Start your 7-day free trial — unlock full access instantly.
← Back to Search10 CLAUSES FOUND1 CLAUSES FOUND
Lead Closed
This opportunity is no longer accepting submissions.
Auctions, Bids And RFP’s
BID #: N/A
DUE: 2/3/2021
VALUE: $1,016,382.11
65
Rating
Risk Rank
Red Risk
AI-Powered Lead Insights
Executive Summary
This document details various bids and RFPs from Upper Township, Cape May County, New Jersey. The bids span several years and cover a range of projects, including construction, paving, vehicle maintenance, architectural services, and licensing agreements for tower space. The most recent construction project bid is for the Construction of Beesley’s Pt Park and bidding closed on February 5, 2021 (extended from January 20, 2021 by Addendum #1). Addendum #1 also changed specifications for various construction items for bidders. Contact information for the Assistant Municipal Treasurer and the Chief Financial Officer, who also serves as the Qualified Purchasing Agent, is provided for inquiries.
Web Content
Auctions, Bids And RFP’s Upper Township Govdeals.com Link Bids Construction of Beesley’s Pt Park, Bids Due February 5, 2021 Addendum #1 Bid Results Lowest Bidder Vehicle Wash, Bids due September 22, 2020 Bid Results Post Frame Buildings (30’x60′), Bids due September 1, 2020 Resolution for rejection of Bids Bid Tabulation Lowest Bidder – Duchman Contracting 2020 Paving Project, Bids due July 8, 2020 Bid Tabulation Lowest Bidder – Arawak Paving Reconstruct Commonwealth Ave PH1 and Bayview Dr PH3, Due March 19, 2019 @2:00 pm. Reroofing of Upper Township Municipal Building Webster Avenue Park Improvements Reconstruction of Webster Ave Bulkhead Notice of Intent to Award Contract for Dump Truck Bayview Drive Boat Ramp Miscellaneous Paving License of Space on Ground & Tower at 1721 Mt. Pleasant Rd. – Bid Open 10-27-15 RFP’s Architectural Services for Renovation of Old Town Hall, Due June 29, 2018 Cell Tower, Due Oct 27, 2015 Department Contact Info: Sarah Steiner Assistant Municipal Treasurer 2100 Tuckahoe Road, Petersburg, NJ 08270 ssteiner@uppertownship.com (609) 628-2011 Ext: 247 Barbara Ludy, CFO Chief Financial Officer, Qualified Purchasing Agent 2100 Tuckahoe Road, Petersburg NJ 08270 treasurer@uppertownship.com FAX: (609) 628-4212 (609) 628-2011 Ext: 290 Purchasing Auctions, Bids And RFP’s
Document Text
--- Document: Construction of Beesley’s Pt Park, Bids Due February 5, 2021 ---
TOWNSHIP OF UPPER
CAPE MAY COUNTY
NEW JERSEY
NOTICE TO BIDDERS
Sealed Bids for the Construction of Beesley’s Pt Park, Upper Township, Cape May County, New Jersey, will be
received by the Upper Township Committee at the Upper Township Municipal Building, Tuckahoe Road, Petersburg,
New Jersey, on Wednesday, January 20, 2021 at 2:00 PM, Prevailing Time, and then opened and read aloud at said
Municipal Building. The opening of bids will be done via video conference. Bidders may start logging into the virtual
meeting site at 1:45 PM. In-person attendance is limited due to public health-related restrictions on public gatherings
due to the Governor’s declared state of emergency. Viewing of the bid opening in person will be allowed for up to
six (6) bidders. Bidders will not have an opportunity to view the bid documents in-person but at least the lowest bid
result shall be posted on the Township’s webpage https://uppertownship.com/departments/purchasing/auctions-bids-
rfps/.
The virtual bid opening meeting is available from your computer, tablet or smartphone at
https://www.gotomeet.me/UpperTownship-NJ/ut-public-meeting-room
The Information for Bidders, Form of Bid, Form of Contract, Plans and Specification prepared by Paul E. Dietrich,
Township Engineer, has been filed in the office of said engineer at Township Hall, Petersburg, New Jersey and may
be examined by prospective bidders during business hours. Copies may be obtained upon request (Paper copy at a
cost of $75; Electronic copy at no charge) from the Upper Township Clerk’s Office, Physical Address: 2100
Tuckahoe Road, Petersburg, NJ 08270; Mailing Address: PO Box 205, Tuckahoe, NJ 08250-0205, or 609-628-2011
ext. 200 or clerk@uppertownship.com.
The Township Committee of the Township of Upper reserves the right to waive any informalities in or to reject any
or all bids.
The bids must be submitted prior to the time designated above for receipt and opening bids, and may be submitted
either by mail or in person by the bidder or his agent. No bids will be received after the time designated above for
their receipt.
Each bidder must deposit with his bid a certified check, cashier’s check, or bid bond in the amount of not less than
ten (10) percent of the total lump sum bid but not in excess of $20,000.00, and a certified statement from a bonding
company guaranteeing the furnishing of a Performance Bond. Bids must be enclosed in sealed envelopes bearing the
name and address of the bidder and marked “Construction of Beesley’s Pt Park, Upper Township, Cape May County,
New Jersey” and addressed to the Township Committee, Township of Upper Municipal Building, 2100 Tuckahoe
Road, Petersburg, New Jersey, 08270. Please note that overnight delivery before 2:00pm cannot be guaranteed
to our rural address.
The award of the contract shall not be binding upon the Township of Upper until the contract, in accordance with the
Specifications, is actually executed by the successful bidder and the Township Committee.
Bidders are required to comply with the requirements of N.J.S.A. 105-31 (P.L. 1974, C. 127, Law Against
Discrimination Affirmative Action Supplement). Bidders are required to submit a statement of ownership with the
bid, in compliance with N.J.S.A. 52:25-24.2 (P.L. 1977, C. 33).
The Township of Upper reserves the right to award a contract within the funds available.
No Bidder may withdraw his bid within 60 days after the actual date of opening thereof.
By order of the Township Committee.
Barbara L. Young, Township Clerk
--- Document: Addendum #1 ---
THE TOWNSHIP OF UPPER
2100 Tuckahoe Road
PO Box 205
Tuckahoe, NJ 08250-0205
PAUL E. DIETRICH, SR., P.E., P.P.
Township Engineer
Phone: 609-628-2011 Ext. 244
Floodplain Manager
Fax: 609-628-3092
Municipal Housing Liaison
E-mail: engineer@uppertownship.com
Computer Director
MEMORANDUM
TO:
Prospective Bidders
FROM: Paul E. Dietrich, Sr. P.E.
Upper Township Engineer
DATE:
January 19, 2021
SUBJECT:
Addendum #1
Construction of Beesley’s Pt Park
Upper Township, Cape May County
The Contractor shall include the following revisions in their bid submittal:
1. Section 606.04 Measurement and Payment hall be revised as follows:
The following Items are added:
Item
Pay Unit
PERVIOUS CONCRETE SIDEWALK, 5” THICK
SQUARE YARD
PERVIOUS CONCRETE SIDEWALK, 10” THICK
SQUARE YARD
PERVIOUS CONCRETE PARKING LOT, 10” THICK
SQUARE YARD
The Bid Item price for Pervious Concrete Sidewalk’ and ‘Pervious Concrete Parking Lot’ shall
include all costs for the work required to construct the pervious concrete pavement as specified in
this Section, including but not limited to; performing mix designs, testing, 4” choker stone course,
and pervious concrete.
