Start your 7-day free trial — unlock full access instantly.
← Back to Search1 CLAUSES FOUND
Lead Closed
This opportunity is no longer accepting submissions.
City Solicitations
BID #: N/A
ISSUED: 1/14/2025
DUE: 11/12/2025
VALUE: TBD
90
Rating
Risk Rank
Yellow Risk
AI-Powered Lead Insights
Executive Summary
The City of Somers Point, New Jersey, has issued several Requests for Proposals (RFPs) and Bids for various goods and services. These solicitations are conducted through a fair and open process in accordance with N.J.S.A. 29:44A-20.5 et seq., also known as the Local Unit Pay-to-Play Law. One RFP is for Emergency Medical Services, seeking proposals for providing Basic Life Support Emergency Medical Services. The initial RFP was posted on 12/7/16, with proposals due on December 29, 2016, at 3:00 PM. Another RFP is for a Beach Concert Proposal for Calendar Year 2025 "Summer Season" proposal due February 4th 2025 at 2:00 PM. A third RFP is seeking a disposal site for leaves and brush, collected by the City of Somers Point, for the period of January 1, 2026 through December 31, 2027; proposals are due November 12th, 2025 at 11:00 AM.
Web Content
City of Somers Point, New Jersey Community Profile Government Mayor City Council Meeting Documents Budgets / Financial Reports Boards & Commissions Art Commission Economic Development Commission Environmental Commission Historic Preservation Commission Planning Board Recreation Commission Zoning Board Services/ Departments Administration City Clerk / Registrar Construction/Zoning/Code Enforcement Court Emergency Medical Services Finance Bureau of Fire Prevention/Inspection Fire Department Police Department Office of Emergency Management Public Works Tax/Sewer Collection Tax Assessment Transportation Utilities Water and Sewer Recreation Education City Solicitations Municipal Code Somers Point Links Applications/ Registrations/Forms Accessibility Statement Home CITY SOLICITATIONS BIDS There are no BIDS at this time. RFQs - REQUEST FOR QUALIFICATIONS: PROFESSIONAL SERVICES There are no RFQs posted at this time. RFPs - REQUST FOR PROPOSALS: GOODS & SERVICES RFP Leaves and Brush Disposal Site
Document Text
--- Document: Document ---
City of Somers Point
Request for Proposals
For
Emergency Medical Services
Posted 12/7/16 JF
Proposal Due Date/Time:
December 29, 2016
3:00PM, Prevailing Time
LATE PROPOSALS WILL NOT ВЕ АССЕРTED
Page 1 of 9
It is the purpose of this Request for Proposal to solicit proposals for emergency medical services
within the City of Somers Point. In doing so, the City is utilizing competitive contracting, as
delineated in the N.J.S.A. 40A:11-4.1 et seq. and the corresponding rules promulgated in N.J.A.C.
5:34-4.1 et seq.
In order to be considered, the proposal shall be delivered to the City Administrator at the following
address:
City Administrator's Office
Somers Point City Hall
1 W. New Jersey Avenue
Somers Point, NJ 08244
On or before:
December 29, 2016
3:00 PM, prevailing time
Proposals shall be delivered in paper format, on the vendor's own stationery, in a sealed envelope,
with the front of the envelope plainly labeled:
Sealed Proposal for Emergency Medical Services
Proposals shall be opened in random order, until all proposals have been opened, beginning:
Time: 3:00 PM
December 29, 2016
Place: City Administrator's Office
Somers Point City Hall
1 W. New Jersey Avenue
Somers Point, NJ 08244
In addition to any other information requested, all proposals shall include the following documents:
Stockholder Disclosure Certification (document included herewith)
Non-collusion affidavit (document included herewith)
Equal opportunity and affirmative action statements (documents
included herewith)
1.)
2.)
3.)
4.)
5.)
6.)
Americans With Disabilities Act of 1990 Language (documents
included herewith)
Business Registration Certificate (instructions included herewith)
New Jersey Department of Health EMS Provider License
The vendor's proposal shall demonstrate a clear understanding of the scope of work and related
objectives. Also, the vendor's proposal shall be complete and responsive to the RFP requirements.
Page 2 of 9
After proposals are received, but prior to completion of the evaluation of the proposals, the City
may, at its sole option, provide the opportunity for a vendor or vendors to provide clarification
regarding their submission. Any such presentation shall address only those matters specified by the
City.
This RFP is meant to be complete and informative. If a vendor has questions about this RFP, the
questions should be addressed, in writing, to the City Administrator, at least 72 hours prior to the
opening of proposals at the below address. Responses, in writing, or by telefax, will be made
available to all vendors receiving this RFP documentation. Any questions received after 72 hours
prior to the opening of proposals will not be opened.
W. E. Swain, City Administrator
1 W. New Jersey Avenue
Somers Point, NJ 08244
Fax (609) 927-4014
The City expressly reserves the right to waive any informality, irregularity, or minor defect in the
proposals received which is not mandatory under the Local Public Contracts Law.
The City Council of the City of Somers Point reserves the right to reject any and all proposals,
and/or to make the award in the best interest of the City of Somers Point.
