Respondents.
All communications concerning this RFQ or the RFQ process shall be directed to the Town’s Designated Contact
Person, in writing.
4
Designated Contact Person:
Jillian Barrick
Business Administrator
Town of Morristown
200 South St. CN914
Room 239, Office of Mayor/Administration
Morristown, NJ 07963-0914
Qualification Statements must be submitted to, and be received by, the Town, by hand delivery or regular mail, by 4:00
p.m. prevailing time on December 7, 2023. Qualification Statements will not be accepted by facsimile transmission
or e-mail.
Subsequent to issuance of this RFQ, the Town (through the issuance of addenda to all firms that have received a copy
of the RFQ) may modify, supplement or amend the provisions of this RFQ in order to respond to inquiries received
from prospective Respondents or as otherwise deemed necessary or appropriate by, and in the sole judgment of, the
Town.
TABLE 1
ANTICIPATED PROCUREMENT SCHEDULE
ACTIVITY
DATE
1. Issuance of Request for Qualifications
November 9. 2023
2. Receipt of Qualification Statements
December 7, 2023
3. Completion of Evaluation of Qualification Statements by the Review Team December 14, 2023
4. Town Review of Review Team Recommendations
December 28, 2023
5. Approval of Professional Services Resolutions by Town Council
January 9, 2024
Section 1.3.
Conditions Applicable to RFQ.
Upon submission of a Qualification Statement in response to this RFQ, the Respondent acknowledges and consents to
the following conditions relative to the submission and review and consideration of its Qualification Statement:
•
This document is an RFQ and does not constitute an RFP.
•
This RFQ does not commit the Town to issue an RFP.
•
All costs incurred by the Respondent in connection with responding to this RFQ shall be borne solely
by the Respondent.
•
The Town reserves the right, in its sole judgment, to reject for any reason, any and all responses and
components thereof and to eliminate any and all Respondents responding to this RFQ from further
consideration for this procurement.
•
The Town reserves the right, in its sole judgment, to reject any Respondent that submits incomplete
responses to this RFQ, or a Qualification Statement that is not responsive to the requirements of this
RFQ.
5
•
The Town reserves the right, without prior notice, to supplement, amend, or otherwise modify this
RFQ, or otherwise request additional information.
•
All Qualification Statements shall become the property of the Town and will not be returned.
•
All Qualification Statements will be made available to the public at the appropriate time, as determined
by the Town, in the exercise of its sole discretion, in accordance with applicable law.
•
The Town may request Respondents to send representatives to the Town for interviews.
•
Any and all Qualification Statements not received by the Town by 4:00 p.m. prevailing time on
December 7, 2023 will be rejected.
•
Neither the Town, its consultants or advisors, nor their respective staffs, including, but not limited to,
the Review Team, shall be liable for any claims or damages resulting from the solicitation or
preparation of the Qualification Statement, nor will there be any reimbursement to Respondents for
the cost of preparing and submitting a Qualification Statement or for participating in this procurement
process.
Section 1.4.
Rights of Town.
The Town reserves, holds and may exercise, at its sole discretion, the following rights and options with regard to this
RFQ and the procurement process in accordance with the provisions of applicable law:
•
To determine that any Qualification Statement received complies or fails to comply with the terms of
this RFQ.
•
To supplement, amend or otherwise modify the RFQ through issuance of addenda to all prospective
Respondents who have received a copy of this RFQ.
•
To waive any technical non-conformance with the terms of this RFQ.
•
To change or alter the schedule for any events called for in this RFQ upon the issuance of notice to all
prospective Respondents who have received a copy of this RFQ.
•
To conduct investigations of any or all of the Respondents, as the Town deems necessary or
convenient, to clarify the information provided as part of the Qualification Statement and to request
additional information to support the information included in any Qualification Statement.
•
To suspend or terminate the procurement process described in this RFQ at any time in the Town’s sole
discretion. If terminated, the Town may determine to commence a new procurement process or
exercise any other rights provided under applicable law without any obligation to the Respondents.
The Town shall be under no obligation to complete all or any portion of the procurement process described in this
RFQ.
6
Section 1.5
Addenda or Amendments to RFQ.
During the period provided for the preparation of responses to the RFQ, the Town may issue addenda, amendments or
answers to written inquiries. Those addenda will be noticed by the Town and will constitute a part of the RFQ. All
responses to the RFQ shall be prepared with full consideration of the addenda issued prior to the proposal submission
date.
Section 1.6
Cost of Proposal Preparation.
Each proposal and all information required to be submitted pursuant to the RFQ shall be prepared at the sole cost and
expense of the respondent. There shall be no claims whatsoever against the Town, its staff, its consultants or such
consultants’ staff, for reimbursement for the payment of costs or expenses incurred in the preparation of the
Qualification Statement or other information required by the RFQ.
Section 1.7
Proposal Format.
Responses should cover all information requested in the questions to be answered in this RFQ.
Responses which in the judgment of the Town fail to meet the requirements of the RFQ or which are in any way
conditional, incomplete, obscure, contain additions or deletions from requested information, or contain errors. may be
rejected.
SECTION 2
SCOPE OF SERVICES
It is the intent of the Town to solicit Qualification Statements from Respondents that have expertise in the provision of
Legal Services-Redevelopment Attorney. Firms and/or persons responding to this RFQ shall be able to demonstrate
that they will have the continuing capabilities to perform these services.
SECTION 3
SUBMISSION REQUIREMENTS
Section 3.1
General Requirements.
The Qualification Statement submitted by the Respondent must meet or exceed the professional, administrative and
financial qualifications set forth in this Section 3 and shall incorporate the information requested below.
In addition to the information required as described below, a Respondent may submit supplemental information that it
believes may be useful in evaluating its Qualification Statement. Respondents are encouraged to be clear, factual, and
concise in their presentation of information.
Section 3.2
Administrative Information Requirements.
The Respondent shall, as part of its Qualification Statement, provide the following information:
7
1.
An executive summary (not to exceed two (2) pages) of the information contained in all the other parts
of the Qualification Statement.
2.
An executed Letter of Qualification (See Appendix A to this RFQ).
3.
Name, address and telephone number of the firm or firms submitting the Qualification Statement
pursuant to this RFQ, and the name of the key contact person.
4.
A description of the business organization (i.e., corporation, partnership, joint venture, etc.) of each
firm, its ownership and its organizational structure.
(a)
Provide the names and business addresses of all Principals of the firm or firms submitting the
Qualification Statement. For purposes of this RFQ, "Principals" means persons possessing an
ownership interest in the Respondent. If the Respondent is a corporation, "Principals" shall
include each investor who would have any amount of operational control over the Respondent
and every stockholder having an ownership interest of ten percent (10%) or more in the firm.
(b)
If a firm is a partially owned or a fully-owned subsidiary of another firm, identify the parent
company and describe the nature and extent of the parents' approval rights over the activities
of the firm submitting a Qualification Statement. Describe the approval process.
(c)
If the Respondent is a partnership or a joint venture or similar organization, provide
comparable information as required in (b) above for each member of the partnership, joint
venture or similar organization.
(d)
A statement that the Respondent has complied with all applicable affirmative action (or
similar) requirements with respect to its business activities, together with evidence of such
compliance
5.
An executed Letter of Intent (See Appendix B).
6.
An executed Payment Conditions and Rate Schedules Form (See Appendix C).
7.
An executed Americans with Disabilities Act of 1990 Acknowledgement Form (See Appendix D).
9.
The number of years the business organization has been in business under its present name.
10.
The number of years the business organization has been under its current management.
11.
Any judgments, claims or suits within the last three (3) years in which Respondent has been
adjudicated liable for professional malpractice. If yes, please explain.
12.
Whether the business organization is now or has been involved in any bankruptcy or re-organization
proceedings in the last ten (10) years. If yes, please explain.
13.
Confirm appropriate federal and state licenses to perform activities. Submit a copy of the Firm’s
Business Registration Certificate.
8
Section 3.3
Professional Information Requirements.
1.
Respondent shall submit a description of its overall experience in providing the type of
services sought in the RFQ. At a minimum, the following information on past experience should be
included as appropriate to the RFQ:
a.
Description and scope of work by Respondent;
b.
Name, address and contact information of references; and
c.
Explanation of perceived relevance of the experience to the RFQ.
2.
Describe the services that Respondent would perform directly.
3.
Describe those portions of the Respondent’s services, if any, that are sub-contracted out.
Identify all subcontractors the Respondent anticipates using in connection with this project.
4.
Does the Respondent normally employ union or non-union employees?
5.
Resumes of key employees.
6.
A narrative statement of the Respondent’s understanding of the Town’s needs and goals.
7.
List all immediate relatives of Principal(s) of Respondent who are Town employees or elected
officials of the Town. For purposes of the above, “immediate relative” means a spouse, parent,
stepparent, brother, sister, child, stepchild, direct-line aunt or uncle, grandparent, grandchild, and in-
laws by reason of relation.
SECTION 4
INSTRUCTIONS TO RESPONDENTS
Section 4.1
Submission of Qualification Statements.
Respondents must submit an original and one (1) copy of their Qualification Statement to the Designated Contact
Person:
Ms. Jillian Barrick
Business Administrator
Town of Morristown
200 South St. CN914
Room 239, Office of Mayor/Administration
Morristown, NJ 07963-0914
Qualification Statements must be received by the Town no later than 4:00 p.m. (prevailing time) on December 7, 2023
and must be mailed or hand-delivered. Qualification Statements forwarded by facsimile or e-mail will not be accepted.
9
To be responsive, Qualification Statements must provide all requested information, and must be in strict conformance
with the instructions set forth herein. Qualification Statements and all related information must be bound, and signed
and acknowledged by the Respondent.
SECTION 5
EVALUATION
The Town’s objective in soliciting Qualification Statements is to enable it to select a firm or organization that will
provide high quality and cost effective services to the citizens of Morristown. The Town will consider Qualification
Statements only from firms or organizations that, in the Town’s judgment, have demonstrated the capability and
willingness to provide high quality services to the citizens of the Town in the manner described in this RFQ.
Proposals will be evaluated by the Town on the basis of the most advantageous, all relevant factors considered. The
evaluation will consider:
1.
Experience and reputation in the field;
2.
Knowledge of the Town and the subject matter addressed under the contract;
3.
Availability to accommodate the required meetings of the Town; and
4.
Other factors demonstrated to be in the best interest of the Town.
10
APPENDIX A
LETTER OF QUALIFICATION
(Note: To be typed on Respondent's Letterhead. No modifications may be made to this letter)
[INSERT DATE]
Attn: Ms. Jillian Barrick
Business Administrator
Town of Morristown
200 South St. CN914
Morristown, NJ 07963-0914
Dear Ms. Barrick:
The undersigned has reviewed its Qualification Statement submitted in response to the Request for Qualifications
(RFQ) issued by the Town of Morristown ("Town"), dated __________________, in connection with the Town’s need
for Legal Services-Redevelopment Attorney.
We affirm that the contents of our Qualification Statement (which Qualification Statement is incorporated herein by
reference), are accurate, factual and complete to the best of our knowledge and belief and that the Qualification
Statement is submitted in good faith upon the express understanding that any false statement may result in the
disqualification of (Name of Respondent).
(Respondent shall sign and complete the spaces provided below. If a joint venture, appropriate officers of each
company shall sign.)
(Signature of Chief
Executive Officer)
(Typed Name and Title)
(Type Name of Firm)
Dated: ___________________
11
APPENDIX B
LETTER OF INTENT
(Note: To be typed on Respondent's Letterhead. No modifications may be made to this letter)
[INSERT DATE]
Attn: Ms. Jillian Barrick
Business Administrator
Town of Morristown
200 South St. CN914
Morristown, NJ 07963-0914
Dear Ms. Barrick:
The undersigned, as Respondent, has (have) submitted the attached Qualification Statement in response to a Request for
Qualifications (RFQ), issued by the Town of Morristown ("Town"), dated __________________in connection with the
Town’s need for Legal Services-Redevelopment Attorney.
(Name of Respondent) HEREBY STATES:
1.
The Qualification Statement contains accurate, factual and complete information.
2.
(Name of Respondent) agrees (agrees) to participate in good faith in the procurement process as described
in the RFQ and to adhere to the Town's procurement schedule.
3.
(Name of Respondent) acknowledges (acknowledge) that all costs incurred by it (them) in connection with
the preparation and submission of the Qualification Statement and any proposal prepared and submitted in
response to the RFQ, or any negotiation which results therefrom shall be borne exclusively by the
Respondent.
5.
(Name of Respondent) hereby declares (declare) that the only persons participating in this Qualification
Statement as Principals are named herein and that no person other than those herein mentioned has any
participation in this Qualification Statement or in any contract to be entered into with respect thereto.
Additional persons may subsequently be included as participating Principals, but only if acceptable to the
Town. (Name of Respondent) declares that this Qualification Statement is made without connection with
any other person, firm or parties who has submitted a Qualification Statement, except as expressly set forth
below and that it has been prepared and has been submitted in good faith and without collusion or fraud.
5.
(Name of Respondent) acknowledges and agrees that the Town may modify, amend, suspend and/or
terminate the procurement process (in its sole judgment). In any case, the Town shall not have any liability
to the Respondent for any costs incurred by the Respondent with respect to the procurement activities
described in this RFQ.
6.
(Name of Respondent) acknowledges that any contract executed with respect to the provision of Legal
Services-Redevelopment Attorney must comply with all applicable affirmative action and similar laws.
Respondent hereby agrees to take such actions as are required in order to comply with such applicable laws.
(Respondent shall sign and complete the space provided below. If a joint venture, appropriate officers of each company shall
sign.)
(Signature of Chief Executive Officer)
(Typed Name and Title)
(Type Name of Firm)
Dated: ________________
12
APPENDIX C
PAYMENT CONDITIONS AND RATE SCHEDULES
1. The Town of Morristown wishes to approve the qualifications of a law firm or firms to provide
Legal Services-Redevelopment Attorney to the Town for 2018. Upon appointment to the position
of Redevelopment Attorney, no work or compensation is guaranteed, however. This will be done
by a Resolution of the Town. By submitting a response to this RFQ, the Respondent acknowledges
that it will not propose or charge hourly rates that exceed One Hundred and Fifty Dollars ($150.00)
for attorneys and One Hundred Dollars ($100.00) an hour for paralegals and clerks..
2. Counsel shall be reimbursed at cost for expenses incurred for duplication, filing fees, court reporters
and other reasonable and approved out-of-pocket expenses advanced and/or incurred by counsel.
Counsel shall be reimbursed for direct charges including disbursements that are actual expenses
incurred by the Professional and or/their associated Firm in connection with such legal services and
approved by the Board, and shall include, but not be limited to:
a.
Telegrams, faxes and long distance (Out-of-State) telephone calls;
b.
Payment of filing, application fees, review fees and similar charges;
c.
Computer expenses including time and proprietary program charges;
d.
Outside printing, reproduction, binding, collating and other graphic services;
e.
Messenger service, postage and handling of drawing and specifications, reports, contracts
and other bulky items.
3. Monthly invoices shall be submitted detailing all services performed.
Signature: The undersigned hereby acknowledges and accepts the established payment terms.
Name of Respondent/Firm:__________________________________
Print name and title:________________________________________
Signature:________________________________________________
Date:____________________________________________________
ATTEST:
________________________________
Witness
13
APPENDIX D
AMERICANS WITH DISABILITIES ACT OF 1990
ACKNOWLEDGEMENT FORM
This form is an agreement of the successful Vendor’s obligation to comply with the requirements of 42 U.S.C.
§121.01 et seq., referred to as the Americans Disability Act of 1990.
The undersigned Vendor hereby acknowledges receipt of the Americans with Disabilities Act of 1990 found at
Appendix B of this packet.
The undersigned Vendor hereby certifies that he/she is aware of the commitment to comply with the requirements
of 42 U.S.C. §121.01 et seq. and agrees to furnish any required forms as evidence of compliance.
The undersigned Vendor further certifies that he/she understands that his/her proposal shall be rejected as non-
responsive and any contract entered into shall be void and of no effect if said Vendor fails to comply with the
requirements of 42 U.S.C. §121.01 et seq.
COMPANY:___________________________ TITLE:______________________________
PRINT NAME: __________________________SIGNATURE:_______________________________
DATE: ______________________
--- Document: 2024 Legal Services-Tax Appeal Attorney.pdf ---
1
NOTE: The Town of Morristown will consider proposals only from firms or organizations that have
demonstrated the capability and willingness to provide high quality services in the manner described in this
Request for Qualifications.
REQUEST FOR QUALIFICATIONS
FOR THE PROVISION OF LEGAL SERVICES – TAX APPEAL COUNSEL
ISSUE DATE: November 9. 2023
DUE DATE: December 7, 2023
Issued by:
Town of Morristown
2
GLOSSARY
The following definitions shall apply to and are used in this Request for Qualifications:
"Principals" means persons possessing an ownership interest in the Respondent. If the Respondent is a corporation,
"Principals" shall include each investor who would have any amount of operational control over the Respondent and
every stockholder having an ownership interest of ten percent (10%) or more in the firm.
"Qualification Statement" - refers to the complete responses to this RFQ submitted by the Respondents.
"Qualified Respondent" - refers to those Respondents who (in the sole judgment of the Town) have satisfied the
qualification criteria set forth in this RFQ.
"Respondent" or "Respondents" - refers to the interested firm(s) that submit a Qualification Statement.
“Review Team” – Members of the Town Administration and its legal and/or financial advisors who shall review the
Qualification Statements.
"RFQ" - refers to this Request for Qualifications, including any amendments thereof or supplements thereto.
"Town" - refers to the Town of Morristown.
3
SECTION 1
INTRODUCTION AND GENERAL INFORMATION
Section 1.1.
Introduction and Purpose.
The Town is soliciting Qualification Statements from interested persons and/or firms for the provision of Legal
Services -Tax Appeal Counsel, as more particularly described herein. Through a Request for Qualification process
described herein, persons and/or firms interested in assisting the Town with the provision of such services must
prepare and submit a Qualification Statement in accordance with the procedures and schedules in this RFQ. The
Town will review Qualification Statements only from those firms that submit a Qualification Statement which includes
all the information required to be included as described herein (in the sole judgment of the Town). The Town intends
to qualify person(s) and/or firm(s) that (a) possesses the professional, financial and administrative capabilities to
provide the proposed services, and (b) will agree to work under the compensation terms and conditions determined
by the Town to provide the greatest benefit to the taxpayers of Morristown.