The following Item is revised:
Item
Pay Unit
DETECTABLE WARNING SURFACES
UNIT
2.
Contractor shall include design of footings for pavilion and pergola. Allowable soil bearing
pressure is 2,400 psf.
3.
Item A5 – Pavilion Live Roof shall provide a live roof over the entire roof. Item A6 – Pavilion
Rooftop Viewing Platform would provide stairs and viewing as shown on the sketch on Plan Sheet
No. 27.
Page 2 of 2
4.
Item A12 – Site Lighting. Controller panel shall be ARP NLT as manufactured by Acuity Brands.
Lights A1, A2 A3, A4, A5, A6, A7, A8, B1 shall be able to controlled together and Lights A9, A10,
C1, C2, C3, C4 shall be able to be controlled together. The lighting poles are direct burial with no
foundation required.
5.
Item A7 – Timber Boardwalk. For design of piling system the allowable soil bearing pressure is
2,400 psf and a 10 ton minimum bearing capacity is required for each pile. Dead load will be based
on design submittal from contractor but would be 25 psf minimum. Contractor may submit timber
piles (8” Butt, 6” tip) as an alternative pile submittal.
6.
Item 15 – Detectable Warning Surface shall constitute one (1) 2x4 mat as shown on Plan Sheet No.
22.
7.
Clearing Site shall include clearing of any vegetation necessary to construct the project.
8.
Item A9 – Well & Treatment System shall include any water testing necessary to have a potable
water well.
9.
Time of Completion is stated on Section 17 page A-7. Contract is not based on Calendar Days.
Start of work must commence withing 25 days of the Date of the contract as stated in Section 16
page GC-9/10.
10. Item A11 – Site Irrigation. The Contractor is to supply the irrigation and the Township of Upper
shall install the irrigation system. The Contractor shall allow the Township seven (7) days to install
the irrigation after the concrete curbing has been installed and before the pervious paving is
constructed.
11.
Item 27 – Decorative Crosswalk. Color shall be Sky Blue not Pantone 289C.
12. Item A4 – Pergola shall have an independent concrete footing from the timber boardwalk.
13.
Item A13 – Plan calls for 750’ of conduit and 750’ of electric service wire. It should read as
follows: 2 – 2” PVC Conduit each 375’ and 1 – electric service wire 375’.
14.
Plan Sheet No. 23. Model of Well pressure tank should read WX-401
The Bid Due date will extended until Wednesday, February 3, 2021 at 2:00 PM.
You are required to include the attached receipt with your bid documents.
Receipt of Addendum 1
Name of Bidder:
Signature
Date
--- Document: Bid Results ---
Bid Summary
Construciton of Beesley's Pt Park
February 5, 2021
Township of Upper
Engineers Estimate
Fred M. Schiavone Const. Co Command Co
Malaga, NJ
EHT, NJ
Description
Quantity
Unit
Unit Cost
Amount
Unit Cost
Amount
Unit Cost
Amount
1
Mobilization
1
LS
70000
70,000.00
$
16,500.00
$16,500.00
29,000.00
$29,000.00
2
Construction Layout
1
LS
15000
15,000.00
$
11,000.00
$11,000.00
11,000.00
$11,000.00
3
Heavy Duty Silt Fence
1,059
LF
5
5,295.00
$
6.60
$6,989.40
5.00
$5,295.00
4
Traffic Control
1
LS
5000
5,000.00
$
3,850.00
$3,850.00
4,000.00
$4,000.00
5
Clearing Site
1
LS
15000
15,000.00
$
31,020.00
$31,020.00
71,000.00
$71,000.00
6
Excavation Unclassified
3,384
CY
2.5
8,460.00
$
21.45
$72,586.80
24.00
$81,216.00
7
Removal of Pavement
286
SY
1.75
500.50
$
19.80
$5,662.80
9.00
$2,574.00
8
No. 3 Course Aggregate, 12" Th.
5,186
SY
25
129,650.00
$
23.87
$123,789.82
24.00
$124,464.00
9
Dense Graded Aggregate Base Course, 5" Th
443
SY
8
3,544.00
$
13.20
$5,847.60
11.00
$4,873.00
10
HMA 9.5M64 Surface Course, 2" th
53
Ton
100
5,300.00
$
165.00
$8,745.00
135.00
$7,155.00
11
HMA 19M64 Base Course, 3" th
127
Ton
100
12,700.00
$
165.00
$20,955.00
130.00
$16,510.00
12
Pervious Concrete Sidewalk, 5" Th
1,290
SY
75
96,750.00
$
84.70
$109,263.00
93.00
$119,970.00
13
Pervious Concrete Sidewalk, 10" Th
112
SY
75
8,400.00
$
122.10
$13,675.20
113.00
$12,656.00
14
Pervious Concrete Parking Lot, 10" Th
3,384
SY
150
507,600.00
$
86.08
$291,294.72
113.00
$382,392.00
15
Detectable Warning Surface
20
U
250
5,000.00
$
770.00
$15,400.00
150.00
$3,000.00
16
8"x14" Concrete Vertical Curb
1,066
LF
45
47,970.00
$
31.90
$34,005.40
28.00
$29,848.00
17
8"x16" Concrete Vertical Curb
1,961
LF
45
88,245.00
$
31.90
$62,555.90
29.00
$56,869.00
18
Traffic Markings, Lines, 4"
1,996
LF
0.5
998.00
$
1.76
$3,512.96
2.00
$3,992.00
19
Traffic Markings, Lines, 8"
100
LF
1
100.00
$
2.20
$220.00
3.00
$300.00
20
Traffic Markings, Lines, 24"
93
LF
3
279.00
$
5.50
$511.50
6.00
$558.00
21
Traffic Markings, Symbols
183
SF
5
915.00
$
11.00
$2,013.00
11.00
$2,013.00
22
Regulatory and Warning Signs
108
SF
44
4,752.00
$
13.20
$1,425.60
30.00
$3,240.00
23
Borrow Topsoil
160
CY
25
4,000.00
$
33.00
$5,280.00
42.00
$6,720.00
24
Topsoiling, 4" Th
1,455
SY
5
7,275.00
$
4.62
$6,722.10
5.00
$7,275.00
25
Fertilizer & Seeding, Type A-3
1,455
SY
2
2,910.00
$
2.04
$2,968.20
1.00
$1,455.00
26
Straw Mulching
1,455
SY
1
1,455.00
$
1.65
$2,400.75
1.00
$1,455.00
27
Decorative Crosswalk
1,688
SF
45
75,960.00
$
41.97
$70,845.36
38.50
$64,988.00
28
Bike Rack
1
U
1500
1,500.00
$
3,025.00
$3,025.00
3,000.00
$3,000.00
29
Bottle filling Station
1
U
2500
2,500.00
$
9,900.00
$9,900.00
5,200.00
$5,200.00
30
Bike Fix-it Station
1
U
1750
1,750.00
$
7,095.00
$7,095.00
2,200.00
$2,200.00
31
Trail Kiosk Sign
3
U
2500
7,500.00
$
5,600.00
$16,800.00
6,080.00
$18,240.00
32
Gateway Arch
1
U
7500
7,500.00
$
35,420.00
$35,420.00
21,000.00
$21,000.00
33
Park Entry Sign
1
U
2500
2,500.00
$
7,952.00
$7,952.00
5,500.00
$5,500.00
34
Post & Rail Fence
500
LF
12.5
6,250.00
$
14.30
$7,150.00
22.00
$11,000.00
Total
1,152,558.50
$
$1,016,382.11
$1,119,958.00
Bid Summary
Construciton of Beesley's Pt Park
February 5, 2021
Township of Upper
Description
Quantity
Unit
1
Mobilization
1
LS
2
Construction Layout
1
LS
3
Heavy Duty Silt Fence
1,059
LF
4
Traffic Control
1
LS
5
Clearing Site
1
LS
6
Excavation Unclassified
3,384
CY
7
Removal of Pavement
286
SY
8
No. 3 Course Aggregate, 12" Th.