Scope of Work
The intention of this Request for Proposal is for the successful vendor to enter into an agreement
with the City of Somers Point to provide Basic Life Support Emergency Medical Services within
the City of Somers Point. The term of the contract shall be five (5) years, and the vendor shall
consider this term, where appropriate, in answering this request for proposal. Attached hereto as
Appendix A is the form of contract proposed by the City of Somers Point. The City of Somers Point
expects any contract entered into as a result of this proposal to be substantially similar to Appendix
A.
VENDOR MUST REVIEW THE TERMS AND CONDITIONS CONTAINED WITHIN
APPENDIX A WHICH IS A MATERIAL PART OF THIS RFP. VENDOR SHOULD
NOTE ANY EXCEPTIONS TO APPENDIX A IN ITS RFP RESPONSE.
The successful vendor shall provide the necessary staffing and equipment to respond to emergency
medical requests for service. By submitting its proposal the vendor agrees that it will provide
staffing and equipment to fully provide emergency medical care. Staffing and equipment shall be
placed on a twenty-four hour per day, seven-day per week basis throughout the term of the
agreement.
The vendor shall have a valid license as required by the New Jersey Department of Health and
Senior Services, and shall provide a copy of its license along with its proposal. All license
Page 3 of 9
documentation shall be carried in the ambulance(s), as required. Copies of documentation shall be
furnished to the City of Somers Point prior to the execution of a written agreement.
At a minimum, each ambulance shall be equipped in accordance with the requirements of the New
Jersey Department of Health and Senior Services, N.J.A.C.8: 40 et seq.; as outlined in the Manual
of Standards for Licensure of Mobility Assistance and Ambulance Services.
The proposal will be evaluated in conformance with the following criteria:
Criteria
The vendor shall respond to each of these criteria individually, with reference to the specific
criteria being addressed. Should the vendor find it necessary or desirable to duplicate
information in order to fully address each of the criteria, the vendor should do so.
C1:
Organization Background and Experience
The vendor shall please provide information about its background and experience which
shall address:
1.
The amount of time that the vendor has been in the business of providing
emergency medical service under its present trade name and in its present
business structure.
2.
Existing contracts, at least to the level of description which will allow
evaluation of the quantity and quality of the contracts for which the vendor
provides emergency medical services.
3.
A description of the relevant experience of the vendor in providing
emergency medical services.
C2: Key Personnel/Supervisors
The vendor shall please identify its key personnel and their individual levels of training, as
well as the general job duties of its supervisory staff, and the method by which they will be
deployed in connection with providing the emergency medical services contemplated in this
proposal. The vendor shall further indicate whether a designated supervisor shall be located
within ten miles of Somers Point and be available at all times to respond to the City.
C 3: Resources
The vendor shall please detail its basic and specialized equipment, which will be available
for use in Somers Point, at least to this level:
1.
Total number of ambulances owned or leased.
Page 4 of 9
2.
3.
The number of ambulances that will be made available for use in
the City of Somers Point, and how they will be deployed.
Whether at least one ambulance shall be located in and dedicated at all times
to service in Somers Point, and whether at least three other ambulances under
the control of the vendor will be located within ten miles of Somers Point for
back-up use.
Further, the vendor shall please describe any other specialized resources, which will be
available for use in the City of Somers Point.
C4: Service Area
It should be understood by the vendor that the primary services area in connection with this
proposal shall be the incorporated boundaries of the City of Somers Point. The primary
service area shall be maintained in cooperation with ambulance squads servicing nearby
locations. The vendor shall please describe how existing mutual aid agreements shall be
handled.
C5: Personnel
At its sole discretion, the City of Somers Point shall retain the right at any time to prohibit
any employee of the vendor from acting as staff in connection with the services requested in
this proposal. When requested, the vendor shall provide the City with a roster of personnel
deemed available for staffing in connection with these services.
In connection with the services requested in this proposal for the City of Somers Point, the
vendor shall please provide details concerning the following:
Recruitment and hiring procedures.
1.
2.
Deployment of personnel.
3.
Regular training.
4.
Specialized training
5.
Uniforms.
Further, the vendor shall answer whether it intends to subcontract any or all or the
services requested in this proposal. If so, the vendor shall include a copy of the
subcontract with its proposal. Any subcontractor shall be subject to review and approval
by City. If any subcontractor is proposed, each subcontractor shall be subject to the same
insurance and indemnity requirements as the Vendor.
C6: Reports and Records
The vendor shall please describe what reports and records it will provide to the City, and at
what intervals.
Page 5 of 9
C7: Insurance
The successful vendor shall be required to maintain the following minimum insurance
coverage:
Commercial General Liability
Automobile Liability
Worker's Compensation
Professional Liability....
....
$1,000,000$2,000,000 Aggregate
$1,000,000$2,000,000 Aggregate
statutory
$1,000,000/$3,000,000 Aggregate
Excess / Catastrophic Liability...... $3,000,000
Upon Execution of an Agreement the successful vendor shall provide to the City a
Certificate of Insurance and Endorsements to the vendor's GCL, Automobile and Excess
Liability Policies which shall: i) Name the City, its officers, elected officials, employees
and volunteers as additional insureds, ii) a waiver of subrogation against the City, and iii)
the GCL and Excess policies of insurance shall be primary to the City's General Liability
policy of insurance and shall be provided on a non- contributory basis.