Section 1.2.
Procurement Process and Schedule.
The selection of Qualified Respondents is not subject to the bidding provisions of the Local Public Contracts Law,
N.J.S.A. 40A:11-1 et seq. The Town has structured a procurement process that seeks to obtain the desired results
described above, while establishing a competitive process to assure that each person and/or firm is provided with an
equal opportunity to submit a Qualification Statement in response to the RFQ. Qualification Statements will be
evaluated in accordance with the criteria set forth in Section 5 of this RFQ, which will be applied in the same manner
to each Qualification Statement received. Respondents agree to at all times abide by all requirements of New Jersey
law.
Qualification Statements will be reviewed and evaluated by the Town Administration and its legal and/or financial
advisors (collectively, the "Review Team"). The Qualification Statements will be reviewed to determine if the
Respondent has met the minimum professional, administrative and financial criteria described in this RFQ. Under no
circumstances will a member of the Review Team review responses to an RFQ for a position which they or their firm
submitted a response. Based upon the totality of the information contained in the Qualification Statement, including
information about the reputation and experience of each Respondent, the Town will (in its sole judgment) determine
which Respondents are qualified from professional, administrative and financial standpoints. Each Respondent that
meets the requirements of the RFQ (in the sole judgment of the Town) will be designated as a Qualified Respondent
and will be given the opportunity to participate in the selection process determined by the Town.
The RFQ process commences with the issuance of this RFQ. The steps involved in the process and the anticipated
completion dates are set forth in Table 1, Procurement Schedule. The Town reserves the right to, among other things,
amend, modify or alter the Procurement Schedule upon notice to all potential Respondents.
All communications concerning this RFQ or the RFQ process shall be directed to the Town’s Designated Contact
Person, in writing.
Designated Contact Person:
Jillian Barrick
Business Administrator
Town of Morristown
200 South St. CN914
Room 239, Office of Mayor/Administration
Morristown, NJ 07963-0914
4
Qualification Statements must be submitted to, and be received by, the Town, by hand delivery or regular mail, by
4:00 p.m. prevailing time on December 7, 2023. Qualification Statements will not be accepted by facsimile
transmission or e-mail.
Subsequent to issuance of this RFQ, the Town (through the issuance of addenda to all firms that have received a copy
of the RFQ) may modify, supplement or amend the provisions of this RFQ in order to respond to inquiries received
from prospective Respondents or as otherwise deemed necessary or appropriate by, and in the sole judgment of, the
Town.
TABLE 1
ANTICIPATED PROCUREMENT SCHEDULE
ACTIVITY
DATE
1. Issuance of Request for Qualifications
November 9. 2023
2. Receipt of Qualification Statements
December 7, 2023
3. Completion of Evaluation of Qualification Statements by the Review Team
December 14, 2023
4. Town Review of Review Team Recommendations
December 28, 2023
5. Approval of Professional Services Resolutions by Town Council
January 9, 2024
Section 1.3.
Conditions Applicable to RFQ.
Upon submission of a Qualification Statement in response to this RFQ, the Respondent acknowledges and consents
to the following conditions relative to the submission and review and consideration of its Qualification Statement:
•
This document is an RFQ and does not constitute an RFP.
•
This RFQ does not commit the Town to issue an RFP.
•
All costs incurred by the Respondent in connection with responding to this RFQ shall be borne
solely by the Respondent.
•
The Town reserves the right, in its sole judgment, to reject for any reason, any and all responses and
components thereof and to eliminate any and all Respondents responding to this RFQ from further
consideration for this procurement.
•
The Town reserves the right, in its sole judgment, to reject any Respondent that submits incomplete
responses to this RFQ, or a Qualification Statement that is not responsive to the requirements of this
RFQ.
•
The Town reserves the right, without prior notice, to supplement, amend, or otherwise modify this
RFQ, or otherwise request additional information.
•
All Qualification Statements shall become the property of the Town and will not be returned.
•
All Qualification Statements will be made available to the public at the appropriate time, as
determined by the Town, in the exercise of its sole discretion, in accordance with applicable law.
•
The Town may request Respondents to send representatives to the Town for interviews.
•
Any and all Qualification Statements not received by the Town by 4:00 p.m. prevailing time on
December 7, 2023 will be rejected.
5
•
Neither the Town, its consultants or advisors, nor their respective staffs, including, but not limited
to, the Review Team, shall be liable for any claims or damages resulting from the solicitation or
preparation of the Qualification Statement, nor will there be any reimbursement to Respondents for
the cost of preparing and submitting a Qualification Statement or for participating in this
procurement process.
Section 1.4.
Rights of Town.
The Town reserves, holds and may exercise, at its sole discretion, the following rights and options with regard to this
RFQ and the procurement process in accordance with the provisions of applicable law:
•
To determine that any Qualification Statement received complies or fails to comply with the terms
of this RFQ.
•
To supplement, amend or otherwise modify the RFQ through issuance of addenda to all prospective
Respondents who have received a copy of this RFQ.
•
To waive any technical non-conformance with the terms of this RFQ.
•
To change or alter the schedule for any events called for in this RFQ upon the issuance of notice to
all prospective Respondents who have received a copy of this RFQ.
•
To conduct investigations of any or all of the Respondents, as the Town deems necessary or
convenient, to clarify the information provided as part of the Qualification Statement and to request
additional information to support the information included in any Qualification Statement.
•
To suspend or terminate the procurement process described in this RFQ at any time in the Town’s
sole discretion. If terminated, the Town may determine to commence a new procurement process
or exercise any other rights provided under applicable law without any obligation to the Respondents.
The Town shall be under no obligation to complete all or any portion of the procurement process described in this
RFQ.
Section 1.5
Addenda or Amendments to RFQ.
During the period provided for the preparation of responses to the RFQ, the Town may issue addenda, amendments
or answers to written inquiries. Those addenda will be noticed by the Town and will constitute a part of the RFQ.
All responses to the RFQ shall be prepared with full consideration of the addenda issued prior to the proposal
submission date.
Section 1.6
Cost of Proposal Preparation.
Each proposal and all information required to be submitted pursuant to the RFQ shall be prepared at the sole cost
and expense of the respondent. There shall be no claims whatsoever against the Town, its staff, its consultants or
such consultant’s staff, for reimbursement for the payment of costs or expenses incurred in the preparation of the
Qualification Statement or other information required by the RFQ.
Section 1.7
Proposal Format.
Responses should cover all information requested in the questions to be answered in this RFQ.
Responses which in the judgment of the Town fail to meet the requirements of the RFQ or which are in any way
conditional, incomplete, obscure, contain additions or deletions from requested information, or contain errors. may
be rejected.
6
SECTION 2
SCOPE OF SERVICES
It is the intent of the Town to solicit Qualification Statements from Respondents that have expertise in the provision
of Legal Services-Tax Appeal Counsel. Firms and/or persons responding to this RFQ shall be able to demonstrate
that they will have the continuing capabilities to perform these services.
SECTION 3
SUBMISSION REQUIREMENTS
Section 3.1
General Requirements.
The Qualification Statement submitted by the Respondent must meet or exceed the professional, administrative and
financial qualifications set forth in this Section 3 and shall incorporate the information requested below.
In addition to the information required as described below, a Respondent may submit supplemental information that
it feels may be useful in evaluating its Qualification Statement. Respondents are encouraged to be clear, factual, and
concise in their presentation of information.
Section 3.2
Administrative Information Requirements.
The Respondent shall, as part of its Qualification Statement, provide the following information:
1.
An executive summary (not to exceed two (2) pages) of the information contained in all the other
parts of the Qualification Statement.
2.
An executed Letter of Qualification (See Appendix A to this RFQ).
3.
Name, address and telephone number of the firm or firms submitting the Qualification Statement
pursuant to this RFQ, and the name of the key contact person.
4.
A description of the business organization (i.e., corporation, partnership, joint venture, etc.) of each
firm, its ownership and its organizational structure.
(a)
Provide the names and business addresses of all Principals of the firm or firms submitting
the Qualification Statement. For purposes of this RFQ, "Principals" means persons
possessing an ownership interest in the Respondent. If the Respondent is a corporation,
"Principals" shall include each investor who would have any amount of operational control
over the Respondent and every stockholder having an ownership interest of ten percent
(10%) or more in the firm.
(b)
If a firm is a partially owned or a fully-owned subsidiary of another firm, identify the parent
company and describe the nature and extent of the parents' approval rights over the activities
of the firm submitting a Qualification Statement. Describe the approval process.
(c)
If the Respondent is a partnership or a joint venture or similar organization, provide
comparable information as required in (b) above for each member of the partnership, joint
venture or similar organization.
(d)
A statement that the Respondent has complied with all applicable affirmative action (or
similar) requirements with respect to its business activities, together with evidence of such
compliance
7
5.
An executed Letter of Intent (See Appendix B).
6.
An executed Payment Conditions and Rate Schedules Form (See Appendix C).
7.
An executed Americans with Disabilities Act of 1990 Acknowledgement Form (See Appendix D).
8.
The number of years the business organization has been in business under its present name.
9.
The number of years the business organization has been under its current management.
10.
Any judgments, claims or suits within the last three (3) years in which Respondent has been adjudicated liable for
professional malpractice. If yes, please explain.
11.
Whether the business organization is now or has been involved in any bankruptcy or re-organization
proceedings in the last ten (10) years. If yes, please explain.
12.
Confirm appropriate federal and state licenses to perform activities. Submit a copy of the Firm’s Business
Registration Certificate.
Section 3.3
Professional Information Requirements.
1.
Respondent shall submit a description of its overall experience in providing
the type of services sought in the RFQ. At a minimum, the following information on past
experience should be included as appropriate to the RFQ:
a.
Description and scope of work by Respondent;
b.
Name, address and contact information of references; and
c.
Explanation of perceived relevance of the experience to the RFQ
2.
Describe the services that Respondent would perform directly.
3.
Describe those portions of the Respondent’s services, if any, that are sub-
contracted out. Identify all subcontractors the Respondent anticipates using in connection
with this project.
4.
Does the Respondent normally employ union or non-union employees?
5.
Resumes of key employees
6.
A narrative statement of the Respondent’s understanding of the Town’s needs and goals.
7.
List all immediate relatives of Principal(s) of Respondent who are Town employees or
elected officials of the Town. For purposes of the above, “immediate relative” means a
spouse, parent, stepparent, brother, sister, child, stepchild, direct-line aunt or uncle,
grandparent, grandchild, and in-laws by reason of relation.
SECTION 4
INSTRUCTIONS TO RESPONDENTS
Section 4.1
Submission of Qualification Statements.
8
Respondents must submit an original and one (1) copy of their Qualification Statement to the Designated Contact
Person:
Ms. Jillian Barrick
Business Administrator
Town of Morristown
200 South St. CN914
Room 239, Office of Mayor/Administration
Morristown, NJ 07963-0914
Qualification Statements must be received by the Town no later than 4:00 p.m. prevailing time on December 7, 2023,
and must be mailed or hand-delivered. Qualification Statements forwarded by facsimile or e-mail will not be accepted.
To be responsive, Qualification Statements must provide all requested information, and must be in strict conformance
with the instructions set forth herein. Qualification Statements and all related information must be bound, and signed
and acknowledged by the Respondent.
SECTION 5
EVALUATION
The Town’s objective in soliciting Qualification Statements is to enable it to select a firm or organization that will
provide high quality and cost effective services to the citizens of Morristown. The Town will consider Qualification
Statements only from firms or organizations that, in the Town’s judgment, have demonstrated the capability and
willingness to provide high quality services to the citizens of the Town in the manner described in this RFQ.
Proposals will be evaluated by the Town on the basis of the most advantageous, all relevant factors considered. The
evaluation will consider:
1.
Experience and reputation in the field;
2.
Knowledge of the Town and the subject matter addressed under the contract;
3.
Availability to accommodate the required meetings of the Town; and
4.
Other factors demonstrated to be in the best interest of the Town.
9
APPENDIX A
LETTER OF QUALIFICATION
(Note: To be typed on Respondent's Letterhead. No modifications may be made to this
letter)
[INSERT DATE]
Attn: Ms. Jillian Barrick
Business Administrator
Town of Morristown
200 South St. CN914
Morristown, NJ 07963-0914
Dear Ms. Barrick:
The undersigned have reviewed our Qualification Statement submitted in response to the Request for Qualifications
(RFQ) issued by the Town of Morristown ("Town"), dated __________________, in connection with the Town’s
need for Legal Services – Tax Appeal Counsel.
We affirm that the contents of our Qualification Statement (which Qualification Statement is incorporated herein by
reference) are accurate, factual and complete to the best of our knowledge and belief and that the Qualification
Statement is submitted in good faith upon express understanding that any false statement may result in the
disqualification of (Name of Respondent).
(Respondent shall sign and complete the spaces provided below. If a joint venture, appropriate officers of
each company shall sign.)
(Signature of Chief
Executive Officer)
(Typed Name and Title)
(Type Name of Firm)
Dated: ___________________
10
APPENDIX B
LETTER OF INTENT
(Note: To be typed on Respondent's Letterhead. No modifications may be made to this letter)
[INSERT DATE]
Attn: Ms.. Jillian Barrick, Business Administrator
Town of Morristown
200 South St. CN914
Morristown, NJ 07963-0914
Dear Ms. Barrick:
The undersigned, as Respondent, has (have) submitted the attached Qualification Statement in response to a Request for
Qualifications (RFQ), issued by the Town of Morristown ("Town"), dated __________________in connection with the Town’s
need for Legal Services – Tax Appeal Counsel.
(Name of Respondent) HEREBY STATES:
1.
The Qualification Statement contains accurate, factual and complete information.
2.
(Name of Respondent) agrees (agrees) to participate in good faith in the procurement process as described in
the RFQ and to adhere to the Town's procurement schedule.
3.
(Name of Respondent) acknowledges (acknowledge) that all costs incurred by it (them) in connection with the
preparation and submission of the Qualification Statement and any proposal prepared and submitted in
response to the RFQ, or any negotiation which results therefrom shall be borne exclusively by the Respondent.
4.
(Name of Respondent) hereby declares (declare) that the only persons participating in this Qualification
Statement as Principals are named herein and that no person other than those herein mentioned has any
participation in this Qualification Statement or in any contract to be entered into with respect thereto.
Additional persons may subsequently be included as participating Principals, but only if acceptable to the Town.
(Name of Respondent) declares that this Qualification Statement is made without connection with any other
person, firm or parties who has submitted a Qualification Statement, except as expressly set forth below and
that it has been prepared and has been submitted in good faith and without collusion or fraud.
5.
(Name of Respondent) acknowledges and agrees that the Town may modify, amend, suspend and/or terminate
the procurement process (in its sole judgment). In any case, the Town shall not have any liability to the
Respondent for any costs incurred by the Respondent with respect to the procurement activities described in
this RFQ.
6.
(Name of Respondent) acknowledges that any contract executed with respect to the provision of Tax Appeal
Counsel Services must comply with all applicable affirmative action and similar laws. Respondent hereby
agrees to take such actions as are required in order to comply with such applicable laws.
(Respondent shall sign and complete the space provided below. If a joint venture, appropriate officers of each company shall
sign.)
(Signature of Chief Executive Officer)
(Typed Name and Title)
(Type Name of Firm)
Dated: ________________
11
APPENDIX C
PAYMENT CONDITIONS AND RATE SCHEDULES
1.
The hourly rate for Legal Services-Tax Appeal Counsel shall be One Hundred and Fifty Dollars ($150.00)
an hour for attorneys and One Hundred Dollars ($100.00) an hour for paralegals and clerks.
2.
Counsel shall be reimbursed at cost for expenses incurred for duplication, filing fees, court reporters and
other including disbursements that are actual expenses incurred by the Professional and or/their associated
Firm in connection with such Legal Services-Tax Appeal Counsel, and shall include, but not be limited to:
a.
Telegrams, faxes and long distance (Out-of-State) telephone calls;
b.
Payment of filing, court costs, application fees, review fees and similar charges;
c.
Computer expenses including time and proprietary program charges;
d.
Outside printing, reproduction, binding, collating and other graphic services;
e.
Messenger service, postage and handling of drawing and specifications, reports,
contracts and other bulky items.
3.
Monthly invoices shall be submitted detailing all services performed.
Signature: The undersigned hereby acknowledges and accepts the established payment terms.
Name of Respondent/Firm:__________________________________
Print name and title:________________________________________
Signature:________________________________________________
Date:____________________________________________________
ATTEST:
________________________________
Witness
12
APPENDIX D
AMERICANS WITH DISABILITIES ACT OF 1990
ACKNOWLEDGEMENT FORM
This form is an agreement of the successful Vendor’s obligation to comply with the requirements of 42 U.S.C. §121.01
et seq., referred to as the Americans Disability Act of 1990.
The undersigned Vendor hereby acknowledges receipt of the Americans with Disabilities Act of 1990 found at
Appendix B of this packet.
The undersigned Vendor hereby certifies that he/she is aware of the commitment to comply with the requirements
of 42 U.S.C. §121.01 et seq. and agrees to furnish any required forms as evidence of compliance.
The undersigned Vendor further certifies that he/she understands that his/her proposal shall be rejected as non-
responsive and any contract entered into shall be void and of no effect if said Vendor fails to comply with the
requirements of 42 U.S.C. §121.01 et seq.
COMPANY:___________________________ TITLE:______________________________
PRINT NAME: __________________________SIGNATURE:_______________________________
DATE: ______________________
--- Document: 2024 Appraisal Services-Tax Assessments.pdf ---
NOTE: The Town of Morristown will consider proposals only from firms or organizations that have
demonstrated the capability and willingness to provide high quality services in the manner described
in this Request for Qualifications.
REQUEST FOR QUALIFICATIONS
FOR THE PROVISION OF APPRAISAL SERVICES – TAX ASSESSMENTS
ISSUE DATE: November 9. 2023
DUE DATE: December 7, 2023
Issued by:
Town of Morristown
2
GLOSSARY
The following definitions shall apply to and are used in this Request for Qualifications:
"Principals" means persons possessing an ownership interest in the Respondent. If the Respondent is a corporation,
"Principals" shall include each investor who would have any amount of operational control over the Respondent and
every stockholder having an ownership interest of ten percent (10%) or more in the firm.