5,186
SY
9
Dense Graded Aggregate Base Course, 5" Th
443
SY
10
HMA 9.5M64 Surface Course, 2" th
53
Ton
11
HMA 19M64 Base Course, 3" th
127
Ton
12
Pervious Concrete Sidewalk, 5" Th
1,290
SY
13
Pervious Concrete Sidewalk, 10" Th
112
SY
14
Pervious Concrete Parking Lot, 10" Th
3,384
SY
15
Detectable Warning Surface
20
U
16
8"x14" Concrete Vertical Curb
1,066
LF
17
8"x16" Concrete Vertical Curb
1,961
LF
18
Traffic Markings, Lines, 4"
1,996
LF
19
Traffic Markings, Lines, 8"
100
LF
20
Traffic Markings, Lines, 24"
93
LF
21
Traffic Markings, Symbols
183
SF
22
Regulatory and Warning Signs
108
SF
23
Borrow Topsoil
160
CY
24
Topsoiling, 4" Th
1,455
SY
25
Fertilizer & Seeding, Type A-3
1,455
SY
26
Straw Mulching
1,455
SY
27
Decorative Crosswalk
1,688
SF
28
Bike Rack
1
U
29
Bottle filling Station
1
U
30
Bike Fix-it Station
1
U
31
Trail Kiosk Sign
3
U
32
Gateway Arch
1
U
33
Park Entry Sign
1
U
34
Post & Rail Fence
500
LF
L. Feriozzi Concrete Co
Think Pavers
NA Russo Corp
Atlantic City, NJ
Mt Royal, NJ
Unit Cost
Amount
Unit Cost
Amount
Unit Cost
Amount
31,950.00
$31,950.00
19,999.20
$19,999.20
14,000.00
$14,000.00
9,000.00
$9,000.00
20,000.00
$20,000.00
18,500.00
$18,500.00
15.00
$15,885.00
10.00
$10,590.00
6.37
$6,745.83
4,000.00
$4,000.00
25,000.00
$25,000.00
17,635.00
$17,635.00
12,000.00
$12,000.00 100,000.00
$100,000.00
25,995.00
$25,995.00
22.00
$74,448.00
55.50
$187,812.00
36.83
$124,632.72
18.00
$5,148.00
250.00
$71,500.00
34.05
$9,738.30
37.00
$191,882.00
24.00
$124,464.00
27.92
$144,793.12
14.00
$6,202.00
17.00
$7,531.00
20.55
$9,103.65
280.00
$14,840.00
175.00
$9,275.00
301.17
$15,962.01
105.00
$13,335.00
178.00
$22,606.00
146.13
$18,558.51
118.00
$152,220.00
93.00
$119,970.00
144.39
$186,263.10
154.00
$17,248.00
170.00
$19,040.00
203.03
$22,739.36
135.00
$456,840.00
103.00
$348,552.00
163.88
$554,569.92
300.00
$6,000.00
300.00
$6,000.00
474.75
$9,495.00
40.00
$42,640.00
28.00
$29,848.00
51.18
$54,557.88
40.00
$78,440.00
28.00
$54,908.00
50.42
$98,873.62
1.00
$1,996.00
0.70
$1,397.20
2.66
$5,309.36
2.00
$200.00
1.40
$140.00
20.15
$2,015.00
5.00
$465.00
4.20
$390.60
24.80
$2,306.40
11.00
$2,013.00
10.00
$1,830.00
20.81
$3,808.23
30.00
$3,240.00
28.00
$3,024.00
67.55
$7,295.40
42.00
$6,720.00
19.00
$3,040.00
49.72
$7,955.20
5.00
$7,275.00
5.00
$7,275.00
4.26
$6,198.30
2.00
$2,910.00
2.00
$2,910.00
2.78
$4,044.90
2.00
$2,910.00
3.00
$4,365.00
2.30
$3,346.50
25.00
$42,200.00
50.00
$84,400.00
43.03
$72,634.64
5,500.00
$5,500.00
2,500.00
$2,500.00
5,095.00
$5,095.00
7,000.00
$7,000.00
3,300.00
$3,300.00
8,395.00
$8,395.00
7,800.00
$7,800.00
8,900.00
$8,900.00
10,375.00
$10,375.00
4,100.00
$12,300.00
1,100.00
$3,300.00
3,531.67
$10,595.01
17,500.00
$17,500.00
10,000.00
$10,000.00
28,745.00
$28,745.00
4,100.00
$4,100.00
8,000.00
$8,000.00
11,695.00
$11,695.00
28.00
$14,000.00
13.00
$6,500.00
20.53
$10,265.00
$1,270,207.00
$1,328,367.00
$1,532,241.96
Bid Summary
Construciton of Beesley's Pt Park
February 5, 2021
Township of Upper
Description
Quantity
Unit
1
Mobilization
1
LS
2
Construction Layout
1
LS
3
Heavy Duty Silt Fence
1,059
LF
4
Traffic Control
1
LS
5
Clearing Site
1
LS
6
Excavation Unclassified
3,384
CY
7
Removal of Pavement
286
SY
8
No. 3 Course Aggregate, 12" Th.