Please describe the type(s) and limit(s) of insurance which the vendor shall maintain.
The successful vendor shall indemnify and hold the City harmless for its activity
arising from this proposal in language that is acceptable to the City and to the City's
Joint Insurance Fund.
C8: Operational Base
The vendor shall please describe what location it will utilize as the base of operation for
providing emergency medical services as outlined in this request for proposal. The vendor
shall also describe whether the location is owned or leased by the vendor. If leased, the
agreement should be in place prior to submitting a response to this RFP, and the vendor
shall identify the start date and expiration date of the lease. Such lease shall be coterminous
with the term of the agreement.
C9:
Communications
The vendor shall respond to all requests for assistance as received through the City of
Somers Point Communications or its designee. The vendor shall be able to receive and
transmit on the Atlantic County Emergency Medical Services channels. The Vendor will
please describe its communications capabilities.
C10: Protocols for Basic Life Support and Other Services
The vendor shall please describe its protocols for Basic Life Support Services, non-
emergency transportation and Advanced Life Support Services. The vendor shall also
identify its Medical Director and its Field Supervisor.
Page 6 of 9
The City proposes a response time of less than five (5) minutes on no less than 90%
of the occasions in ANY given 168 hour period and may never exceed Six (6)
minutes and fifty nine (59) seconds. The vendor shall describe its proposed response
time.
C11: References
The vendor shall please provide at least three appropriate references, including contact
names and telephone numbers.
C12: Implementation Period / Contract Period
Any contract forthcoming in regard to this request for proposal will be awarded by a
resolution of City Council.
The vendor shall please indicate how soon it will be able to begin service, after contract
award. This shall be no later than March 1, 2017.
Nonetheless, it is understood that the actual start date may be extended up to ninety days
past the March 1, 2017 date, at the sole discretion of the City.
The contract shall be for five (5) years.
C13: Prior Negative Experience
The vendor shall please list and explain any prior negative experience with public contracts,
or any contracts for the provision of EMS services that have been terminated prior to the
original contract termination date that have occurred during the previous ten years.
C14: Fees, Rates and Billing
The vendor shall be responsible for all of its necessary operating expenses, with no
limitations, necessary to provide the emergency medical services herein described.
It is understood that the vendor may directly invoice patients or other entities requesting
service provisions or enter into any other service arrangements that are fair and equitable. It
is also understood that the vendor shall have the right to execute third party billing to
Medicare, Medicaid or any and all other insurance companies that may provide coverage.
For the purpose of analyzing this alternative, the vendor may wish to consider this
approximate information:
Page 7 of 9
Period
2013
2014
2015
Number of
EMS Service Runs*
1,815
1,741
1,802
*(This number includes Fire call assistance, but it does not
include Police call assistance to calls such as automobile
accidents)
By submitting its proposal the vendor agrees that it shall provide standby and rehabilitation
services for emergency responders at Fire scenes, for no charge of any kind.
By submitting its proposal the vendor agrees that it shall accept, as a maximum, the City's
workers compensation insurance payment as payment in full for emergency medical services
provided to employees and appropriate volunteers of the City, while on duty. The vendor
will please describe any alternate minimum payment it will accept.
By submitting its proposal the vendor agrees that it shall provide an ambulance and staff at
certain community events and sporting events, as requested, for ready response. The events
referred to include Bayfest, The Good Old Days Picnic, Atlantic County Junior Football
League home games, The Summer Beach Concert Series, and one or two Mainland Regional
High School home football games (unless BLS services for Mainland Regional games are
being provided through another municipality). The vendor will not be required to have
additional vehicles, equipment or staffing for these events, but only to station its response
effort from these event locations.
By submitting its proposal the vendor agrees that it will prepare a disaster response plan
which shall be submitted not later than 6 months following the commencement date of the
Agreement. If vendor has a disaster plan in place, please provide a copy with the response to
this RFP.
As part of C14, the vendor shall please provide the following:
1.)
2.)
The vendor's fee schedule, including the amount that the vendor currently charges
patients who do not have any form of insurance that covers these services, and how
that guides patient billing practices.
How long the vendor will be willing keep the fees unchanged, and/or how long the
vendor be willing keep the fees unchanged for patients who do not have any form of
insurance that covers these services, and/or whether the vendor will cap the fees for
patients who do not have any form of insurance that covers these services and for
how long.
The method by which the vendor will notify the City of any change in its fees, and
how far in advance of the change.
3.)
4.)
The insurance companies with which the vendor has agreements.
5.)
The method non-charity self pay billing is handled.
6.) The method by which balance billing and collections are handled.
7.)
The method by which charity cases are handled.
Page 8 of 9
8.)
The method by which patient billing is handled when other emergency medical
response entities, such as MEDIC, is involved in the response.
9.)
The cost to the City for providing the services enumerated in this proposal.
C15: Shared Services
The City of Somers Point is always interested in exploring opportunities for shared services
in order to reduce the costs of providing services.
If there is a cost to the City associated with the vendor's proposal, the vendor shall indicate
if it is willing to work with the City to initiate shared services if services can be maintained
or improved while reducing any cost to the City.