"Qualification Statement" - refers to the complete responses to this RFQ submitted by the Respondents.
"Qualified Respondent" - refers to those Respondents who (in the sole judgment of the Town) have satisfied the
qualification criteria set forth in this RFQ.
"Respondent" or "Respondents" - refers to the interested firm(s) that submit a Qualification Statement.
“Review Team” – Members of the Town Administration and its legal and/or financial advisors who shall review the
Qualification Statements.
"RFQ" - refers to this Request for Qualifications, including any amendments thereof or supplements thereto.
"Town" - refers to the Town of Morristown.
3
SECTION 1
INTRODUCTION AND GENERAL INFORMATION
Section 1.1.
Introduction and Purpose.
The Town is soliciting Qualification Statements from interested persons and/or firms for the provision of Appraisal
Services for Tax Assessments, as more particularly described herein. Through a Request for Qualification process
described herein, persons and/or firms interested in assisting the Town with the provision of such services must prepare
and submit a Qualification Statement in accordance with the procedures and schedules in this RFQ. The Town will
review Qualification Statements only from those firms that submit a Qualification Statement which includes all the
information required to be included as described herein (in the sole judgment of the Town). The Town intends to
qualify person(s) and/or firm(s) that: (a) possesses the professional, financial and administrative capabilities to provide
the proposed services, and (b) will agree to work under the compensation terms and conditions determined by the Town
to provide the greatest benefit to the taxpayers of Morristown.
Section 1.2.
Procurement Process and Schedule.
The selection of Qualified Respondents is not subject to the bidding provisions of the Local Public Contracts Law,
N.J.S.A. 40A:11-1 et seq. The Town has structured a procurement process that seeks to obtain the desired results
described above, while establishing a competitive process to assure that each person and/or firm is provided with an
equal opportunity to submit a Qualification Statement in response to the RFQ. Qualification Statements will be
evaluated in accordance with the criteria set forth in Section 5 of this RFQ, which will be applied in the same manner
to each Qualification Statement received. Respondents agree to at all times abide by all requirements of New Jersey
law.
Qualification Statements will be reviewed and evaluated by the Town Administration and its legal and/or financial
advisors (collectively, the "Review Team"). The Qualification Statements will be reviewed to determine if the
Respondent has met the minimum professional, administrative and financial criteria described in this RFQ. Under no
circumstances will a member of the Review Team review responses to an RFQ for a position which they or their firm
submitted a response. Based upon the totality of the information contained in the Qualification Statement, including
information about the reputation and experience of each Respondent, the Town will (in its sole judgment) determine
which Respondents are qualified from professional, administrative and financial standpoints. Each Respondent that
meets the requirements of the RFQ (in the sole judgment of the Town) will be designated as a Qualified Respondent
and will be given the opportunity to participate in the selection process determined by the Town.
The RFQ process commences with the issuance of this RFQ. The steps involved in the process and the anticipated
completion dates are set forth in Table 1, Procurement Schedule. The Town reserves the right to, among other things,
amend, modify or alter the Procurement Schedule upon notice to all potential Respondents.
All communications concerning this RFQ or the RFQ process shall be directed to the Town’s Designated Contact
Person, in writing.
4
Designated Contact Person:
Jillian Barrick
Business Administrator
Town of Morristown
200 South St. CN914
Room 239, Office of Mayor/Administration
Morristown, NJ 07963-0914
Qualification Statements must be submitted to, and be received by, the Town, by hand delivery or regular mail, by 4:00
p.m. prevailing time on December 7, 2023. Qualification Statements will not be accepted by facsimile transmission
or e-mail.
Subsequent to issuance of this RFQ, the Town (through the issuance of addenda to all firms that have received a copy
of the RFQ) may modify, supplement or amend the provisions of this RFQ in order to respond to inquiries received
from prospective Respondents or as otherwise deemed necessary or appropriate by, and in the sole judgment of, the
Town.
TABLE 1
ANTICIPATED PROCUREMENT SCHEDULE
DATE
1. Issuance of Request for Qualifications
November 9. 2023
2. Receipt of Qualification Statements
December 7, 2023
3. Completion of Evaluation of Qualification Statements by the Review Team December 14, 2023
4. Town Review of Review Team Recommendations
December 28, 2023
5. Approval of Professional Services Resolutions by Town Council
January 9, 2024
Section 1.3.
Conditions Applicable to RFQ.
Upon submission of a Qualification Statement in response to this RFQ, the Respondent acknowledges and consents to
the following conditions relative to the submission and review and consideration of its Qualification Statement:
•
This document is an RFQ and does not constitute an RFP.
•
This RFQ does not commit the Town to issue an RFP.
•
All costs incurred by the Respondent in connection with responding to this RFQ shall be borne solely
by the Respondent.
•
The Town reserves the right, in its sole judgment, to reject for any reason, any and all responses and
components thereof and to eliminate any and all Respondents responding to this RFQ from further
consideration for this procurement.
•
The Town reserves the right, in its sole judgment, to reject any Respondent that submits incomplete
responses to this RFQ, or a Qualification Statement that is not responsive to the requirements of this
RFQ.
5
•
The Town reserves the right, without prior notice, to supplement, amend, or otherwise modify this
RFQ, or otherwise request additional information.
•
All Qualification Statements shall become the property of the Town and will not be returned.
•
All Qualification Statements will be made available to the public at the appropriate time, as determined
by the Town, in the exercise of its sole discretion, in accordance with applicable law.
•
The Town may request Respondents to send representatives to the Town for interviews.
•
Any and all Qualification Statements not received by the Town by 4:00 p.m. prevailing time on
December 7, 2023 will be rejected.
•
Neither the Town, its consultants or advisors, nor their respective staffs, including, but not limited to,
the Review Team, shall be liable for any claims or damages resulting from the solicitation or
preparation of the Qualification Statement, nor will there be any reimbursement to Respondents for
the cost of preparing and submitting a Qualification Statement or for participating in this procurement
process.
Section 1.4.
Rights of Town.
The Town reserves, holds and may exercise, at its sole discretion, the following rights and options with regard to this
RFQ and the procurement process in accordance with the provisions of applicable law:
•
To determine that any Qualification Statement received complies or fails to comply with the
terms of this RFQ.
•
To supplement, amend or otherwise modify the RFQ through issuance of addenda to all
prospective Respondents who have received a copy of this RFQ.
•
To waive any technical non-conformance with the terms of this RFQ.
•
To change or alter the schedule for any events called for in this RFQ upon the issuance of
notice to all prospective Respondents who have received a copy of this RFQ.
•
To conduct investigations of any or all of the Respondents, as the Town deems necessary or
convenient, to clarify the information provided as part of the Qualification Statement and to
request additional information to support the information included in any Qualification
Statement.
•
To suspend or terminate the procurement process described in this RFQ at any time in the
Town’s sole discretion. If terminated, the Town may determine to commence a new
procurement process or exercise any other rights provided under applicable law without any
obligation to the Respondents.
6
The Town shall be under no obligation to complete all or any portion of the procurement process described in this
RFQ.
Section 1.5
Addenda or Amendments to RFQ.
During the period provided for the preparation of responses to the RFQ, the Town may issue addenda, amendments or
answers to written inquiries. Those addenda will be noticed by the Town and will constitute a part of the RFQ. All
responses to the RFQ shall be prepared with full consideration of the addenda issued prior to the proposal submission
date.
Section 1.6
Cost of Proposal Preparation.
Each proposal and all information required to be submitted pursuant to the RFQ shall be prepared at the sole cost and
expense of the respondent. There shall be no claims whatsoever against the Town, its staff, its consultants or such
consultant’s staff, for reimbursement for the payment of costs or expenses incurred in the preparation of the
Qualification Statement or other information required by the RFQ.
Section 1.7
Proposal Format.
Responses should cover all information requested in the questions to be answered in this RFQ.
Responses which in the judgment of the Town fail to meet the requirements of the RFQ or which are in any way
conditional, incomplete, obscure, contain additions or deletions from requested information, or contain errors. may be
rejected.
SECTION 2
SCOPE OF SERVICES
It is the intent of the Town to solicit Qualification Statements from Respondents that have expertise in the provision of
Appraisal Services for Tax Assessments. Firms and/or persons responding to this RFQ shall be able to demonstrate
that they will have the continuing capabilities to perform these services.
SECTION 3
SUBMISSION REQUIREMENTS
Section 3.1
General Requirements.
The Qualification Statement submitted by the Respondent must meet or exceed the professional, administrative and
financial qualifications set forth in this Section 3 and shall incorporate the information requested below.
In addition to the information required as described below, a Respondent may submit supplemental information that it
believes may be useful in evaluating its Qualification Statement. Respondents are encouraged to be clear, factual, and
concise in their presentation of information.
Section 3.2
Administrative Information Requirements.
7
The Respondent shall, as part of its Qualification Statement, provide the following information:
1.
An executive summary (not to exceed two (2) pages) of the information contained in all the other parts
of the Qualification Statement.
2.
An executed Letter of Qualification (See Appendix A to this RFQ).
3.
Name, address and telephone number of the firm or firms submitting the Qualification Statement
pursuant to this RFQ, and the name of the key contact person.
4.
A description of the business organization (i.e., corporation, partnership, joint venture, etc.) of each
firm, its ownership and its organizational structure.
(a)
Provide the names and business addresses of all Principals of the firm or firms submitting the
Qualification Statement. For purposes of this RFQ, "Principals" means persons possessing an
ownership interest in the Respondent. If the Respondent is a corporation, "Principals" shall include
each investor who would have any amount of operational control over the Respondent and every
stockholder having an ownership interest of ten percent (10%) or more in the firm.
(b)
If a firm is a partially owned or a fully-owned subsidiary of another firm, identify the parent company
and describe the nature and extent of the parents' approval rights over the activities of the firm
submitting a Qualification Statement. Describe the approval process.
(c)
If the Respondent is a partnership or a joint venture or similar organization, provide comparable
information as required in (b) above for each member of the partnership, joint venture or similar
organization.
(d)
A statement that the Respondent has complied with all applicable affirmative action (or similar)
requirements with respect to its business activities, together with evidence of such compliance
5.
An executed Letter of Intent (See Appendix B).
6.
An executed Payment Conditions and Rate Schedules Form (See Appendix C).
7.
An executed Americans with Disabilities Act of 1990 Acknowledgement Form (See Appendix D).
8.
The number of years the business organization has been in business under its present name.
9.
The number of years the business organization has been under its current management.
10.
Any judgments, claims or suits within the last three (3) years in which Respondent has been
adjudicated liable for professional malpractice. If yes, please explain.
11.
Whether the business organization is now or has been involved in any bankruptcy or re-organization
proceedings in the last ten (10) years. If yes, please explain.
8
12.
Confirm appropriate federal and state licenses to perform activities. Submit a copy of the Firm’s
Business Registration Certificate.
Section 3.3
Professional Information Requirements.
1.
Respondent shall submit a description of its overall experience in providing the type of
services sought in the RFQ. At a minimum, the following information on past experience should be
included as appropriate to the RFQ:
a.
Description and scope of work by Respondent;
b.
Name, address and contact information of references; and
c.
Explanation of perceived relevance of the experience to the RFQ.
2.
Describe the services that Respondent would perform directly.
3.
Describe those portions of the Respondent’s services, if any, that are sub-contracted out.
Identify all subcontractors the Respondent anticipates using in connection with this project.
4.
Does the Respondent normally employ union or non-union employees?
5.
Resumes of key employees.
6.
A narrative statement of the Respondent’s understanding of the Town’s needs and goals.
7.
List all immediate relatives of Principal(s) of Respondent who are Town employees or elected officials
of the Town. For purposes of the above, “immediate relative” means a spouse, parent, stepparent,
brother, sister, child, stepchild, direct-line aunt or uncle, grandparent, grandchild, and in-laws by
reason of relation.
SECTION 4
INSTRUCTIONS TO RESPONDENTS
Section 4.1
Submission of Qualification Statements.
Respondents must submit an original and one (1) copy of their Qualification Statement to the Designated Contact
Person:
Ms. Jillian Barrick
Business Administrator
Town of Morristown
200 South St. CN914
Room 239, Office of Mayor/Administration
Morristown, NJ 07963-0914
9
Qualification Statements must be received by the Town no later than 4:00 p.m. (prevailing time) on December 7, 2023,
and must be mailed or hand-delivered. Qualification Statements forwarded by facsimile or e-mail will not be accepted.
To be responsive, Qualification Statements must provide all requested information, and must be in strict conformance
with the instructions set forth herein. Qualification Statements and all related information must be bound, and signed
and acknowledged by the Respondent.
SECTION 5
EVALUATION
The Town’s objective in soliciting Qualification Statements is to enable it to select a firm or organization that will
provide high quality and cost effective services to the citizens of Morristown. The Town will consider Qualification
Statements only from firms or organizations that, in the Town’s judgment, have demonstrated the capability and
willingness to provide high quality services to the citizens of the Town in the manner described in this RFQ.
Proposals will be evaluated by the Town on the basis of the most advantageous, all relevant factors considered. The
evaluation will consider:
1.
Experience and reputation in the field;
2.
Knowledge of the Town and the subject matter addressed under the contract;
3.
Availability to accommodate the required meetings of the Town; and
4.
Other factors demonstrated to be in the best interest of the Town.
10
APPENDIX A
LETTER OF QUALIFICATION
(Note: To be typed on Respondent's Letterhead. No modifications may be made to this letter)
[INSERT DATE]
Attn: Ms. Jillian Barrick
Business Administrator
Town of Morristown
200 South St. CN914
Morristown, NJ 07963-0914
Dear Ms. Barrick:
The undersigned has reviewed its Qualification Statement submitted in response to the Request for Qualifications
(RFQ) issued by the Town of Morristown ("Town"), dated __________________, in connection with the Town’s need
for Appraisal Services for Tax Assessments.
We affirm that the contents of our Qualification Statement (which Qualification Statement is incorporated herein by
reference), are accurate, factual and complete to the best of our knowledge and belief and that the Qualification
Statement is submitted in good faith upon the express understanding that any false statement may result in the
disqualification of (Name of Respondent).
(Respondent shall sign and complete the spaces provided below. If a joint venture, appropriate officers of each
company shall sign.)
(Signature of Chief Executive Officer)
(Typed Name and Title )
(Type Name of Firm)
Dated: ____________________________
11
APPENDIX B
LETTER OF INTENT
(Note: To be typed on Respondent's Letterhead. No modifications may be made to this letter)
[INSERT DATE]
Attn: Ms. Jillian Barrick
Business Administrator
Town of Morristown
200 South St. CN914
Morristown, NJ 07963-0914
Dear Ms. Barrick:
The undersigned, as Respondent, has (have) submitted the attached Qualification Statement in response to a Request for
Qualifications (RFQ), issued by the Town of Morristown ("Town"), dated __________________in connection with the
Town’s need for Appraisal Services for Tax Assessments.
(Name of Respondent) HEREBY STATES:
1.
The Qualification Statement contains accurate, factual and complete information.
2.
(Name of Respondent) agrees (agrees) to participate in good faith in the procurement process as described in the
RFQ and to adhere to the Town's procurement schedule.
3.
(Name of Respondent) acknowledges (acknowledge) that all costs incurred by it (them) in connection with the
preparation and submission of the Qualification Statement and any proposal prepared and submitted in response to the RFQ,
or any negotiation which results therefrom shall be borne exclusively by the Respondent.
4.
(Name of Respondent) hereby declares (declare) that the only persons participating in this Qualification Statement
as Principals are named herein and that no person other than those herein mentioned has any participation in this Qualification
Statement or in any contract to be entered into with respect thereto. Additional persons may subsequently be included as
participating Principals, but only if acceptable to the Town. (Name of Respondent) declares that this Qualification Statement
is made without connection with any other person, firm or parties who has submitted a Qualification Statement, except as
expressly set forth below and that it has been prepared and has been submitted in good faith and without collusion or fraud.
5.
(Name of Respondent) acknowledges and agrees that the Town may modify, amend, suspend and/or terminate the
procurement process (in its sole judgment). In any case, the Town shall not have any liability to the Respondent for any costs
incurred by the Respondent with respect to the procurement activities described in this RFQ.
6.
(Name of Respondent) acknowledges that any contract executed with respect to the provision of Appraisal Services
for Tax Assessments must comply with all applicable affirmative action and similar laws. Respondent hereby agrees to take
such actions as are required in order to comply with such applicable laws.
(Respondent shall sign and complete the space provided below. If a joint venture, appropriate officers of each
company shall sign.)
(Signature of Chief Executive Officer)
(Typed Name and Title)
(Type Name of Firm)
Dated: ________________
12
APPENDIX C
PAYMENT CONDITIONS AND RATE SCHEDULES
1.
The hourly rate for Appraisal Services for Tax Assessments shall be One Hundred Dollars. ($100.00).
2.
The Appraiser shall be reimbursed at cost for expenses incurred for duplication, filing fees and other
reasonable out-of-pocket expenses advanced and/or incurred by them. The Appraiser shall be reimbursed for direct
charges including disbursements that are actual expenses incurred by the Professional and or/their associated Firm
in connection with such appraisal services, and shall include, but not be limited to:
a.
Telegrams, faxes and long distance (Out-of-State) telephone calls;
b.
Payment of filing, application fees, review fees and similar charges;
c.
Computer expenses including time and proprietary program charges;
d.
Outside printing, reproduction, binding, collating and other graphic services;
e.
Messenger service, postage and handling of drawing and specifications, reports,
contracts and other bulky items.
3.
Monthly invoices shall be submitted detailing all services performed.
Signature: The undersigned hereby acknowledges and accepts the established payment terms.
Name of Respondent/Firm:__________________________________
Print name and title:________________________________________
Signature:________________________________________________
Date:____________________________________________________
ATTEST:
________________________________
Witness
13
APPENDIX D
AMERICANS WITH DISABILITIES ACT OF 1990
ACKNOWLEDGEMENT FORM
This form is an agreement of the successful Vendor’s obligation to comply with the requirements of 42 U.S.C.
§121.01 et seq., referred to as the Americans Disability Act of 1990.