5,186
SY
9
Dense Graded Aggregate Base Course, 5" Th
443
SY
10
HMA 9.5M64 Surface Course, 2" th
53
Ton
11
HMA 19M64 Base Course, 3" th
127
Ton
12
Pervious Concrete Sidewalk, 5" Th
1,290
SY
13
Pervious Concrete Sidewalk, 10" Th
112
SY
14
Pervious Concrete Parking Lot, 10" Th
3,384
SY
15
Detectable Warning Surface
20
U
16
8"x14" Concrete Vertical Curb
1,066
LF
17
8"x16" Concrete Vertical Curb
1,961
LF
18
Traffic Markings, Lines, 4"
1,996
LF
19
Traffic Markings, Lines, 8"
100
LF
20
Traffic Markings, Lines, 24"
93
LF
21
Traffic Markings, Symbols
183
SF
22
Regulatory and Warning Signs
108
SF
23
Borrow Topsoil
160
CY
24
Topsoiling, 4" Th
1,455
SY
25
Fertilizer & Seeding, Type A-3
1,455
SY
26
Straw Mulching
1,455
SY
27
Decorative Crosswalk
1,688
SF
28
Bike Rack
1
U
29
Bottle filling Station
1
U
30
Bike Fix-it Station
1
U
31
Trail Kiosk Sign
3
U
32
Gateway Arch
1
U
33
Park Entry Sign
1
U
34
Post & Rail Fence
500
LF
Sum Co
CMCH, NJ
Unit Cost
Amount
180,000.00
$180,000.00
50,000.00
$50,000.00
6.00
$6,354.00
25,000.00
$25,000.00
100,000.00
$100,000.00
25.00
$84,600.00
125.00
$35,750.00
30.00
$155,580.00
68.00
$30,124.00
450.00
$23,850.00
275.00
$34,925.00
145.00
$187,050.00
185.00
$20,720.00
160.00
$541,440.00
250.00
$5,000.00
45.00
$47,970.00
45.00
$88,245.00
0.70
$1,397.20
1.40
$140.00
4.20
$390.60
10.00
$1,830.00
28.00
$3,024.00
100.00
$16,000.00
20.00
$29,100.00
1.50
$2,182.50
2.00
$2,910.00
20.00
$33,760.00
5,000.00
$5,000.00
10,000.00
$10,000.00
5,000.00
$5,000.00
7,500.00
$22,500.00
40,000.00
$40,000.00
10,000.00
$10,000.00
25.00
$12,500.00
$1,812,342.30
Bid Summary
Construciton of Beesley's Pt Park
February 5, 2021
Township of Upper
Engineers Estimate
Fred M. Schiavone Const. Co Command Co
Malaga, NJ
EHT, NJ
Description
Quantity
Unit
Unit Cost
Amount
Unit Cost
Amount
Unit Cost
Amount
Alternative Items
A1
Boardwalk Railing, Type 1
145
LF
200
29,000.00
$
134.40
$19,488.00
188.00
$27,260.00
A2
Boardwalk Railing, Type 2
145
LF
300
43,500.00
$
252.00
$36,540.00
267.00
$38,715.00
A3
Pavilion, 23x30
1
U
75000
75,000.00
$
117,600.00
$117,600.00 107,000.00
$107,000.00
A4
Pergola, 15x45
1
U
65000
65,000.00
$
100,800.00
$100,800.00
97,000.00
$97,000.00
A5
Pavilion Live Roof
1
LS
15000
15,000.00
$
23,520.00
$23,520.00
57,000.00
$57,000.00
A6
Pavilion Rooftop Viewing Platform
1
LS
25000
25,000.00
$
135,520.00
$135,520.00 193,000.00
$193,000.00
A7
Boardwalk
1
LS
195000
195,000.00
$
184,800.00
$184,800.00 240,000.00
$240,000.00
A8
Mechanical Building
1
LS
15000
15,000.00
$
43,680.00
$43,680.00
32,270.00
$32,270.00
A9
Well & Treatment System
1
LS
20000
20,000.00
$
72,800.00
$72,800.00
90,000.00
$90,000.00
A10
Water Line
1
LS
7500
7,500.00
$
4,256.00
$4,256.00
3,000.00
$3,000.00
A11
Site Irrigation
1
LS
15000
15,000.00
$
4,155.20
$4,155.20
4,000.00
$4,000.00
A12
Site Lighting
15
U
8000
120,000.00
$
11,015.20
$165,228.00
10,000.00
$150,000.00
A13
Electric Service
1
LS
19000
19,000.00
$
27,440.00
$27,440.00
18,000.00
$18,000.00
Total
$1,677,558.50
$1,791,601.31
$1,985,943.00
including Alternate Items (A2, A4 and A6-A13)
Paul E. Dietrich, Sr. P.E.
Upper Township Engineer
N.J. License No. 41738
Bid Summary
Construciton of Beesley's Pt Park
February 5, 2021
Township of Upper
Description
Quantity
Unit
Alternative Items
A1
Boardwalk Railing, Type 1
145
LF
A2
Boardwalk Railing, Type 2
145
LF
A3
Pavilion, 23x30
1
U
A4
Pergola, 15x45
1
U
A5
Pavilion Live Roof
1
LS
A6
Pavilion Rooftop Viewing Platform
1
LS
A7
Boardwalk
1
LS
A8
Mechanical Building
1
LS
A9
Well & Treatment System
1
LS
A10
Water Line
1
LS
A11
Site Irrigation
1
LS
A12
Site Lighting
15
U
A13
Electric Service
1
LS
Total
including
Paul E. Dietrich, Sr. P.E.
Upper Township Engineer
N.J. License No. 41738
L. Feriozzi Concrete Co
Think Pavers
NA Russo Corp
Atlantic City, NJ
Mt Royal, NJ
Unit Cost
Amount
Unit Cost
Amount
Unit Cost
Amount
273.00
$39,585.00
310.00
$44,950.00
210.57
$30,532.65
198.00
$28,710.00
353.00
$51,185.00
496.21
$71,950.45
135,000.00
$135,000.00 217,100.00
$217,100.00 113,712.50
$113,712.50
131,000.00
$131,000.00 168,000.00
$168,000.00 103,664.00
$103,664.00
50,000.00
$50,000.00
49,000.00
$49,000.00
39,050.00
$39,050.00
150,000.00
$150,000.00 175,000.00
$175,000.00 108,416.00
$108,416.00
362,130.00
$362,130.00 550,000.00
$550,000.00 246,962.30
$246,962.30
101,000.00
$101,000.00
70,900.00
$70,900.00
48,257.00
$48,257.00
117,000.00
$117,000.00
62,100.00
$62,100.00 112,502.50
$112,502.50
17,600.00
$17,600.00
4,000.00
$4,000.00
18,200.00
$18,200.00
5,000.00
$5,000.00
7,600.00
$7,600.00
4,983.00
$4,983.00
10,000.00
$150,000.00
11,200.00
$168,000.00
9,086.00
$136,290.00
17,000.00
$17,000.00
15,750.00
$15,750.00
10,340.00
$10,340.00
$2,349,647.00
$2,600,902.00
$2,393,807.21
Bid Summary
Construciton of Beesley's Pt Park
February 5, 2021
Township of Upper
Description
Quantity
Unit
Alternative Items
A1
Boardwalk Railing, Type 1
145
LF
A2
Boardwalk Railing, Type 2
145
LF
A3
Pavilion, 23x30
1
U
A4
Pergola, 15x45
1
U
A5
Pavilion Live Roof
1
LS
A6
Pavilion Rooftop Viewing Platform
1
LS
A7
Boardwalk
1
LS
A8
Mechanical Building
1
LS
A9
Well & Treatment System
1
LS
A10
Water Line
1
LS
A11
Site Irrigation
1
LS
A12
Site Lighting
15
U
A13
Electric Service
1
LS
Total
including
Paul E. Dietrich, Sr. P.E.