****** End of Request For Proposals ******
Page 9 of 9
APPENDIX A
AGREEMENT FOR BASIC LIFE SUPPORT
EMERGENCY MEDICAL SERVICES
This Agreement (this "Agreement") is made and entered into this
2017 by and between
N.J.
وو
day of
, a New Jersey corporation, having a principal address at
or "Contractor"), on the one hand, and
the City of Somers Point, a municipal corporation of the State of New Jersey having a principal
address at 1 West New Jersey Avenue, Somers Point, NJ 08244 ("Somers Point" or "City").
Contractor and Somers Point may hereafter be referred to individually as a "Party" and
collectively as the "Parties".
WHEREAS, the City issued a Request for Proposal (the "RFP") to solicit proposals from
potential providers for a Agreement to provide Basic Life Support Emergency Medical Services
to residents and visitors of the City ("BLS Services"); and
WHEREAS, Contractor submitted a response to the RFP on December 29, 2016 (the
"Proposal"); and
WHEREAS, that Proposal is attached hereto and incorporated herein; and
WHEREAS, the City has relied upon the representations contained in the Proposal, which
representations were material for purposes of the City's evaluation of the competitive proposal
by Contractor; and
WHEREAS, Contractor is licensed by the State of New Jersey to provide BLS Services;
WHEREAS, the City Council by Resolution No.
of 2017 accepted the Proposals
for BLS Services in accordance with the RFP; and
WHEREAS, the City is utilizing competitive contracting, as delineated in N.J.S.A.
40A:11-4.1 et seq. and the corresponding rules promulgated in N.J.A.C. 5:34-4.1 et seq.
NOW, THEREFORE, in consideration of the premises and mutual promises made herein
and the mutual benefits to be derived herefrom, the Parties, intending to be legally bound hereby,
agree as follows:
DEFINITIONS
I.
AMBULANCE: A licensed emergency vehicle equipped and operated in accordance with the
standards of the law including NJAC 8:40-1.1, et. Seq., he purpose of which is to provide
treatment and transportation of the sick and injured to a medical care facility.
BASIC LIFE SUPPORT (“BLS"): The standard of medical care rendered, in accordance with
professional guidelines and standards, that, based on New Jersey State Law, includes oxygen
therapy, basic traumatic life support, basic cardiac life support, airway management, including
intubation, use of an automatic external defibrillator, and all other aspects of care as provided for
1
by the EMT-Basic National Curriculum as published by the National Highway Traffic Safety
Administration.
MCI (MASS CASUALTY INCIDENT) RESPONSE VEHICLE: A vehicle equipped with
supplies to provide on-site care to multiple patients that are ill or injured at one time and which
can be dispatched to the scene of a mass casualty incident or to provide stand-by coverage at
large scale events.
PATIENT: Any resident or visitor who, based on information received through the dispatch
center, is perceived to be in need of medical care.
PROVIDER: A State of New Jersey certified emergency health services provider who is
authorized by the City to provide emergency health services within the City.
RESPONSE: The act of physically proceeding to the location where a patient is at, as defined by
the information received through the dispatch process.
RESPONSE TIME: The period, measured in seconds, from the Contractor's receipt of a call for
emergency health services until the patient is reached.
RESIDENT: A person who, at the time of response, treatment or transport by the Contractor,
occupied any type of dwelling including, but not limited to a home, rental unit, motel, hotel,
residential living facility, boarding house, medical treatment facility, nursing home, group home,
or extended care facility within the geographic boundaries of the City.
TRANSPORT: The act of physically moving a patient from one location to another in a
professional manner for the purposes of seeking a higher level of emergency care, in adherence
with all professional guidelines and standards which may govern the relocation of the patient.
TREATMENT: Medical care provided to the patient, including, but not limited to the
assessment, stabilization, and provision of medical interventions to a patient.
VISITOR: A person who, at the time of response, treatment or transport by the Contractor, was
physically located within the geographic bounds of the City, despite the maintenance of a
residence outside of the geographic bounds of the City.
OUTLIER CALLS: Calls received during times of heightened risk such as weather emergencies,
power failures or other large scale events involving extraordinary circumstances as mutually
agreed by the parties.
II. PROCEDURES AND PROGRAM REQUIREMENTS
A. EMS PROGRAM
The City provides an emergency medical services program for residents and visitors of
the City (the "EMS Program"). The City hereby engages Contractor to provide BLS and related
services, as more fully described herein, in connection with the EMS Program.
B. EMS FACILITY
2
The Contractor will provide a building/facility designed for a BLS service provider
response situated at
or at such other location within the City as may be
mutually agreed between City and Contractor ("Facility"). The Contractor will use this facility in
connection with the BLS Services.
C. DISPATCH PROCEDURES
(1.) During the term of this Agreement, the City shall provide and coordinate all dispatch
services in connection with the EMS Program through the City' dispatch center (the "Dispatch
Center") located in Somers Point City Hall.
(2.) The Dispatch Center will maintain all information related to the dispatch of BLS
Services provided under this Agreement (collectively, "Dispatch Information"), or any future
Dispatch Center. The Contractor shall have the right to request and access Dispatch Information
as coordinated with the Dispatch Center for the sole purpose of performing the Contractor's
obligations hereunder.