The undersigned Vendor hereby acknowledges receipt of the Americans with Disabilities Act of 1990 found at
Appendix B of this packet.
The undersigned Vendor hereby certifies that he/she is aware of the commitment to comply with the requirements
of 42 U.S.C. §121.01 et seq. and agrees to furnish any required forms as evidence of compliance.
The undersigned Vendor further certifies that he/she understands that his/her proposal shall be rejected as non-
responsive and any contract entered into shall be void and of no effect if said Vendor fails to comply with the
requirements of 42 U.S.C. §121.01 et seq.
COMPANY:___________________________ TITLE:______________________________
PRINT NAME: __________________________SIGNATURE:_______________________________
DATE: ______________________
--- Document: 2024 On-Call Planner Services.pdf ---
1
NOTE: The Town of Morristown Planning Town will consider proposals only from firms or
organizations that have demonstrated the capability and willingness to provide high quality services
in the manner described in this Request for Qualifications.
REQUEST FOR QUALIFICATIONS
FOR THE PROVISION OF ON-CALL TOWN PLANNER
ISSUE DATE: November 9, 2023
DUE DATE: December 7, 2023
Issued by:
Town of Morristown
2
GLOSSARY
The following definitions shall apply to and are used in this Request for Qualifications:
"Town" - refers to the Planning Town.
"Town" - refers to the Town of Morristown.
"Principals" means persons possessing an ownership interest in the Respondent. If the Respondent is a
corporation, "Principals" shall include each investor who would have any amount of operational control
over the Respondent and every stockholder having an ownership interest of ten percent (10%) or more in
the firm.
"Qualification Statement" - refers to the complete responses to this RFQ submitted by the Respondents.
"Qualified Respondent" - refers to those Respondents who have satisfied the qualification criteria set forth
in this RFQ.
"Respondent" or "Respondents" - refers to the interested firm(s) that submit a Qualification Statement.
“Review Team” – Members of the Town and its legal and/or financial advisors who shall review the
Qualification Statements.
"RFQ" - refers to this Request for Qualifications, including any amendments thereof or supplements
thereto..
3
SECTION 1
INTRODUCTION AND GENERAL INFORMATION
1.1.
Introduction and Purpose.
The Town is soliciting Qualification Statements from interested persons and/or firms for the provision of
On-Call Town Planner, as more particularly described herein. Through a Request for Qualification
process described herein, persons and/or firms interested in assisting the Town with the provision of such
services must prepare and submit a Qualification Statement in accordance with the procedures and
schedules in this RFQ. The Town will review Qualification Statements only from those firms that submit a
Qualification Statement which includes all the information required to be included as described herein (in
the sole judgment of the Town). The Town intends to qualify person(s) and/or firm(s) that: (a) possesses
the professional, financial and administrative capabilities to provide the proposed services; and (b) will
agree to work under the compensation terms and conditions determined by the Town to provide the greatest
benefit to the taxpayers of Morristown.
1.2.
Procurement Process and Schedule.
The selection of Qualified Respondents is not subject to the bidding provisions of the Local Public
Contracts Law, N.J.S.A. 40A:11-1 et seq. The Town has structured a procurement process that seeks to
obtain the desired results described above, while establishing a competitive process to assure that each
person and/or firm is provided with an equal opportunity to submit a Qualification Statement in response
to the RFQ. Qualification Statements will be evaluated in accordance with the criteria set forth in Section
5 of this RFQ, which will be applied in the same manner to each Qualification Statement received.
Respondents agree to at all times abide by all requirements of New Jersey law.
Qualification Statements will be reviewed and evaluated by the Town Administration and its legal and/or
financial advisors (collectively, the "Review Team"). The Qualification Statements will be reviewed to
determine if the Respondent has met the minimum professional, administrative and financial criteria
described in this RFQ. Under no circumstances will a member of the Review Team review responses to an
RFQ for a position which they or their firm submitted a response. Based upon the totality of the information
contained in the Qualification Statement, including information about the reputation and experience of each
Respondent, the Town will (in its sole judgment) determine which Respondents are qualified from
professional, administrative and financial standpoints. Each Respondent that meets the requirements of the
RFQ (in the sole judgment of the Town) will be designated as a Qualified Respondent and will be given
the opportunity to participate in the selection process determined by the Town.
The RFQ process commences with the issuance of this RFQ. The steps involved in the process and the
anticipated completion dates are set forth in Table 1, Procurement Schedule. The Town reserves the right
to, among other things, amend, modify or alter the Procurement Schedule upon notice to all potential
Respondents.
4
All communications concerning this RFQ or the RFQ process shall be directed to the Town’s Designated
Contact Person, in writing.
Designated Contact Person:
Jillian Barrick, Business Administrator
Town of Morristown
200 South St. CN914, Room 239, Office of Mayor/Administration
Morristown, NJ 07963-0914
Qualification Statements must be submitted to, and be received by, the Town, by hand delivery or regular
mail, by 4:00pm prevailing time on December 7, 2023. Qualification Statements will not be accepted by
facsimile transmission or e-mail.
Subsequent to issuance of this RFQ, the Town (through the issuance of addenda to all firms that have
received a copy of the RFQ) may modify, supplement or amend the provisions of this RFQ in order to
respond to inquiries received from prospective Respondents or as otherwise deemed necessary or
appropriate by, and in the sole judgment of, the Town.
TABLE 1
ANTICIPATED PROCUREMENT SCHEDULE
ACTIVITY
DATE
1. Issuance of Request for Qualifications
November 9. 2023
2. Receipt of Qualification Statements
December 7, 2023
3. Completion of Evaluation of Qualification Statements by the Review Team December 14, 2023
4. Town Review of Review Team Recommendations
December 28, 2023
5. Approval of Professional Services Resolutions by Town Council
January 9, 2024
Section 1.3.
Conditions Applicable to RFQ.
Upon submission of a Qualification Statement in response to this RFQ, the Respondent acknowledges and
consents to the following conditions relative to the submission and review and consideration of its
Qualification Statement:
•
This document is an RFQ and does not constitute an RFP.
•
This RFQ does not commit the Town to issue an RFP.
•
All costs incurred by the Respondent in connection with responding to this RFQ shall be borne
solely by the Respondent.
•
The Town reserves the right, in its sole judgment, to reject for any reason, any and all responses
and components thereof and to eliminate any and all Respondents responding to this RFQ from
further consideration for this procurement.
•
The Town reserves the right, in its sole judgment, to reject any Respondent that submits incomplete
5
responses to this RFQ, or a Qualification Statement that is not responsive to the requirements of
this RFQ.
•
The Town reserves the right, without prior notice, to supplement, amend, or otherwise modify this
RFQ, or otherwise request additional information.
•
All Qualification Statements shall become the property of the Town and will not be returned.
•
All Qualification Statements will be made available to the public at the appropriate time, as
determined by the Town, in the exercise of its sole discretion, in accordance with applicable law.
•
The Town may request Respondents to send representatives to the Town for interviews.
•
Any and all Qualification Statements not received by the Town by 4:00pm prevailing time on
December 7, 2023 will be rejected.
•
Neither the Town, its consultants or advisors, nor their respective staffs, including, but not limited
to, the Review Team, shall be liable for any claims or damages resulting from the solicitation or
preparation of the Qualification Statement, nor will there be any reimbursement to Respondents for
the cost of preparing and submitting a Qualification Statement or for participating in this
procurement process.
Section 1.4.
Rights of Town.
The Town reserves, holds and may exercise, at its sole discretion, the following rights and options with
regard to this RFQ and the procurement process in accordance with the provisions of applicable law:
•
To determine that any Qualification Statement received complies or fails to comply with the terms
of this RFQ.
•
To supplement, amend or otherwise modify the RFQ through issuance of addenda to all prospective
Respondents who have received a copy of this RFQ.
•
To waive any technical non-conformance with the terms of this RFQ.
•
To change or alter the schedule for any events called for in this RFQ upon the issuance of notice to
all prospective Respondents who have received a copy of this RFQ.
•
To conduct investigations of any or all of the Respondents, as the Town deems necessary or
convenient, to clarify the information provided as part of the Qualification Statement and to request
additional information to support the information included in any Qualification Statement.
•
To suspend or terminate the procurement process described in this RFQ at any time (in its sole
discretion.) If terminated, the Town may determine to commence a new procurement process or
exercise any other rights provided under applicable law without any obligation to the Respondents.
The Town shall be under no obligation to complete all or any portion of the procurement process described
in this RFQ.
6
1.5
Addenda or Amendments to RFQ.
During the period provided for the preparation of responses to the RFQ, the Town may issue addenda,
amendments or answers to written inquiries. Those addenda will be noticed by the Town and will constitute
a part of the RFQ. All responses to the RFQ shall be prepared with full consideration of the addenda issued
prior to the proposal submission date.
1.6
Cost of Proposal Preparation.
Each proposal and all information required to be submitted pursuant to the RFQ shall be prepared at the
sole cost and expense of the respondent. There shall be no claims whatsoever against the Town, its staff,
its consultants or such consultants’ staff, for reimbursement for the payment of costs or expenses incurred
in the preparation of the Qualification Statement or other information required by the RFQ.
1.7
Proposal Format.
Responses should cover all information requested in the questions to be answered in this RFQ. Responses
which in the judgment of the Town fail to meet the requirements of the RFQ or which are in any way
conditional, incomplete, obscure, contain additions or deletions from requested information, or contain
errors may be rejected.
SECTION 2
SCOPE OF SERVICES
It is the intent of the Town to solicit Qualification Statements from Respondents that have expertise in the
provision of consulting planning services. Firms and/or persons responding to this RFQ shall be able to
demonstrate that they will have the continuing capabilities to perform these services.
SECTION 3
SUBMISSION REQUIREMENTS
Section 3.1
General Requirements.
The Qualification Statement submitted by the Respondent must meet or exceed the professional,
administrative and financial qualifications set forth in this Section 3 and shall incorporate the information
requested below.
In addition to the information required as described below, a Respondent may submit supplemental
information that it believes may be useful in evaluating its Qualification Statement. Respondents are
encouraged to be clear, factual, and concise in their presentation of information.
Section 3.2
Administrative Information Requirements.
The Respondent shall, as part of its Qualification Statement, provide the following information:
1.
An executive summary (not to exceed two (2) pages) of the information contained in all the other
parts of the Qualification Statement.
7
2.
An executed Letter of Qualification (See Appendix A to this RFQ).
3.
Name, address and telephone number of the firm or firms submitting the Qualification Statement
pursuant to this RFQ, and the name of the key contact person.
4.
A description of the business organization (i.e., corporation, partnership, joint venture, etc.) of each
firm, its ownership and its organizational structure.
(a)
Provide the names and business addresses of all Principals of the firm or firms submitting
the Qualification Statement. For purposes of this RFQ, "Principals" means persons
possessing an ownership interest in the Respondent. If the Respondent is a corporation,
"Principals" shall include each investor who would have any amount of operational control
over the Respondent and every stockholder having an ownership interest of ten percent
(10%) or more in the firm.
(b)
If a firm is a partially owned or a fully-owned subsidiary of another firm, identify the parent
company and describe the nature and extent of the parents' approval rights over the
activities of the firm submitting a Qualification Statement. Describe the approval process.
(c)
If the Respondent is a partnership or a joint venture or similar organization, provide
comparable information as required in (b) above for each member of the partnership, joint
venture or similar organization.
(d)
A statement that the Respondent has complied with all applicable affirmative action (or
similar) requirements with respect to its business activities, together with evidence of such
compliance
5.
An executed Letter of Intent (See Appendix B).
6.
An executed Payment Conditions and Rate Schedules Form (See Appendix C).
7.
An executed Americans with Disabilities Act of 1990 Acknowledgement Form (See Appendix D).
8.
The number of years the business organization has been in business under its present name.
9.
The number of years the business organization has been under its current management.
10.
Any judgments, claims or suits within the last three (3) years in which Respondent has been
adjudicated liable for professional malpractice. If yes, please explain.
11.
Whether the business organization is now or has been involved in any bankruptcy or re-
organization proceedings in the last ten (10) years. If yes, please explain.
12.
Confirm appropriate federal and state licenses to perform activities. Submit a copy of the Firm’s
Business Registration Certificate.
Section 3.3
Professional Information Requirements.
1. Respondent shall submit a description of its overall experience in providing the type of services
8
sought in the RFQ. At a minimum, the following information on past experience should be included
as appropriate to the RFQ:
a.
Description and scope of work by Respondent;
b.
Name, address and contact information of references; and
c.
Explanation of perceived relevance of the experience to the RFQ.
2.
Describe the services that Respondent would perform directly.
3. Describe those portions of the Respondent’s services, if any, that are sub-contracted out. Identify
all subcontractors the Respondent anticipates using in connection with this project.
4.
Does the Respondent normally employ union or non-union employees?
5.
Resumes of key employees.
6.
A narrative statement of the Respondent’s understanding of the Town’s needs and goals.
7. List all immediate relatives of Principal(s) of Respondent who are Town or Town employees or
elected officials of the Town or Town. For purposes of the above, “immediate relative” means a
spouse, parent, stepparent, brother, sister, child, stepchild, direct-line aunt or uncle, grandparent,
grandchild, and in- laws by reason of relation.
SECTION 4
INSTRUCTIONS TO RESPONDENTS
4.1
Submission of Qualification Statements.
Respondents must submit an original and one (1) copy of their Qualification Statement to the Designated
Contact Person:
Ms. Jillian Barrick
Business Administrator
Town of Morristown
200 South St. CN914
Room 239, Office of Mayor/Administration
Morristown, NJ 07963-0914
Qualification Statements must be received no later than 4:00 p.m. (prevailing time) on December 7, 2023,
and must be mailed or hand-delivered. Qualification Statements forwarded by facsimile or e-mail will not
be accepted.
To be responsive, Qualification Statements must provide all requested information, and must be in strict
conformance with the instructions set forth herein. Qualification Statements and all related information
must be bound, and signed and acknowledged by the Respondent.
9
SECTION 5
EVALUATION
The Town’s objective in soliciting Qualification Statements is to enable it to select a firm or organization
that will provide high quality and cost effective services to the citizens of Morristown. The Town will
consider Qualification Statements only from firms or organizations that, in the Town’s judgment, have
demonstrated the capability and willingness to provide high quality services to the citizens of the Town in
the manner described in this RFQ.
Proposals will be evaluated by the Town on the basis of the most advantageous, all relevant factors
considered. The evaluation will consider:
1.
Experience and reputation in the field;
2.
Knowledge of the Town and the subject matter addressed under the contract;
3.
Availability to accommodate the required meetings of the Town; and
4.
Other factors demonstrated to be in the best interest of the Town.
10
APPENDIX A
LETTER OF QUALIFICATION
(Note: To be typed on Respondent's Letterhead. No modifications may be made to this letter)
[INSERT DATE]
Attn: Ms. Jillian Barrick
Business Administrator
Town of Morristown
200 South St. CN914
Morristown, NJ 07963-0914
Dear Ms. Barrick:
The undersigned has reviewed its Qualification Statement submitted in response to the Request for Qualifications
(RFQ) issued by the Town of Morristown ("Town"), dated __________________, in connection with the Town’s need
for On-Call Town Planner.
We affirm that the contents of our Qualification Statement (which Qualification Statement is incorporated herein by
reference), are accurate, factual and complete to the best of our knowledge and belief and that the Qualification
Statement is submitted in good faith upon the express understanding that any false statement may result in the
disqualification of (Name of Respondent).
(Respondent shall sign and complete the spaces provided below. If a joint venture, appropriate officers of each
company shall sign.)
(Signature of Chief
Executive Officer)
(Typed Name and Title)
(Type Name of Firm)
Dated: ___________________
11
APPENDIX B
LETTER OF INTENT
(Note: To be typed on Respondent's Letterhead. No modifications may be made to this letter)
[INSERT DATE]
Jillian Barrick, Business Administrator
Town of Morristown
200 South St. CN914, Room 239, Office of Mayor/Administration
Morristown, NJ 07963-0914
Dear Ms. Barrick:
The undersigned, as Respondent, has (have) submitted the attached Qualification Statement in response to a Request
for Qualifications (RFQ), issued by the Town of Morristown ("Town"), dated __________________in connection
with the Town’s need for On-Call Town Planner.
(Name of Respondent) HEREBY STATES:
1.
The Qualification Statement contains accurate, factual and complete information.
2.
(Name of Respondent) agrees (agrees) to participate in good faith in the procurement process as
described in the RFQ and to adhere to the Town's procurement schedule.
3.
(Name of Respondent) acknowledges (acknowledge) that all costs incurred by it (them) in
connection with the preparation and submission of the Qualification Statement and any proposal
prepared and submitted in response to the RFQ, or any negotiation which results therefrom shall be
borne exclusively by the Respondent.
4.
(Name of Respondent) hereby declares (declare) that the only persons participating in this
Qualification Statement as Principals are named herein and that no person other than those herein
mentioned has any participation in this Qualification Statement or in any contract to be entered into
with respect thereto. Additional persons may subsequently be included as participating Principals,
but only if acceptable to the Town. (Name of Respondent) declares that this Qualification Statement
is made without connection with any other person, firm or parties who has submitted a Qualification
Statement, except as expressly set forth below and that it has been prepared and has been submitted
in good faith and without collusion or frau5. (Name of Respondent) acknowledges and agrees that
the Town may modify, amend, suspend and/or terminate the procurement process (in its sole
judgment). In any case, the Town shall not have any liability to the Respondent for any costs
incurred by the Respondent with respect to the procurement activities described in this RFQ.
6.
(Name of Respondent) acknowledges that any contract executed with respect to the provision of
Planning Town -Planner must comply with all applicable affirmative action and similar laws.
Respondent hereby agrees to take such actions as are required in order to comply with such
applicable laws.
(Respondent shall sign and complete the space provided below. If a joint venture, appropriate officers of each
company shall sign.)