Upper Township Engineer
N.J. License No. 41738
Sum Co
CMCH, NJ
Unit Cost
Amount
600.00
$87,000.00
600.00
$87,000.00
175,000.00
$175,000.00
130,000.00
$130,000.00
80,000.00
$80,000.00
225,000.00
$225,000.00
400,000.00
$400,000.00
150,000.00
$150,000.00
200,000.00
$200,000.00
15,000.00
$15,000.00
5,000.00
$5,000.00
25,000.00
$375,000.00
50,000.00
$50,000.00
$3,449,342.30
--- Document: Lowest Bidder ---
Original
Bid Document Submission Checklist
Township of Upper
Construction of Beesley's Pt Park
Upper Township, Cape May County
A. Failure to submit the following documents are mandatory cause for the bid to be
rejected (N.J.S.A. 40A:11-23.2).
Document
Form of Bid (B-2 & 3)
Guarantee/Bid Bond
Certificate from Surety Company
Statement of Ownership Disclosure (B-5&6)
Acknowledgement of receipt of any notice(s) or
Revisions(s) or addenda to this advertisement
Bidders Initials
es
RS
B. Failure to submit the following documents may be cause for the bid to be
rejected (N.J.S.A. 40A:11-23.1b).
Document
Non-Collusion Affidavit (B-4)
Consent of Surety
Two (2) copies
Affirmative Action Requirements (B-10)
Electronic Copy of Bid Package on USB or CD-ROM
Disclosure of Investment Activities in Iran (B-11)
Bid Document Submission Checklist
Public Works Contr. Registration (Prime & Subs)
NJ Business Registration Form (Prime & Subs)
Federal Debarment Certification (B-14)
Bidders Initials
es
RS
Rs
RA
PS
es
RS
C. Signature: The undersigned hereby acknowledges and has submitted the above
listed requirements.
Name of Bidder: Fred M. Schiavone Construction Inc.
By Authorized Representative:
Signature: anal
Print Name & Title: Roberta M. Schiavone, Sec. Treas.
Date:
1/20/21
B-1
FORM OF BID
FOR Construction of Beesley's Pt Park, TOWNSHIP OF UPPER, CAPE MAY COUNTY,
NEW JERSEY.
Pursuant to and in compliance with your Advertisement for Bids and the Information for
Bidders relating hereto, the undersigned offers to furnish all labor, plant, materials, supplies,
equipment and other facilities and things necessary and proper for or incidental to the
"Construction of Beesley's Pt Park, Township of Upper, Cape May County, N.J." as required
by and in strict accordance with the applicable provisions of the Specifications and all addenda
issued by the owner and mailed to the undersigned by certified mail with return receipt
requested prior to the date of opening of bids, whether received by the undersigned or not for
the following unit prices.
ITEM
NO.
DESCRIPTION
ESTIMATED UNIT
QUANTITY PRICE
AMOUNT
1
Mobilization
1
LS
2
Construction Layout
1
LS
3
Heavy Duty Silt Fence
1,059 LF
16,500.00 16,500.00
11,000.00 11,000.00
6.60 6.989.40
4
Traffic Control
1
5
Clearing Site
1
LS 3,850.00 3,850.00
LS 31,020.00 31,020.00
6
Excavation Unclassified
3,384
CY 21.45 72,586.80
7
Removal of Pavement
286
SY
19.80 5.662.80
8
No. 3 Course Aggregate, 12" Th.
5,186
SY
23.87 125,789.82
9
Dense Graded Aggregate Base Course, 5" 443
SY
13.00 5.847.60
10
HMA 9.5M64 Surface Course, 2" th
53
11
HMA 19L64 Base Course, 3" th
127
Ton 165.00 8,745.00
Ton 165.00 20,955.00
12
Pervious Concrete Sidewalk, 5" th.
1,290 SY
84.70 109,263.00
13
Pervious Concrete Sidewalk
112
SY 127.10 13,675.00
14
Pervious Concrete Parking Lot, 10" th
3,384 SY
86.08 291,294.72
15
Detectable Warning Surface
20
U
770.00 15,400.00
16
8"x14" Concrete Vertical Curb
1,066 LF
31.90 34,005.40
17
8"x16" Concrete Vertical Curb
1,961 LF
31.90 62,555.90
18
Traffic Markings, Lines, 4"
1,996 LF
1.76 3,512.96
19
Traffic Markings, Lines, 8"
100
LF
2.20
720.00
20
Traffic Markings, Lines, 24"
93
LF
5.50
511.50
21
Traffic Markings, Symbols
183
SF
11.00 2,013.00
22
Regulatory and Warning Signs
108
SF
13.20 1,425.60
23
Borrow Topsoil
160
CY
33.00 5,280.00
24
Topsoiling, 4" Th
1,455 SY
4.62 6,772.10
25
Fertilizer & Seeding, Type A-3
1,455 SY
2.04 2,968,
26
Straw Mulching
1,455 SY
27
Decorative Crosswalk
1,688 SF
1.65 2,400.75
41.97 70,845.36
28
Bike Rack
1
U
3,025.00 3,025.00
B-2
29
Bottle filling Station
1
U
9,90000 9,900.00
30
Bike Fix-it Station
1
U
709500 7,095.00
31
Trail Kiosk Sign
3
U
5,60000 16,800.00
32
Gateway Arch
1
U
35,420.00/35,400.00
33
Park Entry Sign
1
U
7952.00 7,952.00
34
Post & Rail Fence
500
LF
14.30 4,150.00
Alternative Items
Al
Boardwalk Railing, Type 1
145
LF 134.40 19,488.00
A2
Boardwalk Railing, Type 2
145
LF 252.00 36,540.00
A3
Pavilion, 23x30
1
U
117,60000/117,600.00
A4
Pergola, 15x45
1
U
A5 Pavilion Live Roof
1
U
100,800.00 /100,800.00
23,520.00 23,520.00
A6
Pavilion Rooftop Viewing Platform
1
U
135,520.00 135,52000
A7
Timber Boardwalk
1
LS 184,800.00 184,800.00
A8
Mechanical Building
1
A9
Well & Treatment System
1
A10 Water Line
1
All Site Irrigation
1
A12 Site Lighting
15
A13 Electric Service
1
Total Amount Bid, Items 1 to 34 inclusive...
LS 43,680.00 43,680.00
LS 72,800.00 72,800.00
LS 4,256.00 4,256.00
LS 4,155.00 4.155.20
U
11,015.20/165,2२४.००
LS 27,440.00 27,44000
This authorization must be signed to be a valid bid.
$1,016,382.11
If written notice of the acceptance of this Bid is mailed, telegraphed or delivered to the
undersigned within thirty (30) days after the date of opening of bids, or any time thereafter
before the bid is withdrawn, the undersigned will within eight (8) days after the date of such
mailing, telegraphing, or delivering of such notice, execute, and deliver a contract in the form of
Contract attached to the information for Bidders.
The undersigned hereby designates as his office to which such notice of acceptance may be
mailed, telegraphed, or delivered.
P.O. Box 416 Malaga, NJ 08328
This bid may be withdrawn at any time prior to the scheduled time for the opening of bids or
any authorized postponement thereof.
DATED 1/20/21
Fred M. Schiavone Construction Inc.
B-3
BY Roberta M. Schiavone, Sec. Treas.