(3.) The Contractor will not be responsible for any cost associated with the City'
operation of the Dispatch Center (including, without limitation, costs associated with generating
reports, photocopying, or any other service related to data collection and dissemination).
(4.) Separate emergency medical service dispatch, communications and reporting systems
maintained by the Contractor will operate in cooperation with the City and the Dispatch Center.
The Contractor's dispatch system will create unique trip and patient identification numbers for
each call, which the Contractor will use to track and analyze utilization and transport data to
provide reports and assistance to the City in connection with the reporting requirements under
this Agreement and applicable law.
(5.) The Contractor will be dispatched to all medical emergencies, including all calls with
patients or expected patients within either City. In the event of multiple calls at the same time,
the Dispatch Center will contact the Contractor's Dispatch Center to determine if multiple
ambulances are available for immediate use, prior to activating the Mutual Aid System.
(6.) Unless the Contractor is currently dispatched to a call, the Contractor will respond to
General Fire Alarms and Motor Vehicle Collisions with no reported injuries, notwithstanding the
fact that the fire department may also be responding to such emergencies. The Contractor will
also respond to a dispatch involving an actual fire or smoke condition or the possibility of a
medical emergency or injury. In the event the Contractor has been dispatched to a call not
involving the possibility of a medical emergency or injury, Contractor shall be free to leave that
call in the event another medical emergency dispatch call is received.
D. RESPONSE TIME REQUIREMENTS
During the term of this Agreement, with respect to primary calls for BLS services to be
provided to the City' resident and visitors, the Contractor's Response Time must be less than five
(5) minutes on no less than 90% of the occasions in ANY given 168 hour period and may never
exceed Six (6) minutes and fifty nine (59) seconds, which is a material aspect of this Agreement.
3
Provided, however, that the foregoing shall not apply with respect to the Contractor's Response
to Outlier Calls. A pattern of longer response times, or an egregious response time for a service
event, shall be considered unacceptable non-compliance with and a material violation and breach
of this agreement.
Notwithstanding anything herein to the contrary, the Response Time requirements
referenced above in this subsection (D) shall not apply to calls for secondary (i.e., Mutual Aid)
BLS services.
E. OBLIGATIONS OF CONTRACTOR
(1) VEHICLES
During the term of this Agreement, the Contractor will make available the following
vehicles to be used solely for the provision of the BLS Services:
(a) one (1) "BLS ambulance" (as such term is defined at N.J.A.C. 8:40-1.3) for use at any
and all times (i.e., 24/7/365);
In addition, when available, the City will have access to the remaining vehicles in the
Contractor's emergency medical services fleet at no additional cost or expense to the
City.
(2) PERSONNEL
(a) Emergency Medical Technicians. At all times during the terms of this Agreement,
the Contractor shall staff each vehicle described in subsection (1) above with two (2)
individuals who meet the qualifications of an "Emergency Medical Technician-Basic" (as
such term is defined at N.J.A.C. 8:40-1.3 as amended) and are certified at the
"Defibrillation level" (each, a “BLS EMT”). All BLS EMTs must also be current in any
and all additional or ancillary certifications that are required to perform any and all job
responsibilities, including, but not limited to, certification in Cardiopulmonary
Resuscitation. BLS EMTs will be responsible for the provision of BLS Services during
their shift, in addition to any additional duties requested by the Contractor in connection
with this Agreement, including, but not limited to community outreach or public
information and educational services. All BLS EMTs are to be mentally and physically fit
to perform their job functions. Each BLS EMT shall be legally permitted and licensed to
operate a motor vehicle in the State of New Jersey and shall have successfully completed
either an Emergency Vehicle Operations Course (EVOC) or EVOC-equivalent course
within nine (9) months of commencing services under this Agreement.
(b) Field Supervisor. The Contractor shall provide a field supervisor to manage the day-
to-day operations of the BLS Services provided by the Contractor pursuant to this
Agreement and to service as the initial point of contact between the City and the
Contractor (the "Field Supervisor"). The individual serving as the Field Supervisor shall
be available by phone at all times (24/7/365) for immediate contact by City officials.
4
(c) Medical Director. The Contractor will provide the services of a medical director to
oversee the BLS Services provided under this Agreement (the "Medical Director"). The
Medical Director must be a licensed physician in good standing who is experienced in
emergency medical services and board certified in the specialty of emergency medicine.
Initially, Dr.
will service as the Medical Director. A copy of Dr.
's Curriculum Vitae will be provided to the City upon request. In the event
Contractor appoints a replacement Medical Director during the term of this Agreement
Contractor shall promptly notify the City in writing and shall provide a copy of the
Director's Curriculum Vitae.