(Signature of Chief Executive Officer)
(Typed Name and Title)
(Type Name of Firm)
12
Dated: ________________
APPENDIX C
PAYMENT CONDITIONS AND RATE SCHEDULES
1. On-Call Planner agrees to perform all of the necessary services as required in connection with
planning issues and shall do, perform and carry out such services in a satisfactory and proper
manner. To the extent the On-Call Planner perform services or activities as a planner on behalf
of its client, its services shall be deemed to be as an independent professional contractor under
the Professional Services Contract with Morristown. On-Call Planner will include Principal to
provide oversight of all work provided to the Town of Morristown. The On-Call Planner will
dedicate adequate staff resources as needed or directed under this agreement. Morristown will
provide a desk with standard office facilities within the Morristown Town Hall.
2. The On-Call Planner shall be compensated at a rate of $12,500 per month for General Planning
Services. General Planning Services shall include the administration of the following tasks,
duties as functions within the Morristown Planning Division:
a) Administration of municipal comprehensive and master planning;
b) Legislative drafting, including modifications to the Zoning Ordinances;
c) Coordination and engagement with related governmental organizations;
d) Consultation and advice regarding the administration of affordable housing programs
within the Town;
e) On-call expertise to related boards and commissions as may be formed by Morristown;
f) Special planning projects and initiatives as may be identified by Morristown;
g) Grant-writing and facilitation of other fundraising activities related to administration
General Planning Services as well as the implementation of identified capital projects;
h) Manage and execute community engagement and outreach initiatives on behalf of
Morristown.
i) Attendance at regular meetings of the Morristown Governing Body or informal
community workshops related to the administration of General Planning Services listed
above.
The On-Call Planner shall be compensated at an hourly rate for “Additional Planning Services” that
fall outside the scope of General Planning Services as defined above. Additional Planning Services
shall include but not be limited to Redevelopment Planning Services funded by either the
municipality or Redeveloper escrow deposits. Additional Planning Services, including
Redevelopment Planning Services, shall be billed at an hourly rate of Two Hundred Dollars ($200) if
funded by Redeveloper or developer escrow deposits and at an hourly rate of One Hundred Fifty
($150) if funded by the municipality.
The On-Call Planner shall have the authority to delegate, from time to time, work to related sub
consultants, to be compensated at the same rate and pursuant to the terms related above.
The On-Call Planner shall be reimbursed at cost for expenses incurred for duplication, filing fees,
court reporters and other reasonable out-of-pocket expenses advanced and/or incurred and shall be
reimbursed for direct charges including disbursements that are actual expenses incurred by the
Planner associated in connection with such services, and include, but are not limited to:
13
a) Telegrams, faxes and long distance (Out-of-State) telephone calls.
b) Payment of filing fees, review fees and similar charges.
c) Outside printing, reproduction, binding, collating and other graphic services.
d) Messenger service, postage and handling of drawing and specifications, reports, contracts and
other bulky items.
Travel time to and from the Town of Morristown will not be charged. The total compensation
described herein shall not exceed the amount appropriated for On-Call Planner unless authorized by
the Mayor or Morristown Council or for the performance of added emergent on-call planning
services. Consistent with current practice, monthly invoices shall be submitted which shall include a
detail of detailing all of the services that are performed on an hourly basis.
3. Monthly invoices shall be submitted detailing all services performed.
Signature: The undersigned hereby acknowledges and accepts the established payment terms.
Name of Respondent/Firm:
Print name and title:
Signature:
Date:
ATTEST:
______________________________
Witness
14
APPENDIX D
AMERICANS WITH DISABILITIES ACT OF 1990
ACKNOWLEDGEMENT FORM
This form is an agreement of the successful Vendor’s obligation to comply with the requirements of 42
U.S.C. §121.01 et seq., referred to as the Americans Disability Act of 1990.
The undersigned Vendor hereby acknowledges receipt of the Americans with Disabilities Act of 1990 found
at Appendix B of this packet.
The undersigned Vendor hereby certifies that he/she is aware of the commitment to comply with the
requirements of 42 U.S.C. §121.01 et seq. and agrees to furnish any required forms as evidence of
compliance.
The undersigned Vendor further certifies that he/she understands that his/her proposal shall be rejected as
non-responsive and any contract entered into shall be void and of no effect if said Vendor fails to comply
with the requirements of 42 U.S.C. §121.01 et seq.
COMPANY:___________________________ TITLE:______________________________
PRINT NAME: __________________________SIGNATURE:_______________________________
DATE: ______________________
--- Document: 2024 Conflict On-Call Planner Services.pdf ---
NOTE: The Town of Morristown will consider proposals only from firms or organizations that have
demonstrated the capability and willingness to provide high quality services in the manner described in this
Request for Qualifications.
REQUEST FOR QUALIFICATIONS
FOR THE PROVISION OF CONFLICT ON-CALL PLANNER
ISSUE DATE: November 9. 2023
DUE DATE: December 7, 2023
Issued by:
Town of Morristown
2
GLOSSARY
The following definitions shall apply to and are used in this Request for Qualifications:
"Principals" means persons possessing an ownership interest in the Respondent. If the Respondent is a corporation,
"Principals" shall include each investor who would have any amount of operational control over the Respondent and
every stockholder having an ownership interest of ten percent (10%) or more in the firm.
"Qualification Statement" - refers to the complete responses to this RFQ submitted by the Respondents.
"Qualified Respondent" - refers to those Respondents who (in the sole judgment of the Town) have satisfied the
qualification criteria set forth in this RFQ.
"Respondent" or "Respondents" - refers to the interested firm(s) that submit a Qualification Statement.
“Review Team” – Members of the Town Administration and its legal and/or financial advisors who shall review the
Qualification Statements.
"RFQ" - refers to this Request for Qualifications, including any amendments thereof or supplements thereto.
"Town" - refers to the Town of Morristown.
3
SECTION 1
INTRODUCTION AND GENERAL INFORMATION
Section 1.1.
Introduction and Purpose.
The Town is soliciting Qualification Statements from interested persons and/or firms for the provision of Conflict On-
Call Planner as more particularly described herein. Through a Request for Qualification process described herein,
persons and/or firms interested in assisting the Town with the provision of such services must prepare and submit a
Qualification Statement in accordance with the procedures and schedules in this RFQ. The Town will review
Qualification Statements only from those firms that submit a Qualification Statement which includes all the information
required to be included as described herein (in the sole judgment of the Town). The Town intends to qualify person(s)
and/or firm(s) that: (a) possesses the professional, financial and administrative capabilities to provide the proposed
services, and (b) will agree to work under the compensation terms and conditions determined by the Town to provide
the greatest benefit to the taxpayers of Morristown.
Section 1.2.
Procurement Process and Schedule.
The selection of Qualified Respondents is not subject to the bidding provisions of the Local Public Contracts Law,
N.J.S.A. 40A:11-1 et seq. The Town has structured a procurement process that seeks to obtain the desired results
described above, while establishing a competitive process to assure that each person and/or firm is provided with an
equal opportunity to submit a Qualification Statement in response to the RFQ. Qualification Statements will be evaluated
in accordance with the criteria set forth in Section 5 of this RFQ, which will be applied in the same manner to each
Qualification Statement received. Respondents agree to at all times abide by all requirements of New Jersey law.
Qualification Statements will be reviewed and evaluated by the Town Administration and its legal and/or financial
advisors (collectively, the "Review Team"). The Qualification Statements will be reviewed to determine if the
Respondent has met the minimum professional, administrative and financial criteria described in this RFQ. Under no
circumstances will a member of the Review Team review responses to an RFQ for a position which they or their firm
submitted a response. Based upon the totality of the information contained in the Qualification Statement, including
information about the reputation and experience of each Respondent, the Town will (in its sole judgment) determine
which Respondents are qualified from professional, administrative and financial standpoints. Each Respondent that
meets the requirements of the RFQ (in the sole judgment of the Town) will be designated as a Qualified Respondent and
will be given the opportunity to participate in the selection process determined by the Town.
The RFQ process commences with the issuance of this RFQ. The steps involved in the process and the anticipated
completion dates are set forth in Table 1, Procurement Schedule. The Town reserves the right to, among other things,
amend, modify or alter the Procurement Schedule upon notice to all potential Respondents.
All communications concerning this RFQ or the RFQ process shall be directed to the Town’s Designated Contact Person,
in writing.
Designated Contact Person:
Jillian Barrick, Business Administrator
Town of Morristown
200 South St. CN914, Room 239, Office of Mayor/Administration
Morristown, NJ 07963-0914
4
Qualification Statements must be submitted to, and be received by, the Town, by hand delivery or regular mail, by 4:00
p.m. prevailing time on December 7, 2023. Qualification Statements will not be accepted by facsimile transmission or
e-mail.
Subsequent to issuance of this RFQ, the Town (through the issuance of addenda to all firms that have received a copy of
the RFQ) may modify, supplement or amend the provisions of this RFQ in order to respond to inquiries received from
prospective Respondents or as otherwise deemed necessary or appropriate by, and in the sole judgment of, the Town.
TABLE 1
ANTICIPATED PROCUREMENT SCHEDULE
ACTIVITY
DATE
1. Issuance of Request for Qualifications
November 9. 2023
2. Receipt of Qualification Statements
December 7, 2023
3. Completion of Evaluation of Qualification Statements by the Review Team December 14, 2023
4. Town Review of Review Team Recommendations
December 28, 2023
5. Approval of Professional Services Resolutions by Town Council
January 9, 2024
Section 1.3.
Conditions Applicable to RFQ.
Upon submission of a Qualification Statement in response to this RFQ, the Respondent acknowledges and consents to
the following conditions relative to the submission and review and consideration of its Qualification Statement:
•
This document is an RFQ and does not constitute an RFP.
•
This RFQ does not commit the Town to issue an RFP.
•
All costs incurred by the Respondent in connection with responding to this RFQ shall be borne solely
by the Respondent.
•
The Town reserves the right, in its sole judgment, to reject for any reason, any and all responses and
components thereof and to eliminate any and all Respondents responding to this RFQ from further
consideration for this procurement.
•
The Town reserves the right, in its sole judgment, to reject any Respondent that submits incomplete
responses to this RFQ, or a Qualification Statement that is not responsive to the requirements of this
RFQ.
•
The Town reserves the right, without prior notice, to supplement, amend, or otherwise modify this RFQ,
or otherwise request additional information.
•
All Qualification Statements shall become the property of the Town and will not be returned.
•
All Qualification Statements will be made available to the public at the appropriate time, as determined
by the Town, in the exercise of its sole discretion, in accordance with applicable law.
5
•
The Town may request Respondents to send representatives to the Town for interviews.
•
Any and all Qualification Statements not received by the Town by 4:00 p.m. prevailing time on
December 7, 2023 will be rejected.
•
Neither the Town, its consultants or advisors, nor their respective staffs, including, but not limited to,
the Review Team, shall be liable for any claims or damages resulting from the solicitation or preparation
of the Qualification Statement, nor will there be any reimbursement to Respondents for the cost of
preparing and submitting a Qualification Statement or for participating in this procurement process.
Section 1.4.
Rights of Town.
The Town reserves, holds and may exercise, at its sole discretion, the following rights and options with regard to this
RFQ and the procurement process in accordance with the provisions of applicable law:
•
To determine that any Qualification Statement received complies or fails to comply with the terms of
this RFQ.
•
To supplement, amend or otherwise modify the RFQ through issuance of addenda to all prospective
Respondents who have received a copy of this RFQ.
•
To waive any technical non-conformance with the terms of this RFQ.
•
To change or alter the schedule for any events called for in this RFQ upon the issuance of notice to all
prospective Respondents who have received a copy of this RFQ.
•
To conduct investigations of any or all of the Respondents, as the Town deems necessary or convenient,
to clarify the information provided as part of the Qualification Statement and to request additional
information to support the information included in any Qualification Statement.
•
To suspend or terminate the procurement process described in this RFQ at any time in the Town’s sole
discretion. If terminated, the Town may determine to commence a new procurement process or exercise
any other rights provided under applicable law without any obligation to the Respondents.
The Town shall be under no obligation to complete all or any portion of the procurement process described in this RFQ.
Section 1.5
Addenda or Amendments to RFQ.
During the period provided for the preparation of responses to the RFQ, the Town may issue addenda, amendments or
answers to written inquiries. Those addenda will be noticed by the Town and will constitute a part of the RFQ. All
responses to the RFQ shall be prepared with full consideration of the addenda issued prior to the proposal submission
date.
Section 1.6
Cost of Proposal Preparation.
Each proposal and all information required to be submitted pursuant to the RFQ shall be prepared at the sole cost and
expense of the respondent. There shall be no claims whatsoever against the Town, its staff, its consultants or such
6
consultant’s staff, for reimbursement for the payment of costs or expenses incurred in the preparation of the Qualification
Statement or other information required by the RFQ.
Section 1.7
Proposal Format.
Responses should cover all information requested in the questions to be answered in this RFQ. Responses which in the
judgment of the Town fail to meet the requirements of the RFQ or which are in any way conditional, incomplete, obscure,
contain additions or deletions from requested information, or contain errors. may be rejected.
SECTION 2
SCOPE OF SERVICES
It is the intent of the Town to solicit Qualification Statements from Respondents that have expertise in providing Conflict
On-Call Planner. Firms and/or persons responding to this RFQ shall be able to demonstrate that they will have the
continuing capabilities to perform these services.
SECTION 3
SUBMISSION REQUIREMENTS
Section 3.1
General Requirements.
The Qualification Statement submitted by the Respondent must meet or exceed the professional, administrative and
financial qualifications set forth in this Section 3 and shall incorporate the information requested below.
In addition to the information required as described below, a Respondent may submit supplemental information that it
believes may be useful in evaluating its Qualification Statement. Respondents are encouraged to be clear, factual, and
concise in their presentation of information.
Section 3.2
Administrative Information Requirements.
The Respondent shall, as part of its Qualification Statement, provide the following information:
1.
An executive summary (not to exceed two (2) pages) of the information contained in all the other parts
of the Qualification Statement.
2.
An executed Letter of Qualification (See Appendix A to this RFQ).
3.
Name, address and telephone number of the firm or firms submitting the Qualification Statement
pursuant to this RFQ, and the name of the key contact person.
4.
A description of the business organization (i.e., corporation, partnership, joint venture, etc.) of each firm,
its ownership and its organizational structure.
(a)
Provide the names and business addresses of all Principals of the firm or firms submitting the
Qualification Statement. For purposes of this RFQ, "Principals" means persons possessing an
ownership interest in the Respondent. If the Respondent is a corporation, "Principals" shall
7
include each investor who would have any amount of operational control over the Respondent
and every stockholder having an ownership interest of ten percent (10%) or more in the firm.
(b)
If a firm is a partially owned or a fully-owned subsidiary of another firm, identify the parent
company and describe the nature and extent of the parents' approval rights over the activities of
the firm submitting a Qualification Statement. Describe the approval process.
(c)
If the Respondent is a partnership or a joint venture or similar organization, provide comparable
information as required in (b) above for each member of the partnership, joint venture or similar
organization.
(d)
A statement that the Respondent has complied with all applicable affirmative action (or similar)
requirements with respect to its business activities, together with evidence of such compliance
5.
An executed Letter of Intent (See Appendix B).
6.
An executed Payment Conditions and Rate Schedules Form (See Appendix C).
7.
An executed Americans with Disabilities Act of 1990 Acknowledgement Form (See Appendix D).
8.
The number of years the business organization has been in business under its present name.
9.
The number of years the business organization has been under its current management.
10.
Any judgments, claims or suits within the last three (3) years in which Respondent has been adjudicated
liable for professional malpractice. If yes, please explain.
11.
Whether the business organization is now or has been involved in any bankruptcy or re-organization
proceedings in the last ten (10) years. If yes, please explain.
12.
Confirm appropriate federal and state licenses to perform activities. Submit a copy of the Firm’s Business
Registration Certificate.
Section 3.3
Professional Information Requirements.
1.
Respondent shall submit a description of its overall experience in providing the type of services sought
in the RFQ. At a minimum, the following information on past experience should be included as appropriate to
the RFQ:
a.
Description and scope of work by Respondent;
b.
Name, address and contact information of references; and
c.
Explanation of perceived relevance of the experience to the RFQ.
2.
Describe the services that Respondent would perform directly.
8
3.
Describe those portions of the Respondent’s services, if any, that are sub-contracted out.
Identify all subcontractors the Respondent anticipates using in connection with this project.
4.
Does the Respondent normally employ union or non-union employees?
5.
Resumes of key employees.
6.
A narrative statement of the Respondent’s understanding of the Town’s needs and goals.
7.
List all immediate relatives of Principal(s) of Respondent who are Town employees or elected officials
of the Town. For purposes of the above, “immediate relative” means a spouse, parent, stepparent, brother, sister,
child, stepchild, direct-line aunt or uncle, grandparent, grandchild, and in-laws by reason of relation.
SECTION 4
INSTRUCTIONS TO RESPONDENTS
Section 4.1
Submission of Qualification Statements.
Respondents must submit an original and one (1) copy of their Qualification Statement to the Designated Contact Person:
Ms. Jillian Barrick
Business Administrator
Town of Morristown
200 South St. CN914
Room 239, Office of Mayor/Administration
Morristown, NJ 07963-0914
Qualification Statements must be received by the Town no later than 4:00 p.m. (prevailing time) on December 7, 2023
and must be mailed or hand-delivered. Qualification Statements forwarded by facsimile or e-mail will not be accepted.
To be responsive, Qualification Statements must provide all requested information, and must be in strict conformance
with the instructions set forth herein. Qualification Statements and all related information must be bound, and signed
and acknowledged by the Respondent.
9
SECTION 5
EVALUATION
The Town’s objective in soliciting Qualification Statements is to enable it to select a firm or organization that will
provide high quality and cost-effective services to the citizens of Morristown. The Town will consider Qualification
Statements only from firms or organizations that, in the Town’s judgment, have demonstrated the capability and
willingness to provide high quality services to the citizens of the Town in the manner described in this RFQ.
Proposals will be evaluated by the Town on the basis of the most advantageous, all relevant factors considered. The
evaluation will consider:
1.
Experience and reputation in the field;
2.
Knowledge of the Town and the subject matter addressed under the contract;
3.
Availability to accommodate the required meetings of the Town; and
4.
Other factors demonstrated to be in the best interest of the Town.