ADDRESS P.O. Box 416
Malaga, NJ 08328
* Insert Bidder's name. If a corporation, give State of incorporation using the phrase "a
corporation organized under the laws of New Jersey
If a partnership, give name of partners, using also the phrase "Co-partners trading and doing
business under the firm name and style
N/A
If an individual using a trade name, give individual name, using also the phrase "an individual
doing business under the name and style of N/A
B-4
NON-COLLUSION AFFIDAVIT
STATE OF NEW JERSEY
COUNTY Gloucester
ss.
I Roberta M. Schiavone
the Township of Franklinville
and the State of New Jersey
of
in the County of Gloucester
of full age, being duly sworn
Secretary-Treasurer
according to law on my oath depose and say that:
I am
of the firm of Fred M. Schiavone Construction Inc.
the bidder making the Proposal for the above named project, and that I executed the said
Proposal with full authority so to do; that the said bidder has not, directly or indirectly, entered
into any agreement, participated in any collusion, or otherwise taken any action in restraint of
free, competitive bidding in connection with the above named project; and that all statements
contained in said Proposal and in this affidavit are true and correct, and made with full
knowledge that the State of New Jersey relies upon the truth of the statements contained in said
Proposal and in the statements contained in this affidavit in awarding the contract for the said
project.
I further warrant that no person or selling agency has been employed or retained to solicit or
secure such contract upon an agreement or understanding for a commission, percentage,
brokerage or contingent fee, except bona fide employees or bona fide established commercial or
selling agencies maintained by
Fred M. Schiavone Construction Inc.
(N.J.S.A. 52:34-15)
Subscribed and sworn to
Before me this 20th day
Of January
2021
Contact Name: Roberta M. Schiavone
Contact Phone: 856-697-4558
Company Address: P.O. Box 416
Federal Tax ID No.: 22-20201719
Malaga, NJ 08328
(above information to be typed)
B-5
email: Roberta@fmschiavone.com
Fax: 856-697-9612
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: Fred M. Schiavone Construction Inc.
Organization Address: P.O. Box 416 Malaga, NJ 08328
Physical Address: 2057 Tuckahoe Rd Franklinville, NJ 08322
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)
Partnership
Other (be specific):
Part II
X
Limited Liability Company (LLC)
Limited Partnership
Limited Liability Partnership (LLP)
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
Roberta M. Schiavone
Home Address (for Individuals) or Business Address
100%
1985 Dutch Mill Road Franklinville, NJ 08322
B-6
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
N/A
Please list the names and addresses of each stockholder, partner or member owning a 10 percent or
greater interest in any corresponding corporation, partnership and/or limited liability company (LLC)
listed in Part II other than for any publicly traded parent entities referenced above. The
disclosure shall be continued until names and addresses of every noncorporate stockholder, and
individual partner, and member exceeding the 10 percent ownership criteria established pursuant to
N.J.S.A. 52:25-24.2 has been listed. Attach additional sheets if more space is needed.
Stockholder/Partner/Member and
Corresponding Entity Listed in Part II
Home Address (for Individuals) or Business Address
Roberta M. Schiavone
100%
1985 Dutch Mill Road Franklinville, NJ 08322
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 Township of Upper is relying on the information contained herein and that I am under a
continuing obligation from the date of this certification through the completion of any contracts with the Township of
Upper to notify the Township of Upper 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 Township of Upper to declare any contract(s) resulting from this certification void and unenforceable.
Full Name (Print): Roberta M. Schiavone
Signature:
Secretary-Treasurer
104070 Sole
Duaner
Title:
مت Date:
1/20/21
B-7
EQUIPMENT CERTIFICATION
INSTRUCTION FOR COMPLETING THE EQUIPMENT CERTIFICATION
If the Bidder owns, leases, or controls all the necessary equipment required, he shall complete
Part 1. Should the Bidder not own, lease, or control the necessary equipment, he shall provide
documentation of how Bidder will complete the project. This certification must be attached to
and submitted with the Proposal.
Part 1
"This is to certify that I, the Bidder signing the attached Proposal, own, lease or control all the
necessary equipment required to accomplish the work shown and described on the Contract
Drawings and in the Contract Specifications."
1/20/21
Date
Fred M. Schiavone Construction Inc.
Name of Bidder
Signature of Owner or Controller
of Equipment
Roberta M. Schiavone
Signature of Owner or Controller
of Equipment
List of Equipment
See attached sheets
(Attach Additional Sheets as Required)
B-8
Arch
Insurance
Company
a member of Arch Insurance Group
Bid Bond
Know all men by these presents, that we Fred M. Schiavone Construction, Inc. as Principal,
hereinafter called the Principal, and Arch Insurance Company, a corporation duly organized under the
laws of the State Of Missouri as Surety, hereinafter called the Surety, are held and firmly bound onto
Township of Upper, 2100 Tuckahoe Road, Petersburg, NJ 08270 as Obligee, hereinafter called the
Obligee, in the sum of Ten percent of amount bid not to exceed twenty thousand dollars and
00/100*** Dollar ($10% of amount bid NTE $20,000), for the payment of which sum well and truly to be
made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators,
successors and assigns, jointly and severally, firmly by these presents.
Whereas, the Principal has submitted a bid for
Construction of Beesley's Pt Park
Now, Therefore, if the Obligee shall accept the bid of the Principal within the period specified therein, or
if no period be specified, within sixty (60) days after opening, and the Principal shall enter into a contract
with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be
specified in the bidding or contract documents with good and sufficient surety for the faithful performance
of such contract and for the prompt payment of labor and material furnished in the prosecution thereof,
or in the event of the failure of the Principal to enter such contract and give such bond or bonds, if the
Principal shall pay to the Obligee the penalty hereof, then this obligation shall be null and void, otherwise
to remain in full force and effect.
Signed and sealed this 3rd
day of February 2021
Agnate's Bill
(Witness)
Jenue Matiss
(Witness)
Denise Matias
FRED M. SCHIAVONE CONSTRUCTION, INC. (Seal)
(Principal)
By:
ARCH INSURANCE COMPANY
7
By: Kelly F. Smuzinsky, Finsky, A Attorney in fact
(Seal)
Sauzily
AIC 0000325099
This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated.
Not valid for Note, Loan, Letter of Credit, Currency Rate, Interest Rate or Residential Value Guarantees.
Know All Persons By These Presents:
POWER OF ATTORNEY
That the Arch Insurance Company, a corporation organized and existing under the laws of the State of Missouri, having its principal administrative office in Jersey City,
New Jersey (hereinafter referred to as the "Company") does hereby appoint:
Jeffrey L. Dunn, Joseph B. Malinsky, Kelly F. Smuzinsky of Malaga, NJ (EACH) Brian Kenny, John S. Wimberg, Kaminiben K. Patel, Michael F. Thomas
and Thomas L. Glenn III of Absecon, NJ (EACH)
its true and lawful Attorney(s)in-Fact, to make, execute, seal, and deliver from the date of issuance of this power for and on its behalf as surety, and as its act and deed:
Any and all bonds, undertakings, recognizances and other surety obligations, in the penal sum not exceeding Ninety Million Dollars (90,000,000.00).
This authority does not permit the same obligation to be split into two or more bonds In order to bring each such bond within the dollar limit of authority as set forth
herein.