F. COMPENSATION AND BILLING
$
(1) The Contractor will provide high quality BLS Services to the City at the cost of
[NOTE: IF THERE IS A COST TO THE CITY PAYMENT SHALL BE MADE
MONTHLY WITHIN 15 DAYS FOLLOWING THE END OF THE MONTH DURING
WHICH SERVICES WERE RENDERED AND PROPERLY INVOICED]
(2) The Contractor is entitled to bill, collect and retain the fees and other charges from
patients and/or any third party payors (e.g., HMOs, Managed Care payors, indemnity insurers,
PPOs, Medicare, Medicaid, worker's compensation, automobile (PIP) insurance and other
governmental programs for the BLS Services provided hereunder, including, without limitation,
the collection and retention of copayments and deductibles. The Contractor may only bill for
services at the rate for the level of service provided, as set forth in the attached Rider.
(3) The Contractor will make available a telephone number for patients for the purpose of
answering any questions, any providing information that the patient may have regarding any bills
or charges for BLS Services provided by the Contractor hereunder. The City shall have no
obligations in this regard.
(4) If the Contractor provides BLS Services to an employee or approved volunteer of
either City, while such employee or approved volunteer is on duty, then the Contractor will
accept payment from the respective City's workers' compensation insurance policy as payment
in full for the services provided to such employee or approved volunteer. The City shall have no
further obligations in this regard.
G. STANDY-BY COVERAGE
(1) The Contractor shall make available one (1) ambulance and two (2) BLS EMTs to
provide standby coverage at various planned community events in each City, including without
limitation, Bay Fest, Good Old Days Picnic, Atlantic County Junior Football League Home
games, The Summer Beach Concert Series and one or two Mainland Regional High School
Home Games (unless otherwise provided by another municipality), and, if requested, other City
sporting events and community health screenings (collectively "Standby Coverage"), subject to
the provisions of this subsection (G). The BLS vehicle and crew providing the Standby Coverage
5
will be the PRIMARY coverage vehicle for City. This BLS vehicle will be stationed at the event,
but will be available to take calls from the Dispatch Center if needed. Any Standby Coverage
requested and performed by the primary coverage vehicle for City will be provided free of
charge to the City.
(2) In the event that multiple BLS Ambulances are needed at the same time for a standby
event or multiple standby events, or a dedicated ambulance is needed to standby at an event that
is not also the primary coverage vehicle for the City, then the cost of these ambulance(s) will be
billed to the City at a rate of $
per hour, inclusive of all staffing of these vehicles.
H. DISASTER RESPONSE
Given the current risks that our nation faces from terrorism, in addition to existing risks
for natural disasters, during the term of this Agreement, the Contractor will complete a thorough
disaster risk assessment and create a disaster response plan that accounts for the risks identified
in the risk assessment. The disaster response plan should be thorough and provide not only for
disaster response, but also an annual disaster response simulation training exercise (such as, for
example, participation in an Atlantic County or other appropriate regional disaster planning/drill
on behalf of the City). The disaster response plan should incorporate resource utilization from
mutual aid venues and should address providing mutual aid disaster response to surrounding
communities. An initial draft of the disaster response plan will be due to the City no later than
six (6) months after the commencement of this Agreement. The first disaster response simulation
training exercise will be completed no later than twelve (12) months after the commencement of
this Agreement. Contractor shall coordinate the disaster response stimulation with the EMS
Director, the Chief of Police and the Chiefs of Volunteer Fire Company #1 and #2.
I. MUTUAL AID
Mutual Aid is an important part of the South Jersey emergency health services system.
Accordingly, at the request of either City, the Contractor will provide detailed information as to
how mutual aid requests have been, and will be, handled, such that local service responsibilities
will not be compromised.
J. AGREEMENT PERIOD
The term for this Agreement is from
(the "Term").
K. AGREEMENT CLOSE-OUT
2017 through
2022
Following the expiration or termination of this Agreement, either by cause or
convenience, the Contractor agrees to provide services for an additional 90 days following the
termination date. The Contractor and the City shall agree on a schedule of expenses to cover
services provided by the Contractor during this transition period.
III. GENERAL TERMS AND CONDITIONS OF AGREEMENT
A. TERMINATION
6
(1) In the event any Party materially breaches a term of this Agreement, then the non-
breaching party may terminate the Agreement after providing written notice to the breaching
party and ten (10) days opportunity to cure.
(2.) Any party may terminate this Agreement without cause and without liability upon
giving ninety (90) days written notice to the other parties. However, if the Contractor terminates
the Agreement pursuant to subsection (1) above or this subsection (2), then the Contractor agrees
to grant the City an additional 60 day extension (for a total of 150 days), of the Agreement in
order to give the City sufficient time to find a suitable replacement for the Contractor. In the
event of a termination of this Agreement, any payment made by the City for a period beyond the
date of termination and during which no service was provided shall be returned by the Contractor
to the City within ten (10) days of the effective date of the termination.
B. FAILURE TO PERFORM
If the Contractor fails to provide full staffing and services in accordance with the staffing
pattern, response times, hours and availability required by this Agreement, Contractor
acknowledges and admits that the City will suffer damage, and that it may be impracticable and
infeasible to fix the amount of actual damages. Therefore, without waiver of any other remedies
at law or in equity, the City reserve the right to give the Contractor immediate written notice of
stated reasons for Failure to Perform. If, after such notice, the Contractor fails to remedy the
conditions contained in the notice within ten (10) days, the City can issue a notice for
termination of the Agreement.