10
APPENDIX A
LETTER OF QUALIFICATION
(Note: To be typed on Respondent's Letterhead. No modifications may be made to this letter)
[INSERT DATE]
Attn: Ms. Jillian Barrick
Business Administrator
Town of Morristown
200 South St. CN914
Morristown, NJ 07963-0914
Dear Ms. Barrick:
The undersigned has reviewed its Qualification Statement submitted in response to the Request for Qualifications (RFQ)
issued by the Town of Morristown ("Town"), dated __________________, in connection with the Town’s need for
Conflict On-Call Planner.
We affirm that the contents of our Qualification Statement (which Qualification Statement is incorporated herein by
reference), are accurate, factual and complete to the best of our knowledge and belief and that the Qualification Statement
is submitted in good faith upon the express understanding that any false statement may result in the disqualification of
(Name of Respondent).
(Respondent shall sign and complete the spaces provided below. If a joint venture, appropriate officers of each
company shall sign.)
(Signature of Chief
Executive Officer)
(Typed Name and Title)
(Type Name of Firm)
Dated: ___________________
11
APPENDIX B
LETTER OF INTENT
(Note: To be typed on Respondent's Letterhead. No modifications may be made to this letter)
[INSERT DATE]
Attn: Ms. Jillian Barrick
Business Administrator
Town of Morristown
200 South St. CN914
Morristown, NJ 07963-0914
Dear Ms. Barrick:
The undersigned, as Respondent, has (have) submitted the attached Qualification Statement in response to a Request for
Qualifications (RFQ), issued by the Town of Morristown ("Town"), dated __________________in connection with the
Town’s need for Conflict On-Call Planner.
(Name of Respondent) HEREBY STATES:
1.
The Qualification Statement contains accurate, factual and complete information.
2.
(Name of Respondent) agrees (agrees) to participate in good faith in the procurement process as described
in the RFQ and to adhere to the Town's procurement schedule.
3.
(Name of Respondent) acknowledges (acknowledge) that all costs incurred by it (them) in connection with
the preparation and submission of the Qualification Statement and any proposal prepared and submitted in
response to the RFQ, or any negotiation which results therefrom shall be borne exclusively by the
Respondent.
4.
(Name of Respondent) hereby declares (declare) that the only persons participating in this Qualification
Statement as Principals are named herein and that no person other than those herein mentioned has any
participation in this Qualification Statement or in any contract to be entered into with respect thereto.
Additional persons may subsequently be included as participating Principals, but only if acceptable to the
Town. (Name of Respondent) declares that this Qualification Statement is made without connection with
any other person, firm or parties who has submitted a Qualification Statement, except as expressly set forth
below and that it has been prepared and has been submitted in good faith and without collusion or fraud.
5.
(Name of Respondent) acknowledges and agrees that the Town may modify, amend, suspend and/or
terminate the procurement process (in its sole judgment). In any case, the Town shall not have any liability
to the Respondent for any costs incurred by the Respondent with respect to the procurement activities
described in this RFQ.
6.
(Name of Respondent) acknowledges that any contract executed with respect to the provision of Conflict
On-Call Planner must comply with all applicable affirmative action and similar laws. Respondent hereby
agrees to take such actions as are required in order to comply with such applicable laws.
(Respondent shall sign and complete the space provided below. If a joint venture, appropriate officers of each company shall
sign.)
(Signature of Chief Executive Officer)
(Typed Name and Title)
(Type Name of Firm)
Dated: ________________
12
APPENDIX C
PAYMENT CONDITIONS AND RATE SCHEDULES
1.
The Town of Morristown wishes to approve the qualifications of a planning firm or firms to
provide Conflict On-Call Planner to the Town for 2024. Upon appointment to the position of
Consulting Planner, no work or compensation is guaranteed, however. Instead, the Town will approve
proposals for projects (including compensation terms) on an as needed basis. This will be done by a
Resolution of the Town Council of the Town of Morristown. By submitting a response to this RFQ, the
Respondent acknowledges that it will not propose or charge hourly rates that exceed those listed below:
Partner ............................................................................................................................... $150.00 Per Hour
Principal ............................................................................................................................ $145.00 Per Hour
Project Manager ................................................................................................................ $139.00 Per Hour
2.
The Professional shall be reimbursed at cost for expenses incurred for duplication, filing fees and
other reasonable and approved out-of-pocket expenses advanced and/or incurred by them. The
Professional shall be reimbursed for direct charges including disbursements that are actual expenses
incurred by the Professional and or/their associated Firm in connection with such engineering services
and approved by the Town, and shall include, but not be limited to:
a.
Telegrams, faxes and long distance (Out-of-State) telephone calls;
b.
Payment of filing, application fees, review fees and similar charges;
c.
Computer expenses including time and proprietary program charges;
d.
Outside printing, reproduction, binding, collating and other graphic services;
e.
Messenger service, postage and handling of drawing and specifications, reports, contracts
and other bulky items.
3. Monthly invoices shall be submitted detailing all services performed.
Signature: The undersigned hereby acknowledges and accepts the established payment terms.
Name of Respondent/Firm:
Print name and title:
Signature:
Date:
ATTEST:
______________________________
Witness
13
APPENDIX D
AMERICANS WITH DISABILITIES ACT OF 1990
ACKNOWLEDGEMENT FORM
This form is an agreement of the successful Vendor’s obligation to comply with the requirements of 42 U.S.C.
§121.01 et seq., referred to as the Americans Disability Act of 1990.
The undersigned Vendor hereby acknowledges receipt of the Americans with Disabilities Act of 1990 found at
Appendix B of this packet.
The undersigned Vendor hereby certifies that he/she is aware of the commitment to comply with the requirements
of 42 U.S.C. §121.01 et seq. and agrees to furnish any required forms as evidence of compliance.
The undersigned Vendor further certifies that he/she understands that his/her proposal shall be rejected as non-
responsive and any contract entered into shall be void and of no effect if said Vendor fails to comply with the
requirements of 42 U.S.C. §121.01 et seq.
COMPANY:___________________________ TITLE:______________________________
PRINT NAME: __________________________SIGNATURE:_______________________________
DATE: ______________________
--- Document: 2024 Insurance Broker & Risk Management.pdf ---
NOTE: The Town of Morristown will consider proposals only from firms or organizations that have
demonstrated the capability and willingness to provide high quality services in the manner described in this
Request for Qualifications.
REQUEST FOR QUALIFICATIONS
FOR AN INSURANCE BROKER & RISK MANAGEMENT
CONSULTANT SERVICES
ISSUE DATE: November 9, 2023
DUE DATE: December 7, 2023
Issued by:
Town of Morristown
2
GLOSSARY
The following definitions shall apply to and are used in this Request for Qualifications:
"Principals" means persons possessing an ownership interest in the Respondent. If the Respondent is a corporation,
"Principals" shall include each investor who would have any amount of operational control over the Respondent and
every stockholder having an ownership interest of ten percent (10%) or more in the firm.
"Qualification Statement" - refers to the complete responses to this RFQ submitted by the Respondents.
"Qualified Respondent" - refers to those Respondents who (in the sole judgment of the Town) have satisfied the
qualification criteria set forth in this RFQ.
"Respondent" or "Respondents" - refers to the interested firm(s) that submit a Qualification Statement.
“Review Team” – Members of the Town Administration and its legal and/or financial advisors who shall review the
Qualification Statements.
"RFQ" - refers to this Request for Qualifications, including any amendments thereof or supplements thereto.
"Town" - refers to the Town of Morristown.
3
SECTION 1
INTRODUCTION AND GENERAL INFORMATION
Section 1.1.
Introduction and Purpose.
The Town is soliciting Qualification Statements from interested persons and/or firms for an Insurance Broker and Risk
Management Services, as more particularly described herein. Through a Request for Qualification process described
herein, persons and/or firms interested in assisting the Town with the provision of such services must prepare and submit
a Qualification Statement in accordance with the procedures and schedules in this RFQ. The Town will review
Qualification Statements only from those firms that submit a Qualification Statement which includes all the information
required to be included as described herein (in the sole judgment of the Town). The Town intends to qualify person(s)
and/or firm(s) that: (a) possesses the professional, financial and administrative capabilities to provide the proposed
services, and (b) will agree to work under the compensation terms and conditions determined by the Town to provide
the greatest benefit to the taxpayers of Morristown.
Section 1.2.
Procurement Process and Schedule.
The selection of Qualified Respondents is not subject to the bidding provisions of the Local Public Contracts Law,
N.J.S.A. 40A:11-1 et seq. The Town has structured a procurement process that seeks to obtain the desired results
described above, while establishing a competitive process to assure that each person and/or firm is provided with an
equal opportunity to submit a Qualification Statement in response to the RFQ. Qualification Statements will be evaluated
in accordance with the criteria set forth in Section 5 of this RFQ, which will be applied in the same manner to each
Qualification Statement received. Respondents agree to at all times abide by all requirements of New Jersey law.
Qualification Statements will be reviewed and evaluated by the Town Administration and its legal and/or financial
advisors (collectively, the "Review Team"). The Qualification Statements will be reviewed to determine if the
Respondent has met the minimum professional, administrative and financial criteria described in this RFQ. Under no
circumstances will a member of the Review Team review responses to an RFQ for a position which they or their firm
submitted a response. Based upon the totality of the information contained in the Qualification Statement, including
information about the reputation and experience of each Respondent, the Town will (in its sole judgment) determine
which Respondents are qualified from professional, administrative and financial standpoints. Each Respondent that
meets the requirements of the RFQ (in the sole judgment of the Town) will be designated as a Qualified Respondent and
will be given the opportunity to participate in the selection process determined by the Town.
The RFQ process commences with the issuance of this RFQ. The steps involved in the process and the anticipated
completion dates are set forth in Table 1, Procurement Schedule. The Town reserves the right to, among other things,
amend, modify or alter the Procurement Schedule upon notice to all potential Respondents.
All communications concerning this RFQ or the RFQ process shall be directed to the Town’s Designated Contact Person,
in writing.
Designated Contact Person:
Jillian Barrick, Business Administrator
Town of Morristown
200 South St. CN914
Room 239, Office of Mayor/Administration
Morristown, NJ 07963-0914
4
Qualification Statements must be submitted to, and be received by, the Town, by hand delivery or regular mail, by 4:00
p.m. prevailing time on December 7, 2023. Qualification Statements will not be accepted by facsimile transmission or
e-mail.
Subsequent to issuance of this RFQ, the Town (through the issuance of addenda to all firms that have received a copy of
the RFQ) may modify, supplement or amend the provisions of this RFQ in order to respond to inquiries received from
prospective Respondents or as otherwise deemed necessary or appropriate by, and in the sole judgment of, the Town.
TABLE 1
ANTICIPATED PROCUREMENT SCHEDULE
ACTIVITY
DATE
1. Issuance of Request for Qualifications
November 9, 2023
2. Receipt of Qualification Statements
December 7, 2023
3. Completion of Evaluation of Qualification Statements by the Review Team December 14, 2023
4. Town Review of Review Team Recommendations
December 28, 2023
5. Approval of Professional Services Resolutions by Town Council
January 9, 2024
Section 1.3.
Conditions Applicable to RFQ.
Upon submission of a Qualification Statement in response to this RFQ, the Respondent acknowledges and consents to
the following conditions relative to the submission and review and consideration of its Qualification Statement:
This document is an RFQ and does not constitute an RFP.
This RFQ does not commit the Town to issue an RFP.
All costs incurred by the Respondent in connection with responding to this RFQ shall be borne solely
by the Respondent.
The Town reserves the right, in its sole judgment, to reject for any reason, any and all responses and
components thereof and to eliminate any and all Respondents responding to this RFQ from further
consideration for this procurement.
The Town reserves the right, in its sole judgment, to reject any Respondent that submits incomplete
responses to this RFQ, or a Qualification Statement that is not responsive to the requirements of this
RFQ.
The Town reserves the right, without prior notice, to supplement, amend, or otherwise modify this RFQ,
or otherwise request additional information.
All Qualification Statements shall become the property of the Town and will not be returned.
5
All Qualification Statements will be made available to the public at the appropriate time, as determined
by the Town, in the exercise of its sole discretion, in accordance with applicable law.
The Town may request Respondents to send representatives to the Town for interviews.
Any and all Qualification Statements not received by the Town by 4:00 p.m. prevailing time on
December 7, 2023 will be rejected.
Neither the Town, its consultants or advisors, nor their respective staffs, including, but not limited to,
the Review Team, shall be liable for any claims or damages resulting from the solicitation or preparation
of the Qualification Statement, nor will there be any reimbursement to Respondents for the cost of
preparing and submitting a Qualification Statement or for participating in this procurement process.
Section 1.4.
Rights of Town.
The Town reserves, holds and may exercise, at its sole discretion, the following rights and options with regard to this
RFQ and the procurement process in accordance with the provisions of applicable law:
To determine that any Qualification Statement received complies or fails to comply with the terms of
this RFQ.
To supplement, amend or otherwise modify the RFQ through issuance of addenda to all prospective
Respondents who have received a copy of this RFQ.
To waive any technical non-conformance with the terms of this RFQ.
To change or alter the schedule for any events called for in this RFQ upon the issuance of notice to all
prospective Respondents who have received a copy of this RFQ.
To conduct investigations of any or all of the Respondents, as the Town deems necessary or convenient,
to clarify the information provided as part of the Qualification Statement and to request additional
information to support the information included in any Qualification Statement.
To suspend or terminate the procurement process described in this RFQ at any time in the Town’s sole
discretion. If terminated, the Town may determine to commence a new procurement process or exercise
any other rights provided under applicable law without any obligation to the Respondents.
The Town shall be under no obligation to complete all or any portion of the procurement process described in this RFQ.
Section 1.5
Addenda or Amendments to RFQ.
During the period provided for the preparation of responses to the RFQ, the Town may issue addenda, amendments or
answers to written inquiries. Those addenda will be noticed by the Town and will constitute a part of the RFQ. All
responses to the RFQ shall be prepared with full consideration of the addenda issued prior to the proposal submission
date.
6
Section 1.6
Cost of Proposal Preparation.
Each proposal and all information required to be submitted pursuant to the RFQ shall be prepared at the sole cost and
expense of the respondent. There shall be no claims whatsoever against the Town, its staff, its consultants or such
consultants’ staff, for reimbursement for the payment of costs or expenses incurred in the preparation of the Qualification
Statement or other information required by the RFQ.
Section 1.7
Proposal Format.
Responses should cover all information requested in the questions to be answered in this RFQ.
Responses which in the judgment of the Town fail to meet the requirements of the RFQ or which are in any way
conditional, incomplete, obscure, contain additions or deletions from requested information, or contain errors. may be
rejected.
SECTION 2
SCOPE OF SERVICES
It is the intent of the Town to solicit Qualification Statements from Respondents that have expertise in the provision of
Insurance Broker and Risk Management Services. Firms and/or persons responding to this RFQ shall be able to
demonstrate that they will have the continuing capabilities to perform these services.
Section 2.1
Insurance Broker
Services to be provided include, but are not necessarily limited to the following:
A. Assistance with the development of long-range insurance strategies;
B. Management of all aspects of the Town’s insurance program;
C. Identification and analysis of risks arising out of current and future operations;
D. Review of contracts for insurance compliance;
E. Acting as liaison between the Town and all insurance carriers, brokers, providers, or claimants and Risk
Management Consultant to Joint Insurance Fund(s);
F. Monitoring, review and presentation of data to help manage claims on all current and future policies;
G. Continuous review and analysis of insurance coverage and policies to keep up with industry changes,
continuing operations and growth;
H. Notification of Town staff as to local, state and federal regulations and recommendations for compliance as
required;
7
I. Participation in on-going meetings with Town staff to review losses, safety recommendations, government
regulations, insurance requirements, etc.
SECTION 3
SUBMISSION REQUIREMENTS
Section 3.1
General Requirements.
The Qualification Statement submitted by the Respondent must meet or exceed the professional, administrative and
financial qualifications set forth in this Section 3 and shall incorporate the information requested below.
In addition to the information required as described below, a Respondent may submit supplemental information that it
believes may be useful in evaluating its Qualification Statement. Respondents are encouraged to be clear, factual, and
concise in their presentation of information.
Section 3.2
Administrative Information Requirements.
The Respondent shall, as part of its Qualification Statement, provide the following information:
A. An executive summary (not to exceed two (2) pages) of the information contained in all the other parts of
the Qualification Statement.
B. A completed and executed Letter of Qualification (See Appendix A to this RFQ).
C. Name, address and telephone number of the firm or firms submitting the Qualification Statement pursuant
to this RFQ, and the name of the key contact person.
D. A description of the business organization (i.e., corporation, partnership, joint venture, etc.) of each firm, its
ownership and its organizational structure.
i.
Provide the names and business addresses of all Principals of the firm or firms submitting the
Qualification Statement. For purposes of this RFQ, "Principals" means persons possessing an
ownership interest in the Respondent. If the Respondent is a corporation, "Principals" shall
include each investor who would have any amount of operational control over the Respondent
and every stockholder having an ownership interest of ten percent (10%) or more in the firm.
ii.
If a firm is a partially owned or a fully-owned subsidiary of another firm, identify the parent
company and describe the nature and extent of the parents' approval rights over the activities of
the firm submitting a Qualification Statement. Describe the approval process.
iii.
If the Respondent is a partnership or a joint venture or similar organization, provide comparable
information as required in (b) above for each member of the partnership, joint venture or similar
organization.
iv.
A statement that the Respondent has complied with all applicable affirmative action (or similar)
requirements with respect to its business activities, together with evidence of such compliance
8
E. An executed Letter of Intent (See Appendix B).
F. An executed Payment Conditions and Rate Schedules Form (See Appendix C).
G. An executed Americans with Disabilities Act of 1990 Acknowledgement Form (See Appendix D).
H. The number of years the business organization has been in business under its present name.
I. The number of years the business organization has been under its current management.
J. Any judgments, claims or suits within the last three (3) years in which Respondent has been adjudicated
liable for professional malpractice. If yes, please explain.
K. Whether the business organization is now or has been involved in any bankruptcy or re-organization
proceedings in the last ten (10) years. If yes, please explain.
L. Confirm appropriate federal and state licenses to perform activities. Submit a copy of the Firm’s Business
Registration Certificate.
Section 3.3
Professional Information Requirements.
A. Respondent shall submit a description of its overall experience in providing the type of services sought in
the RFQ. At a minimum, the following information on past experience should be included as appropriate to
the RFQ:
i.