The execution of such bonds, undertakings, recognizances and other surety obligations in pursuance of these presents shall be as binding upon the said Company as fully
and amply to all intents and purposes, as if the same had been duly executed and acknowledged by its regularly elected officers at its principal administrative office in
Jersey City, New Jersey.
This Power of Attorney is executed by authority of resolutions adopted by unanimous consent of the Board of Directors of the Company on September 15, 2020, true and
accurate copies of which are hereinafter set forth and are hereby certified to by the undersigned Secretary as being in full force and effect:
"VOTED, That the Chairman of the Board, the President, or the Executive Vice President, or any Senior Vice President, of the Surety Business Division, or their
appointees designated in writing and filed with the Secretary, or the Secretary shall have the power and authority to appoint agents and attorneys-in-fact, and to authorize
them subject to the limitations set forth in their respective powers of attorney, to execute on behalf of the Company, and attach the seal of the Company thereto, bonds,
undertakings, recognizances and other surety obligations obligatory in the nature thereof, and any such officers of the Company may appoint agents for acceptance of
process."
This Power of Attorney is signed, sealed and certified by facsimile under and by authority of the following resolution adopted by the unanimous consent of the Board of
Directors of the Company on September 15, 2020:
VOTED, That the signature of the Chairman of the Board, the President, or the Executive Vice President, or any Senior Vice President, of the Surety Business Division,
or their appointees designated in writing and filed with the Secretary, and the signature of the Secretary, the seal of the Company, and certifications by the Secretary, may
be affixed by facsimile on any power of attorney or bond executed pursuant to the resolution adopted by the Board of Directors on September 15, 2020, and any such
power so executed, sealed and certified with respect to any bond or undertaking to which it is attached, shall continue to be valid and binding upon the Company. In
Testimony Whereof, the Company has caused this instrument to be signed and its corporate seal to be affixed by their authorized officers, this 27th day of October,
2020
Attested and Certified
Ren A.m
Regan A. Shulman, Secretary
Insurance Comp
CORPORATE
SEAL
1971
Arch Insurance Company
Richard Stock, Executive Vice President
STATE OF PENNSYLVANIA SS
COUNTY OF PHILADELPHIA SS
Missouri
I, Michele Tripodi, a Notary Public, do hereby certify that Regan A. Shulman and Richard Stock personally known to me to be the same persons whose names are
respectively as Secretary and Executive Vice President of the Arch Insurance Company, a Corporation organized and existing under the laws of the State of Missouri,
subscribed to the foregoing instrument, appeared before me this day in person and severally acknowledged that they being thereunto duly authorized signed, sealed with
the corporate seal and delivered the said instrument as the free and voluntary act of said corporation and as their own free and voluntary acts for the uses and purposes
therein set forth.
CERTIFICATION
COMMONWEALTH OF PENNSYLVANIA
NOTARIAL SEAL
MICHELE TRIPODI, Notary Public
City of Philadelphia, Phila. County
My Commission Expires July 31, 2021
Michele Tripodi, Notary Public
My commission expires 07/31/2021
I, Regan A. Shulman, Secretary of the Arch Insurance Company, do hereby certify that the attached Power of Attorney dated October 27, 2020 on behalf of the
person(s) as listed above is a true and correct copy and that the same has been in full force and effect since the date thereof and is in full force and effect on the date of
this certificate; and I do further certify that the said Richard Stock, who executed the Power of Attorney as Executive Vice President, was on the date of execution of the
attached Power of Attorney the duly elected Executive Vice President of the Arch Insurance Company.
3rd February
IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the Arch Insurance Company on this day of
20 21.
Reg A.8
Regan A. Shulman, Secretary
This Power of Attorney limits the acts of those named therein to the bonds and undertakings specifically named therein and they have no authority to bind the Company
except in the manner and to the extent herein stated.
PLEASE SEND ALL CLAIM INQUIRIES RELATING TO THIS BOND TO THE FOLLOWING ADDRESS:
Arch Insurance - Surety Division
3 Parkway, Suite 1500
Philadelphia, PA 19102
surance Company
CORPORATE
SEAL
1971
Missouri
To verify the authenticity of this Power of Attorney, please contact Arch Insurance Company at SuretyAuthentic@archinsurance.com
Please refer to the above named Attorney-in-Fact and the details of the bond to which the power is attached.
AICPOA040120
Printed in U.S.A.
AIC 0000325100
This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated.
Not valid for Note, Loan, Letter of Credit, Currency Rate, Interest Rate or Residential Value Guarantees.
Know All Persons By These Presents:
POWER OF ATTORNEY
That the Arch Insurance Company, a corporation organized and existing under the laws of the State of Missouri, having its principal administrative office in Jersey City,
New Jersey (hereinafter referred to as the "Company") does hereby appoint:
Jeffrey L. Dunn, Joseph B. Malinsky, Kelly F. Smuzinsky of Malaga, NJ (EACH) Brian Kenny, John S. Wimberg, Kaminiben K. Patel, Michael F. Thomas
and Thomas L. Glenn III of Absecon, NJ (EACH)
its true and lawful Attorney(s)in-Fact, to make, execute, seal, and deliver from the date of issuance of this power for and on its behalf as surety, and as its act and deed:
Any and all bonds, undertakings, recognizances and other surety obligations, in the penal sum not exceeding Ninety Million Dollars (90,000,000.00).
This authority does not permit the same obligation to be split into two or more bonds In order to bring each such bond within the dollar limit of authority as set forth
herein.
The execution of such bonds, undertakings, recognizances and other surety obligations in pursuance of these presents shall be as binding upon the said Company as fully
and amply to all intents and purposes, as if the same had been duly executed and acknowledged by its regularly elected officers at its principal administrative office in
Jersey City, New Jersey.
This Power of Attorney is executed by authority of resolutions adopted by unanimous consent of the Board of Directors of the Company on September 15, 2020, true and
accurate copies of which are hereinafter set forth and are hereby certified to by the undersigned Secretary as being in full force and effect:
"VOTED, That the Chairman of the Board, the President, or the Executive Vice President, or any Senior Vice President, of the Surety Business Division, or their
appointees designated in writing and filed with the Secretary, or the Secretary shall have the power and authority to appoint agents and attorneys-in-fact, and to authorize
them subject to the limitations set forth in their respective powers of attorney, to execute on behalf of the Company, and attach the seal of the Company thereto, bonds,
undertakings, recognizances and other surety obligations obligatory in the nature thereof, and any such officers of the Company may appoint agents for acceptance of
process."