C. INSURANCE
(1.) At all times during the term of this Agreement, the Contractor will maintain
insurance coverage that complies with the following requirements:
(a) Workers Compensation insurance in accordance with applicable laws and
regulations of the State of New Jersey and employer's liability policies in an amount not less
than $1,000,000 per accident. The insurer shall waive all rights of subrogation against the City,
and their respective officers, officials, employees and volunteers with respect to losses arising
from work performed by the Contractor pursuant to this Agreement;
(b) Comprehensive General Liability insurance in an amount not less than $1,000,000
per single occurrence or $2,000,000 in the annual aggregate for bodily injury, personal injury,
and property damage;
(c)
Automobile liability insurance in an amount not less than $1,000,000 combined
single limit per occurrence;
(d)
Professional liability insurance covering all professional medical staff providing
services pursuant to this Agreement in an amount not less than $1,000,000 per occurrence and
$3,000,000 in the annual aggregate; and
7
(e) Excess Liability / Catastrophic Event insurance coverage with a limit of
$3,000,000 in coverage
(2) The Contractor must obtain and maintain tail coverage for any claims-made insurance
coverage identified in subsection (1) above for up to seven (7) years following the termination of
this Agreement.
(3) The Contractor's insurance must act as primary coverage, not excess or contributing
coverage, with regard to this Agreement. At the commencement of this Agreement, the
Contractor is required to provide original certificates of insurance and an Endorsement to the
Contractor's CGL, Automobile and Excess Liability policies, naming the City as additional
insured, as indicated below. The Contractor shall assure the City that all authorized
subcontractors, if any, are insured and shall furnish or shall have furnished separate certificates
and endorsements for each subcontractor. Insurance coverage for all approved subcontractors
shall be subject to all of the insurance and indemnity requirements stated herein.
(4) The Certificate(s) of Insurance shall provide that City shall be notified in writing, at
least thirty (30) days in advance of any reductions or other change in, or any cancellation or
termination of, any of the insurance policies referenced in subsection (1) above.
(5) General Liability, Automobile Liability and Excess Liability policies are to contain,
or be endorsed to contain, the following provisions;
(a) The City, and all of their respective officers, officials and employees are to be
covered as additional insured with respect to any liability arising out of: (i) activities performed
by or on behalf of the Contractor; (ii) products and operations completed on behalf of the
Contractor; (iii) premises owned, leased or used by the Contractor; or (iv) automobiles owned,
leased, hired or borrowed by the Contractor. The coverage shall contain no special limitation on
the scope of the protection afforded to the City, and the respective officers, officials, and
employees;
(b) Any failure of the Contractor to comply with the reporting provisions of the
policies shall not affect coverage provided to the City, and their respective officers, officials or
employees;
(c) The Contractor's insurance shall apply separately to each insured against
whom a claim is made or suit is brought, except with the respect to the limits of the insurer's
liability.
--- Document: Document ---
City of Somers Point
Request for Proposal
This proposal is being solicited through a fair and open process, N.J.S.A.29:44A-20.5 et seq.
In conjunction with the Fair and Open Process of the Local Unit Pay-to-Play Law, the City of Somers Point
hereby requests your proposal to provide the following goods or services:
Beach Concert Proposal for Calendar Year 2025 “Summer Season”
Proposals must be delivered to:
City of Somers Point
Administration Department
1 W. New Jersey Avenue
Somers Point, New Jersey, 08244
***************************************************************************************
Proposals must be clearly labeled on the outside of the envelope as
Beach Concert Proposal for Calendar Year 2025 “Summer Season”
.
and be submitted prior to the time of opening which will be 2:00 PM on February 4th 2025 in the City
Council Chambers.
*1 EMAILED COPY IN PDF FORMAT (Sent to AMATHERS@SPGOV.ORG ) AND 1 DIGITAL COPY ON
A USB FLASH DRIVE IN PDF FORMAT ARE REQUIRED*
***************************************************************************************
The Bidder is invited to submit a project proposal for use by the City of Somers Point to solicit a
plan for the planning, advertisement, management, set-up, and ultimate operation of the 2025 Somers Point
Beach Concert Series to be held on Friday evenings at the William Morrow Beach in Somers Point. This
RFP solicits requests for securing artist talent, all sound and lighting (including set up) needs, obligation to
satisfy all band riders, and sole oversight and management of all performances for concerts to be held from
Friday June 20th 2025 to Friday September 5th 2025 from 7:00 PM to 9:30 PM. Anticipated performance
dates at the Somers Point Beach would be as follows:
June 20th 2025, June 27th 2025, July 4th 2025, July 11th 2025, July 18th 2025, July 25th 2025, August
1st 2025, August 8th 2025, August 15th 2025, August 22nd 2025, August 29th 2025, September 5th 2025.
Bidder shall be entitled to propose additional dates which will be subject to the approval of the
Somers Point City Council.
The City of Somers Point shall provide coordination with the Somers Point Police Department for
traffic and crowd control for the concerts and the Somers Point Public Works Department shall provide basic
pre and post event “clean up” services for waste management and removal. Public restrooms will be open
during the events.
This solicitation is for a comprehensive bid that would be considered.
***************************************************************************************
Bidder to provide all necessary lighting, sound, backline, and any and all miscellaneous Audio/ Visual needs
for the performance as well as any and all needs of the performers.