Description and scope of past experience of Respondent, specifically including
prior experience as an insurance broker & risk management consultant in the public sector
market place in New Jersey;
ii.
Current List of public entity clients with contact name, title, telephone number,
lines of business and estimated number of employees;
iii.
Name, address and contact information of at least five (5) public references;
iv.
Relevance of Respondent’s experience to this RFQ.
B. A narrative statement of the Respondent’s understanding of the Town’s needs and goals.
C. Describe the services that Respondent would perform directly.
D. Describe those portions of the Respondent’s services, if any, that are sub-contracted out. Identify all
subcontractors the Respondent anticipates using in connection with this project.
E. List all immediate relatives of Principal(s) of Respondent who are Town employees or elected officials of
the Town. For purposes of the above, “immediate relative” means a spouse, parent, stepparent, brother,
sister, child, stepchild, direct-line aunt or uncle, grandparent, grandchild, and in-laws by reason of relation.
F. Describe the services your firm routinely performs for public entity clients.
G. Resumes of key employees.
9
SECTION 4
INSTRUCTIONS TO RESPONDENTS
Section 4.1
Submission of Qualification Statements.
Respondents must submit an original and one (1) copy of their Qualification Statement to the Designated Contact Person:
Ms. Jillian Barrick
Business Administrator
Town of Morristown
200 South St. CN914
Room 239, Office of Mayor/Administration
Morristown, NJ 07963-0914
Qualification Statements must be received by the Town no later than 4:00 p.m. (prevailing time) on December 7, 2023
and must be mailed or hand-delivered. Qualification Statements forwarded by facsimile or e-mail will not be accepted.
To be responsive, Qualification Statements must provide all requested information, and must be in strict conformance
with the instructions set forth herein. Qualification Statements and all related information must be bound, and signed
and acknowledged by the Respondent.
SECTION 5
EVALUATION
The Town’s objective in soliciting Qualification Statements is to enable it to select a firm or organization that will
provide high quality and cost effective services to the citizens of Morristown. The Town will consider Qualification
Statements only from firms or organizations that, in the Town’s judgment, have demonstrated the capability and
willingness to provide high quality services to the citizens of the Town in the manner described in this RFQ.
Proposals will be evaluated by the Town on the basis of the most advantageous, all relevant factors considered. The
evaluation will consider:
1.
Experience and reputation in the field;
2.
Knowledge of the Town and the subject matter addressed under the contract;
3.
Availability to accommodate the required meetings of the Town; and
4.
Other factors demonstrated to be in the best interest of the Town.
10
APPENDIX A
LETTER OF QUALIFICATION
(Note: To be typed on Respondent's Letterhead. No modifications may be made to this letter)
[INSERT DATE]
Attn: Ms. Jillian Barrick
Business Administrator
Town of Morristown
200 South St. CN914
Morristown, NJ 07963-0914
Dear Ms. Barrick:
The undersigned has reviewed its Qualification Statement submitted in response to the Request for Qualifications (RFQ)
issued by the Town of Morristown ("Town"), dated __________________, in connection with the Town’s need for
Insurance Broker and Risk Management Consultant Services.
We affirm that the contents of our Qualification Statement (which Qualification Statement is incorporated herein by
reference), are accurate, factual and complete to the best of our knowledge and belief and that the Qualification Statement
is submitted in good faith upon the express understanding that any false statement may result in the disqualification of
(Name of Respondent).
(Respondent shall sign and complete the spaces provided below. If a joint venture, appropriate officers of each company
shall sign.)
(Signature of Chief
Executive Officer)
(Typed Name and Title)
(Type Name of Firm)
Dated: ___________________
11
APPENDIX B
LETTER OF INTENT
(Note: To be typed on Respondent's Letterhead. No modifications may be made to this letter)
[INSERT DATE]
Attn: Ms. Jillian Barrick, Business Administrator
Town of Morristown
200 South St. CN914
Morristown, NJ 07963-0914
Dear Ms. Barrick:
The undersigned, as Respondent, has (have) submitted the attached Qualification Statement in response to a Request for
Qualifications (RFQ), issued by the Town of Morristown ("Town"), dated __________________in connection with the
Town’s need for and Insurance Broker and Risk Management Consultant Services.
(Name of Respondent) HEREBY STATES:
The Qualification Statement contains accurate, factual and complete information.
1. (Name of Respondent) agrees (agrees) to participate in good faith in the procurement process as described in the
RFQ and to adhere to the Town's procurement schedule.
2. (Name of Respondent) acknowledges (acknowledge) that all costs incurred by it (them) in connection with the
preparation and submission of the Qualification Statement and any proposal prepared and submitted in response to
the RFQ, or any negotiation which results therefrom shall be borne exclusively by the Respondent.
3. (Name of Respondent) hereby declares (declare) that the only persons participating in this Qualification Statement
as Principals are named herein and that no person other than those herein mentioned has any participation in this
Qualification Statement or in any contract to be entered into with respect thereto. Additional persons may
subsequently be included as participating Principals, but only if acceptable to the Town. (Name of Respondent)
declares that this Qualification Statement is made without connection with any other person, firm or parties who has
submitted a Qualification Statement, except as expressly set forth below and that it has been prepared and has been
submitted in good faith and without collusion or fraud.
4. (Name of Respondent) acknowledges and agrees that the Town may modify, amend, suspend and/or terminate the
procurement process (in its sole judgment). In any case, the Town shall not have any liability to the Respondent for
any costs incurred by the Respondent with respect to the procurement activities described in this RFQ.
5. (Name of Respondent) acknowledges that any contract executed with respect to the provision of Insurance Broker
and Risk Management Services must comply with all applicable affirmative action and similar laws. Respondent
hereby agrees to take such actions as are required in order to comply with such applicable laws.
(Respondent shall sign and complete the space provided below. If a joint venture, appropriate officers of each company shall
sign.)
(Signature of Chief Executive Officer)
(Typed Name and Title)
(Type Name of Firm)
Dated: ________________
12
APPENDIX C
PAYMENT CONDITIONS AND RATE SCHEDULES
The compensation for the Insurance Broker & Risk Management Consultant shall be Fifteen Thousand Dollars
($15,000.00).
Signature: The undersigned hereby acknowledges and accepts the established payment terms.
Name of Respondent/Firm:__________________________________
Print name and title:________________________________________
Signature:________________________________________________
Date:____________________________________________________
ATTEST:
________________________________
Witness
13
APPENDIX D
AMERICANS WITH DISABILITIES ACT OF 1990
ACKNOWLEDGEMENT FORM
This form is an agreement of the successful Vendor’s obligation to comply with the requirements of 42 U.S.C.
§121.01 et seq., referred to as the Americans Disability Act of 1990.
The undersigned Vendor hereby acknowledges receipt of the Americans with Disabilities Act of 1990 found at
Appendix B of this packet.
The undersigned Vendor hereby certifies that he/she is aware of the commitment to comply with the requirements
of 42 U.S.C. §121.01 et seq. and agrees to furnish any required forms as evidence of compliance.
The undersigned Vendor further certifies that he/she understands that his/her proposal shall be rejected as non-
responsive and any contract entered into shall be void and of no effect if said Vendor fails to comply with the
requirements of 42 U.S.C. §121.01 et seq.
COMPANY:___________________________ TITLE:______________________________
PRINT NAME: __________________________SIGNATURE:_______________________________
DATE: ______________________
--- Document: 2024 Health Insurance Broker.pdf ---
NOTE: The Town of Morristown will consider proposals only from firms or organizations that have
demonstrated the capability and willingness to provide high quality services in the manner described in this
Request for Qualifications.
REQUEST FOR QUALIFICATIONS
FOR A HEALTH INSURANCE BROKER
ISSUE DATE: November 9, 2023
DUE DATE: December 7, 2023
Issued by:
Town of Morristown
2
GLOSSARY
The following definitions shall apply to and are used in this Request for Qualifications:
"Principals" means persons possessing an ownership interest in the Respondent. If the Respondent is a corporation,
"Principals" shall include each investor who would have any amount of operational control over the Respondent and
every stockholder having an ownership interest of ten percent (10%) or more in the firm.
"Qualification Statement" - refers to the complete responses to this RFQ submitted by the Respondents.
"Qualified Respondent" - refers to those Respondents who (in the sole judgment of the Town) have satisfied the
qualification criteria set forth in this RFQ.
"Respondent" or "Respondents" - refers to the interested firm(s) that submit a Qualification Statement.
“Review Team” – Members of the Town Administration and its legal and/or financial advisors who shall review the
Qualification Statements.
"RFQ" - refers to this Request for Qualifications, including any amendments thereof or supplements thereto.
"Town" - refers to the Town of Morristown.
3
SECTION 1
INTRODUCTION AND GENERAL INFORMATION
Section 1.1.
Introduction and Purpose.
The Town is soliciting Qualification Statements from interested persons and/or firms for a Health Insurance Broker,
as more particularly described herein. Through a Request for Qualification process described herein, persons and/or
firms interested in assisting the Town with the provision of such services must prepare and submit a Qualification
Statement in accordance with the procedures and schedules in this RFQ. The Town will review Qualification Statements
only from those firms that submit a Qualification Statement which includes all the information required to be included
as described herein (in the sole judgment of the Town). The Town intends to qualify person(s) and/or firm(s) that: (a)
possesses the professional, financial and administrative capabilities to provide the proposed services, and (b) will agree
to work under the compensation terms and conditions determined by the Town to provide the greatest benefit to the
taxpayers of Morristown.
Section 1.2.
Procurement Process and Schedule.
The selection of Qualified Respondents is not subject to the bidding provisions of the Local Public Contracts Law,
N.J.S.A. 40A:11-1 et seq. The selection is subject to the New Jersey Local Unit Pay-to-Play Law, N.J.S.A. 19:44A-20.4
et seq. and Morristown to Play Ordinance 2-87. The Town has structured a procurement process that seeks to obtain the
desired results described above, while establishing a competitive process to assure that each person and/or firm is
provided with an equal opportunity to submit a Qualification Statement in response to the RFQ. Qualification Statements
will be evaluated in accordance with the criteria set forth in Section 5 of this RFQ, which will be applied in the same
manner to each Qualification Statement received. Respondents agree to at all times abide by all requirements of New
Jersey law.
Qualification Statements will be reviewed and evaluated by the Town Administration and its legal and/or financial
advisors (collectively, the "Review Team"). The Qualification Statements will be reviewed to determine if the
Respondent has met the minimum professional, administrative and financial criteria described in this RFQ. Under no
circumstances will a member of the Review Team review responses to an RFQ for a position which they or their firm
submitted a response. Based upon the totality of the information contained in the Qualification Statement, including
information about the reputation and experience of each Respondent, the Town will (in its sole judgment) determine
which Respondents are qualified from professional, administrative and financial standpoints. Each Respondent that
meets the requirements of the RFQ (in the sole judgment of the Town) will be designated as a Qualified Respondent and
will be given the opportunity to participate in the selection process determined by the Town.
The RFQ process commences with the issuance of this RFQ. The steps involved in the process and the anticipated
completion dates are set forth in Table 1, Procurement Schedule. The Town reserves the right to, among other things,
amend, modify or alter the Procurement Schedule upon notice to all potential Respondents.
All communications concerning this RFQ or the RFQ process shall be directed to the Town’s Designated Contact Person,
in writing.
4
Designated Contact Person:
Jillian Barrick
Business Administrator
Town of Morristown
200 South St. CN914
Room 239, Office of Mayor/Administration
Morristown, NJ 07963-0914
Qualification Statements must be submitted to, and be received by, the Town, by hand delivery or regular mail, by 4:00
p.m. prevailing time on December 7, 2023. Qualification Statements will not be accepted by facsimile transmission or
e-mail.
Subsequent to issuance of this RFQ, the Town (through the issuance of addenda to all firms that have received a copy of
the RFQ) may modify, supplement or amend the provisions of this RFQ in order to respond to inquiries received from
prospective Respondents or as otherwise deemed necessary or appropriate by, and in the sole judgment of, the Town.
TABLE 1
ANTICIPATED PROCUREMENT SCHEDULE
ACTIVITY
DATE
1. Issuance of Request for Qualifications
November 9, 2023
2. Receipt of Qualification Statements
December 7, 2023
3. Completion of Evaluation of Qualification Statements by the Review Team December 14, 2023
4. Town Review of Review Team Recommendations
December 28, 2023
5. Approval of Professional Services Resolutions by Town Council
January 9, 2024
Section 1.3.
Conditions Applicable to RFQ.
Upon submission of a Qualification Statement in response to this RFQ, the Respondent acknowledges and consents to
the following conditions relative to the submission and review and consideration of its Qualification Statement:
This document is an RFQ and does not constitute an RFP.
This RFQ does not commit the Town to issue an RFP.
All costs incurred by the Respondent in connection with responding to this RFQ shall be borne solely
by the Respondent.
The Town reserves the right, in its sole judgment, to reject for any reason, any and all responses and
components thereof and to eliminate any and all Respondents responding to this RFQ from further
consideration for this procurement.
The Town reserves the right, in its sole judgment, to reject any Respondent that submits incomplete
responses to this RFQ, or a Qualification Statement that is not responsive to the requirements of this
RFQ.
5
The Town reserves the right, without prior notice, to supplement, amend, or otherwise modify this RFQ,
or otherwise request additional information.
All Qualification Statements shall become the property of the Town and will not be returned.
All Qualification Statements will be made available to the public at the appropriate time, as determined
by the Town, in the exercise of its sole discretion, in accordance with applicable law.
The Town may request Respondents to send representatives to the Town for interviews.
Any and all Qualification Statements not received by the Town by 4:00 p.m. prevailing time on
December 7, 2023 will be rejected.
Neither the Town, its consultants or advisors, nor their respective staffs, including, but not limited to,
the Review Team, shall be liable for any claims or damages resulting from the solicitation or preparation
of the Qualification Statement, nor will there be any reimbursement to Respondents for the cost of
preparing and submitting a Qualification Statement or for participating in this procurement process.
Section 1.4.
Rights of Town.
The Town reserves, holds and may exercise, at its sole discretion, the following rights and options with regard to this
RFQ and the procurement process in accordance with the provisions of applicable law:
To determine that any Qualification Statement received complies or fails to comply with the terms of
this RFQ.
To supplement, amend or otherwise modify the RFQ through issuance of addenda to all prospective
Respondents who have received a copy of this RFQ.
To waive any technical non-conformance with the terms of this RFQ.
To change or alter the schedule for any events called for in this RFQ upon the issuance of notice to all
prospective Respondents who have received a copy of this RFQ.
To conduct investigations of any or all of the Respondents, as the Town deems necessary or convenient,
to clarify the information provided as part of the Qualification Statement and to request additional
information to support the information included in any Qualification Statement.
To suspend or terminate the procurement process described in this RFQ at any time in the Town’s sole
discretion. If terminated, the Town may determine to commence a new procurement process or exercise
any other rights provided under applicable law without any obligation to the Respondents.
The Town shall be under no obligation to complete all or any portion of the procurement process described in this RFQ.
Section 1.5
Addenda or Amendments to RFQ.
6
During the period provided for the preparation of responses to the RFQ, the Town may issue addenda, amendments or
answers to written inquiries. Those addenda will be noticed by the Town and will constitute a part of the RFQ. All
responses to the RFQ shall be prepared with full consideration of the addenda issued prior to the proposal submission
date.
Section 1.6
Cost of Proposal Preparation.
Each proposal and all information required to be submitted pursuant to the RFQ shall be prepared at the sole cost and
expense of the respondent. There shall be no claims whatsoever against the Town, its staff, its consultants or such
consultants’ staff, for reimbursement for the payment of costs or expenses incurred in the preparation of the Qualification
Statement or other information required by the RFQ.
Section 1.7
Proposal Format.
Responses should cover all information requested in the questions to be answered in this RFQ.
Responses which in the judgment of the Town fail to meet the requirements of the RFQ or which are in any way
conditional, incomplete, obscure, contain additions or deletions from requested information, or contain errors. may be
rejected.
SECTION 2
SCOPE OF SERVICES
It is the intent of the Town to solicit Qualification Statements from Respondents that have expertise in the provision of
Health Insurance Broker. Firms and/or persons responding to this RFQ shall be able to demonstrate that they will
have the continuing capabilities to perform these services.
Section 2.1
Insurance Broker
Services to be provided include, but are not necessarily limited to the following:
A. Identifying issues and exposures and negotiating on the Town’s behalf with insurance carriers, keeping the
Town informed of significant developments affecting its insurance coverage. The Respondent selected as
the Town’s broker of record (“Broker”) shall be authorized to represent and assist the Town in discussions
and transactions with all insurance carriers, provided that the Broker shall not place any insurance on behalf
of the Town unless so authorized in writing by the Town.
B. Following up with insurance carriers for timely issuance of policies and endorsements placing coverage
delivery binders to the Town prior to the expiration of the current policies.
C. Reviewing policies and endorsements for accuracy and conformity to specifications and negotiated
coverages.
D. Providing coverage summaries to the Town for all new coverages and updates on changes to existing
coverages.
7
E. Processing or facilitating the processing of certificates of insurance, as requested by the Town
F. Forwarding the Town’s claims to the insurance carrier: The Broker shall monitor the claim status and assist
the Town in obtaining timely resolution of the submitted claim.
G. Attending regular, special and emergency meetings of the Town, if required.
H. Attending any other meetings that the Town deems necessary.
I. Reviewing all correspondence referred by the Town, and preparation of correspondence on behalf of the
Town, if requested.
J. The Health Insurance consultant/broker will be required to perform the following services:
i.
Assistance with the development of and planning of long range health insurance strategies.
ii.
Recommendations and Negotiations to procure health insurance coverage, prescription
coverage, including assisting the Town in the preparation of Requests for Proposals.
iii.
Assist in managing of all aspects of the Town’s health insurance program.
iv.
Analysis of proposals in connection with health insurance procurement, including, but not
limited to, recommending selection criteria, marketplaces and assisting in an advisory capacity
the evaluation of proposals.
v.
Participation in on-going meetings with the Town personnel regarding insurance strategies and
day to day operations of the Town’s health insurance needs.
vi.
Assistance in the development of alternative strategies to reduce risk to assets and resources;
consultation as to the probable impact of strategies elected by the Town.
vii.