Bidder provides a list of the performer’s for each concert which shall be incorporated into the agreement with
the City of Somers Point and the Bidder; the performers shall be subject to the approval of City Council.
Bidder to describe a contingency plan in the event of inclement weather, including heavy rain, strong winds,
lightning, or excessive heat, the organizers reserve the right to modify the event schedule, relocate activities
to an indoor space, postpone the event to a later date, or cancel altogether, with appropriate notice to
attendees and a refund policy to be determined based on the severity of weather conditions.
Bidder must provide the City with a guarantee that attendance for beach concerts shall remain free for the life
of the contracted service.
Bidder must be willing to provide performance bond for the 2025 Somers Point Beach Concert Series before
a contract is awarded and/ or a contract is executed. Bid shall also be accompanied by a certificate letter
from a surety company or financial institution stating that it will provide the bidder with the complete
performance bond in the amount of $100,000 (One Hundred Thousand).
Bidder shall have all necessary insurance to provide the referenced service to the City of Somers Point.
Bidder shall be willing to sign a hold harmless agreement for the City of Somers Point relieving the City all
agents , employees, representatives, elected officials, and professionals from any and all potential claims or
cause of actions for anything that may occur during the course of this contract.
Bidder to supply the status of the 501c3 and the structure of the organization; bidder may provide Employer
Identification Number (EIN) or IRS letter of determination. Bidder may also supply US Tax Returns and
financial statements to satisfy this requirement.
Bidder to describe strategy on securing sponsorships in addition to soliciting donations from event attendees
as well as any other potential revenue sources derived from event operations.
Bidder to provide projected budget with costs and revenues.
Bidder to provide guidance on how the organization would potentially utilize any excess funds realized from
event operations.
Bidder to provide promotional and marketing efforts to advertise the Summer Concert Series.
***************************************************************************************
Proposal will be evaluated by the City Council of the City of Somers Point on the basis of the most
advantageous bid and other factors considered. The evaluation will consider:
1. Experience and reputation in the field.
Please indicate years in business and provide at least three references.
2. Knowledge of the City of Somers Point and the subject matter to be addressed under the contract.
Please indicate approximate number of years doing business with the City of Somers Point.
3. Cost proposal. It is the City’s intention to have the Beach Concert Series at no cost to the City of
Somers Point.
4. Other factors if demonstrated to be in the best interest of the City of Somers Point.
Please indicate other factors you believe should be considered.
Note: The City of Somers Point reserves the right to make multiple awards for similar goods and services
in connection with this request for proposal. Any award will be contingent upon a successfully
negotiated contract between the bidder and the City of Somers Point and shall be evaluated and
approved by the City Solicitor and Business Administrator. The City anticipates awarding a contract
on or before February 13th 2025 but reserves the right to reject any and all proposals in their entirety
and may take no action in awarding a contract for this RFP. The bidder understands and agrees that
any potential approval shall be subject to the construct and execution of an agreement with the City
of Somers Point prepared by the City solicitor. The bidder also understands that any award shall be
subject to City Council approval by resolution.
Posted: January 14th 2025 JF
--- Document: RFP Leaves and Brush Disposal Site ---
City of Somers Point
Request for Proposal
This proposal is being solicited through a fair and open process, N.J.S.A.29:44A-20.5 et seq.
In conjunction with the Fair and Open Process of the Local Unit Pay-to-Play Law, the City of Somers Point
hereby requests your proposal to provide the following goods or services for the period of January 1, 2026
through December 31, 2027:
Provide a disposal site for leaves and brush collected by the City of Somers Point, without limit.
Proposals must be delivered to:
City of Somers Point
Administration Department
1 W. New Jersey Avenue
Somers Point, New Jersey, 08244
**************************************************************************************
Proposals must be clearly labeled on the outside of the envelope as
“2026-2027 Leaves and Brush Disposal Site”
and be submitted prior to the time of opening which will be 11:00 AM on November 12th, 2025 in the Office
of Administration.
*SUBMIT 1 HARD COPY *
*************************************************************************************
Proposal must be on Proposer’s letterhead or otherwise clearly indicate the Proposer and be signed by an
individual with authority to bind the Proposer.
Proposal will be evaluated by the City of Somers Point on the basis of the most advantageous, price and
other factors considered. The evaluation will consider:
1. Experience and reputation in the field.
Please indicate years in business.
2. Knowledge of the City of Somers Point and the subject matter to be addressed under the contract.
Please indicate approximate number of years doing business with the City of Somers Point.
3. Compensation proposal.
Please indicate your compensation request and basis for billing, so that it can be considered
in this award.
4. Other factors if demonstrated to be in the best interest of the City of Somers Point. Please
indicate other factors you believe should be considered.
Note: The City of Somers Point reserves the right to make multiple awards for similar goods and services in
connection with this request for proposal.
Posted: 10/11/25 JF
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
"...Bidder must be willing to provide performance bond for the 2025 Somers Point Beach Concert Series before a contract is awarded and/ or a contract is executed...."
liquidated damages
No Flags Found
Quick Actions
Contacts
Administration Department
hidden@email.com
UnlockExplore 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