Assist the Town as a resource during collective bargaining sessions.
viii.
Facilitate employee group sessions at open enrollments and/or when changes are introduced.
ix.
Create employee communication pieces as necessary/requested by the Town.
x.
Monitor/Ensure carrier compliance with plans, commitments, and facilitate carrier relationship
with the Town.
xi.
Market programs periodically.
K. Actuarial review and preparation of appropriate GASB 45 evaluation.
L. Proposer must have a minimum of five (5) years servicing the Town of Morristown or other governmental
entities with a focus on Town governments.
M. Proposer should provide information on similar services offered to other governmental clients.
N. The education, qualifications, experience, and training of all persons who would be assigned to provide
services along with their names and titles. The proposer MUST possess both an Agency License and
Individual Licenses for those persons who would be assigned to provide services to the Town of Morristown
from the New Jersey Department of Banking Insurance.
O. A listing of all other engagements where services of the types being proposed were provided in the past five
(5) years. This should include other Town governments and other levels of government. Contact information
8
for the recipients of the similar services must be provided. The Town may obtain references from any of the
parties listed.
P. A description of all other areas of insurance consulting/brokerage of the proposer, with emphasis on a
description of those services of interest to a government client.
All annual rate renewal reports shall include the following:
Executive Summary: Include key findings and recommendations; (recommendations can include, in
addition to rate actions, the removal plans or corrective actions, the issuance of a request for proposal,
new benefit recommendations or deletions of old benefits, revised programs, etc.), and historical
highlights (overall historical trends in membership, reserves, trends, etc.
Enrollment history and trends
Analysis of Health Care Trends: Methodology for prediction of trend (for medical plans separate
claims and utilization analyses are developed
Financial Projections: Determination of past period to project need for renewal
Development of Rate Renewal: as part of the analysis, for medical, prescription and dental plans
analysis will include identification of plan costs and utilization trends and how those trends parallel or
vary from known general experience for other carriers Statewide Presentation of Premium Rates
Town claims experience will be provided to the Contractor on a quarterly basis by the Plan
administrator for the Medical and Prescription Drug Plan. Claims experience provided shall be
analyzed upon receipt by the Contractor and any concerns that the Contractor may have relating
thereto shall be immediately reported to the Contract Manager
During the spring of each year, the administrator for each plan will provide the Contractor with a
written projection of costs and proposed rate renewal for the following calendar year. For each Plan
noted, the Contractor will independently develop rate renewal projections based upon the Contractor’s
review of the Town’s experience, cost and utilization trends.
SECTION 3
SUBMISSION REQUIREMENTS
Section 3.1
General Requirements.
The Qualification Statement submitted by the Respondent must meet or exceed the professional, administrative and
financial qualifications set forth in this Section 3 and shall incorporate the information requested below.
In addition to the information required as described below, a Respondent may submit supplemental information that it
believes may be useful in evaluating its Qualification Statement. Respondents are encouraged to be clear, factual, and
concise in their presentation of information.
Section 3.2
Administrative Information Requirements.
The Respondent shall, as part of its Qualification Statement, provide the following information:
A.
An executive summary (not to exceed two (2) pages) of the information contained in all the other parts
of the Qualification Statement.
9
B.
A completed and executed Letter of Qualification (See Appendix A to this RFQ).
C.
Name, address and telephone number of the firm or firms submitting the Qualification Statement
pursuant to this RFQ, and the name of the key contact person.
D.
A description of the business organization (i.e., corporation, partnership, joint venture, etc.) of each firm,
its ownership and its organizational structure.
i.
Provide the names and business addresses of all Principals of the firm or firms submitting the
Qualification Statement. For purposes of this RFQ, "Principals" means persons possessing an
ownership interest in the Respondent. If the Respondent is a corporation, "Principals" shall include
each investor who would have any amount of operational control over the Respondent and every
stockholder having an ownership interest of ten percent (10%) or more in the firm.
ii.
If a firm is a partially owned or a fully-owned subsidiary of another firm, identify the parent
company and describe the nature and extent of the parents' approval rights over the activities of the
firm submitting a Qualification Statement. Describe the approval process.
iii.
If the Respondent is a partnership or a joint venture or similar organization, provide comparable
information as required in (b) above for each member of the partnership, joint venture or similar
organization.
iv.
A statement that the Respondent has complied with all applicable affirmative action (or similar)
requirements with respect to its business activities, together with evidence of such compliance.
v.
An executed Letter of Intent (See Appendix B).
vi.
An executed Payment Conditions and Rate Schedules Form (See Appendix C).
vii.
An executed Americans with Disabilities Act of 1990 Acknowledgement Form (See Appendix D).
viii.
The number of years the business organization has been in business under its present name.
ix.
The number of years the business organization has been under its current management.
x.
Any judgments, claims or suits within the last three (3) years in which Respondent has been
adjudicated liable for professional malpractice. If yes, please explain.
xi.
Whether the business organization is now or has been involved in any bankruptcy or re-organization
proceedings in the last ten (10) years. If yes, please explain.
xii.
Confirm appropriate federal and state licenses to perform activities. Submit a copy of the Firm’s
Business Registration Certificate.
Section 3.3 Professional Information Requirements.
10
A. Respondent shall submit a description of its overall experience in providing the type of services sought
in the RFQ. At a minimum, the following information on past experience should be included as
appropriate to the RFQ:
i.
Description and scope of past experience of Respondent, specifically including prior experience as
a health insurance broker of record in the public sector market place in New Jersey;
ii. Current List of public entity clients with contact name, title, telephone number, lines of business
and estimated number of employees;
iii. Name, address and contact information of at least five (5) public references;
iv. Relevance of Respondent’s experience to this RFQ.
B. A narrative statement of the Respondent’s understanding of the Town’s needs and goals.
C. Describe the services that Respondent would perform directly.
D. Describe those portions of the Respondent’s services, if any, that are sub-contracted out. Identify all
subcontractors the Respondent anticipates using in connection with this project.
E. List all immediate relatives of Principal(s) of Respondent who are Town employees or elected officials
of the Town. For purposes of the above, “immediate relative” means a spouse, parent, stepparent,
brother, sister, child, stepchild, direct-line aunt or uncle, grandparent, grandchild, and in-laws by reason
of relation.
F. Describe the claims administration services to be provided to covered employees and retirees.
G. Describe the services your firm routinely performs for public entity clients.
H. Describe the direct involvement with efforts to reduce health claims for public entity clients (wellness
programs, employee health fairs, etc.)
I. Resumes of key employees.
SECTION 4
INSTRUCTIONS TO RESPONDENTS
Section 4.1
Submission of Qualification Statements.
Respondents must submit an original and one (1) copy of their Qualification Statement to the Designated Contact Person:
Ms. Jillian Barrick,Business Administrator
Town of Morristown
200 South St. CN914
Room 239, Office of Mayor/Administration
Morristown, NJ 07963-0914
11
Qualification Statements must be received by the Town no later than 4:00 p.m. (prevailing time) on December 7, 2023
and must be mailed or hand-delivered. Qualification Statements forwarded by facsimile or e-mail will not be accepted.
To be responsive, Qualification Statements must provide all requested information, and must be in strict conformance
with the instructions set forth herein. Qualification Statements and all related information must be bound, and signed
and acknowledged by the Respondent.
SECTION 5
EVALUATION
The Town’s objective in soliciting Qualification Statements is to enable it to select a firm or organization that will
provide high quality and cost effective services to the citizens of Morristown. The Town will consider Qualification
Statements only from firms or organizations that, in the Town’s judgment, have demonstrated the capability and
willingness to provide high quality services to the citizens of the Town in the manner described in this RFQ.
Proposals will be evaluated by the Town on the basis of the most advantageous, all relevant factors considered. The
evaluation will consider:
1.
Experience and reputation in the field;
2.
Knowledge of the Town and the subject matter addressed under the contract;
3.
Availability to accommodate the required meetings of the Town; and
4.
Other factors demonstrated to be in the best interest of the Town.
12
APPENDIX A
LETTER OF QUALIFICATION
(Note: To be typed on Respondent's Letterhead. No modifications may be made to this
letter)
[INSERT DATE]
Attn: Ms. Jillian Barrick
Business Administrator
Town of Morristown
200 South St. CN914
Morristown, NJ 07963-0914
Dear Ms. Barrick:
The undersigned has reviewed its Qualification Statement submitted in response to the Request for Qualifications
(RFQ) issued by the Town of Morristown ("Town"), dated __________________, in connection with the Town’s
need for a Health Insurance Broker.
We affirm that the contents of our Qualification Statement (which Qualification Statement is incorporated herein
by reference), are accurate, factual and complete to the best of our knowledge and belief and that the Qualification
Statement is submitted in good faith upon the express understanding that any false statement may result in the
disqualification of (Name of Respondent).
(Respondent shall sign and complete the spaces provided below. If a joint venture, appropriate officers
of each company shall sign.)
(Signature of Chief
Executive Officer)
(Typed Name and Title)
(Type Name of Firm)
Dated: ___________________
13
APPENDIX B
LETTER OF INTENT
(Note: To be typed on Respondent's Letterhead. No modifications may be made to this
letter)
[INSERT DATE]
Attn: Ms. Jillian Barrick
Business Administrator
Town of Morristown
200 South St. CN914
Morristown, NJ 07963-0914
Dear Ms. Barrick:
The undersigned, as Respondent, has (have) submitted the attached Qualification Statement in response to a
Request for Qualifications (RFQ), issued by the Town of Morristown ("Town"), dated __________________in
connection with the Town’s need for a Health Insurance Broker.
(Name of Respondent) HEREBY STATES:
1.
The Qualification Statement contains accurate, factual and complete information.
2.
(Name of Respondent) agrees (agrees) to participate in good faith in the procurement process as
described in the RFQ and to adhere to the Town's procurement schedule.
3.
(Name of Respondent) acknowledges (acknowledge) that all costs incurred by it (them) in
connection with the preparation and submission of the Qualification Statement and any proposal
prepared and submitted in response to the RFQ, or any negotiation which results therefrom shall
be borne exclusively by the Respondent.
4.
(Name of Respondent) hereby declares (declare) that the only persons participating in this
Qualification Statement as Principals are named herein and that no person other than those herein
mentioned has any participation in this Qualification Statement or in any contract to be entered
into with respect thereto. Additional persons may subsequently be included as participating
Principals, but only if acceptable to the Town. (Name of Respondent) declares that this
Qualification Statement is made without connection with any other person, firm or parties who
has submitted a Qualification Statement, except as expressly set forth below and that it has been
prepared and has been submitted in good faith and without collusion or fraud.
5.
(Name of Respondent) acknowledges and agrees that the Town may modify, amend, suspend
and/or terminate the procurement process (in its sole judgment). In any case, the Town shall not
have any liability to the Respondent for any costs incurred by the Respondent with respect to the
procurement activities described in this RFQ.
6.
(Name of Respondent) acknowledges that any contract executed with respect to the provision of
Health Insurance Broker Services must comply with all applicable affirmative action and
similar laws. Respondent hereby agrees to take such actions as are required in order to comply
with such applicable laws.
(Respondent shall sign and complete the space provided below. If a joint venture, appropriate officers of each
company shall sign.)
(Signature of Chief Executive Officer)
(Typed Name and Title)
(Type Name of Firm)
Dated: ________________
14
APPENDIX C
PAYMENT CONDITIONS AND RATE SCHEDULES
The compensation for the Health Insurance Broker shall be three percent (3%) of the total premium or One
Hundred Twenty Five Thousand Dollars ($125,000.00), whichever is lower.
Signature: The undersigned hereby acknowledges and accepts the established payment terms.
Name of Respondent/Firm:__________________________________
Print name and title:________________________________________
Signature:________________________________________________
Date:____________________________________________________
ATTEST:
________________________________
Witness
15
APPENDIX D
AMERICANS WITH DISABILITIES ACT OF 1990
ACKNOWLEDGEMENT FORM
This form is an agreement of the successful Vendor’s obligation to comply with the requirements of 42 U.S.C.
§121.01 et seq., referred to as the Americans Disability Act of 1990.
The undersigned Vendor hereby acknowledges receipt of the Americans with Disabilities Act of 1990 found at
Appendix B of this packet.
The undersigned Vendor hereby certifies that he/she is aware of the commitment to comply with the requirements
of 42 U.S.C. §121.01 et seq. and agrees to furnish any required forms as evidence of compliance.
The undersigned Vendor further certifies that he/she understands that his/her proposal shall be rejected as non-
responsive and any contract entered into shall be void and of no effect if said Vendor fails to comply with the
requirements of 42 U.S.C. §121.01 et seq.
COMPANY:___________________________ TITLE:______________________________
PRINT NAME: __________________________SIGNATURE:_______________________________
DATE: ______________________
--- Document: LEGAL NOTICE for 2024 Professional Services.pdf ---
TOWN OF MORRISTOWN
REQUEST FOR QUALIFICATIONS & PROPOSALS
The Town of Morristown (the “Town”) is soliciting Qualification Statements & Proposals from interested persons and/or
firms for the provision of the services listed below. Through the Request for Qualifications (“RFQ”) and Request for
Proposal (“RFP”) process, persons and/or firms interested in assisting the Town with the provision of such services must
prepare and submit a Qualification Statement or Proposal in accordance with the procedure and schedule in the RFQ’s and
RFP’s. The Town will review Qualification Statements & Proposals only from those firms that submit a Qualification
Statement or Proposal which includes all the information required to be included as described (in the sole judgment of the
Town). The Town intends to qualify (a) person(s) and/or firm(s) that (a) possess(es) the professional, financial and
administrative capabilities to provide the proposed services, and (b) agrees and meets the terms and conditions determined
by the Town that provide the greatest benefit to the taxpayers of Morristown.
The selection of qualified respondents is not subject to the bidding provisions of the Local Public Contracts Law, N.J.S.A.
40A:11-1 et seq. However, the selection is subject to the New Jersey Local Unit Pay-to-Play Law (the “Law”), N.J.S.A.
19:44A-20.4 et seq. The Town has structured a procurement process that seeks to obtain the desired results, while
establishing a “fair and open” process under the Law, to assure that each person and/or firm is provided an equal
opportunity to submit a Qualification Statement or Proposal in response to the RFQ and/or RFP.
Qualification Statements & Proposals must be submitted to, and be received by, Jillian Barrick, Business Administrator,
Town of Morristown, 200 South St. CN914, Morristown, NJ 07963-0914 on or before 4:00 p.m. on December 7, 2023.
Qualification Statements will not be accepted by facsimile transmission or e-mail.
CONTRACTS:
(1) Appraisal Services-Tax Assessments
(2) Financial Services-Municipal Auditor
(3) Engineering Services-Consulting Engineer
(4) General Legal Services
(5) Legal Services-Bond Counsel
(6) Legal Services-Conflict Public Defender
(7) Legal Services-Labor Counsel
(8) Legal Services-Public Defender
(9)
Legal Services-Tax Appeal Counsel
(10) Legal Services-Redevelopment Attorney
(11) Municipal Prosecutor
(12) On-Call Town Planner
(13) Conflict On-Call Town Planner
(14) Psychological Services to the Bureau of Police and Fire Protection
(15) Grant Consulting Services
(16) Information Technology Consulting Management Services
(17) Insurance Broker & Risk Management Consultant Services
(18) Health Insurance Broker
Qualification Statements & Proposals must be submitted in the manner designated in the Instructions, must be enclosed
in sealed envelopes bearing name and address of the bidder and the name of the work on the outside, addressed to the
Town of Morristown.
Interested respondents must continue to monitor the town website www.townofmorristown.org until 4:00 p.m. on
December 7, 2023 as the Town reserves the right to issue Addenda to the RFQ & RFP documents in this space. BY
ORDER OF THE MAYOR OF THE TOWN OF MORRISTOWN.
JILLIAN BARRICK
BUSINESS ADMINISTRATOR
TOWN OF MORRISTOWN
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
Evidence Detected
"...successful Bidders will be returned within three (3) days, Sundays and Holidays excepted, after award of a Contract and approval of the Contractor's performance bond. 16. Use of Bid Guarantee as Liquidated Damages All deposits made with Bids hereon shall be returned to the person making the same as soon..."
liquidated damages
Evidence Detected
"...days, Sundays and Holidays excepted, after award of a Contract and approval of the Contractor's performance bond. 16. Use of Bid Guarantee as Liquidated Damages All deposits made with Bids hereon shall be returned to the person making the same as soon as the three lowest responsible Bidders are selected..."
Quick Actions
Visit Bid PortalRequest for Proposal for Implementation Of Lead Based Paint Hazard Inspection Program.pdfADDENDUM # 1 - Questions and Answers - RFQ and RFP North Park Place posted July 8, 20024RFQ: North Park Place Redevelopment.pdfElevator Subcode Official Request for BidsLegal Notice - Aviation Council and Conflict Redevelopment Attorney.pdf2024 Legal Services - Conflict Redevelopment Attorney.pdf2024 Legal Services - Aviation Counsel.pdf2024 RFP Grant Consulting Services.pdf2024 RFP Information Technology Consulting & Management Services.pdf2024 Financial Services-Municipal Auditor.pdf2024 Legal Services-Bond Counsel.pdf2024 Legal Services-Conflict Public Defender.pdf2024 Engineering Services-Consulting Engineer.pdf2024 Legal Services-General Legal Services.pdf2024 Legal Services-Labor Counsel.pdfADDENDUM #1 2024 Labor Counsel.pdf2024 Municipal Prosecutor.pdf2024 Psychological Services to the Bureau's of Police and Fire Protection.pdf2024 Legal Services-Public Defender.pdf2024 Legal Services-Redevelopment Attorney.pdf2024 Legal Services-Tax Appeal Attorney.pdf2024 Appraisal Services-Tax Assessments.pdf2024 On-Call Planner Services.pdf2024 Conflict On-Call Planner Services.pdf2024 Insurance Broker & Risk Management.pdf2024 Health Insurance Broker.pdfLEGAL NOTICE for 2024 Professional Services.pdf
Contacts
Jillian Barrick
Business Administrator · Office of Mayor/Administration
Explore More
Timeline
First Discovered
Apr 2, 2026
Last Info Update
Apr 2, 2026
Start your 7-day free trial
Get instant notifications and full bid analysis. Existing users will be logged in automatically.
Start Free Trial