This Power of Attorney is signed, sealed and certified by facsimile under and by authority of the following resolution adopted by the unanimous consent of the Board of
Directors of the Company on September 15, 2020:
VOTED, That the signature of the Chairman of the Board, the President, or the Executive Vice President, or any Senior Vice President, of the Surety Business Division,
or their appointees designated in writing and filed with the Secretary, and the signature of the Secretary, the seal of the Company, and certifications by the Secretary, may
be affixed by facsimile on any power of attorney or bond executed pursuant to the resolution adopted by the Board of Directors on September 15, 2020, and any such
power so executed, sealed and certified with respect to any bond or undertaking to which it is attached, shall continue to be valid and binding upon the Company. In
Testimony Whereof, the Company has caused this instrument to be signed and its corporate seal to be affixed by their authorized officers, this 27th day of October,
2020
Attested and Certified
Rez A.m
Regan A. Shulman, Secretary
STATE OF PENNSYLVANIA SS
COUNTY OF PHILADELPHIA SS
Comp
Arch Insurance
CORPORATE
SEAL
1971
Missouri
Arch Insurance Company
Richard Stock, Executive Vice President
I, Michele Tripodi, a Notary Public, do hereby certify that Regan A. Shulman and Richard Stock personally known to me to be the same persons whose names are
respectively as Secretary and Executive Vice President of the Arch Insurance Company, a Corporation organized and existing under the laws of the State of Missouri,
subscribed to the foregoing instrument, appeared before me this day in person and severally acknowledged that they being thereunto duly authorized signed, sealed with
the corporate seal and delivered the said instrument as the free and voluntary act of said corporation and as their own free and voluntary acts for the uses and purposes
therein set forth.
CERTIFICATION
COMMONWEALTH OF PENNSYLVANIA
NOTARIAL SEAL
MICHELE TRIPODI, Notary Public
City of Philadelphia, Phila. County
My Commission Expires July 31, 2021
Michele Tripodi, Notary Public
My commission expires 07/31/2021
I, Regan A. Shulman, Secretary of the Arch Insurance Company, do hereby certify that the attached Power of Attorney dated October 27, 2020 on behalf of the
person(s) as listed above is a true and correct copy and that the same has been in full force and effect since the date thereof and is in full force and effect on the date of
this certificate; and I do further certify that the said Richard Stock, who executed the Power of Attorney as Executive Vice President, was on the date of execution of the
attached Power of Attorney the duly elected Executive Vice President of the Arch Insurance Company.
IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the Arch Insurance Company on this
20 21.
Reg A.8
3rd February
day of
Regan A. Shulman, Secretary
This Power of Attorney limits the acts of those named therein to the bonds and undertakings specifically named therein and they have no authority to bind the Company
except in the manner and to the extent herein stated.
PLEASE SEND ALL CLAIM INQUIRIES RELATING TO THIS BOND TO THE FOLLOWING ADDRESS:
Arch Insurance - Surety Division
3 Parkway, Suite 1500
Philadelphia, PA 19102
Insurance Compa
CORPORATE
SEAL
1971
Missouri
To verify the authenticity of this Power of Attorney, please contact Arch Insurance Company at SuretyAuthentic@archinsurance.com
Please refer to the above named Attorney-in-Fact and the details of the bond to which the power is attached.
AICPOA040120
Printed in U.S.A.
ARCH INSURANCE COMPANY
STATEMENT OF FINANCIAL CONDITION
DECEMBER 31, 2019
Assets
Cash in Banks
Bonds owned
Stocks
Premiums in course of collection
Accrued interest and other assets
Total Assets
Liabilities
Reserve for losses and adjustment expenses
Reserve for unearned premiums
Ceded reinsurance premiums payable
Amounts withheld or retained by company for account of others
Reserve for taxes, expenses and other liabilities
Total Liabilities
Surplus as regards policyholders
Total Surplus and Liabilities
$
66,834,581
$ 2,773,669,218
$
632,027,703
$
481,916,166
$ 567,156,420
$ 4,521,604,088
$ 1,890,227,649
$
812,210,429
$
296,890,508
$
158,378,578
$ 408,441,322
3,566,148,486
955,455,602
$ 4,521,604,088
By:
Attest: F
Senior Vice President, Chief
Financial Officer and Treasurer
Senior Vice President,
General Counsel and Secretary
State of New Jersey)
)
SS
County of Hudson)
Thomas James Ahern, Senior Vice President, Chief Financial Officer and Treasurer and
Patrick Kenneth Nails, Senior Vice President, General Counsel and Secretary being duly sworn,
of ARCH INSURANCE COMPANY, Missouri; and that the foregoing is a true and correct
statement of financial condition of said company, as of December 31, 2019.
th
Subscribed and sworn to before me, this 27 day of February, 2020
Notary Public
Mary & Keating
MARY E. KEATING
Commission #2449628
Notary Public, State of New Jersey
My Commission Expires
August 28, 2024
PHIL MURPHY
Governor
State of New Jersey
DEPARTMENT OF BANKING AND INSURANCE
PO BOX 325
TRENTON, NJ 08625-0325
TEL (609) 292-5360
MARLENE CARIDE
Commissioner
SHEILA OLIVER
Lt. Governor
April 30, 2020
Company Name: ARCH INSURANCE COMPANY
Company Number: 99305533
RE: Certificate of Authority Distribution
As a result of our remote work initiative in response to COVID-19 the State of New Jersey Department of
Banking and Insurance is delivering the Certificate of Authority for ARCH INSURANCE COMPANY via
email (please see below). Please see our website at https://www.state.nj
--- Document: Vehicle Wash, Bids due September 22, 2020 ---
TOWNSHIP OF UPPER
CAPE MAY COUNTY
NEW JERSEY
NOTICE TO BIDDERS
Sealed Bids for the Vehicle Pressure Wash System Replacement, Upper Township, Cape May County, New Jersey,
will be received by the Upper Township Committee at the Upper Township Municipal Building, Tuckahoe Road,
Petersburg, New Jersey, on Tuesday, September 22, 2020 at 2:00 PM, Prevailing Time, and then opened and read
aloud at said Municipal Building. The opening of bids will be done via video conference. Bidders may start logging
into the virtual meeting site at 1:45 PM. In-person attendance is limited due to public health-related restrictions on
public gatherings due to the Governor’s declared state of emergency. Viewing of the bid opening in person will be
allowed for up to ten (10) bidders. Bidders will not have an opportunity to view the bid documents in-person but at
least the lowest bid result shall be posted on the Township’s webpage
https://uppertownship.com/departments/purchasing/auctions-bids-rfps/.
The virtual bid opening meeting is available from your computer, tablet or smartphone at
https://www.gotomeet.me/UpperTownship-NJ/ut-public-meeting-room.
The Information for Bidders, Form of Bid, Form of Contract, Plans and Specification prepared by Paul E. Dietrich,
Township Engineer, has been filed in the office of said engineer at Township Hall, Petersburg, New Jersey and may
be examined by prospective bidders during business hours. Copies may be obtained upon request (Paper copy at a
cost of $20; Electronic copy at no charge) from the Upper Township Clerk’s Office, Physical Address: 2100
Tuckahoe Road, Petersburg, NJ 08270; Mailing Address: PO Box 205, Tuckahoe, NJ 08250-0205, or 609-628-2011
ext. 200 or clerk@uppertownship.com. Inspection of the existing system is available on Tuesday, September 8, 2020 at
10:00AM-12:00PM.
The Township Committee of the Township of Upper reserves the right to waive any informalities in or to reject any
or all bids. The bids must be submitted prior to the time designated above for receipt and opening bids, and may be
submitted either by mail or in person by the bidder or his agent. No bids will be received after the time designated
above for their receipt.
Each bidder must deposit with his bid a certified check, cashier’s check, or bid bond in the amount of not less than
ten (10) percent of the total lump sum bid but not in excess of $20,000.00, and a certified statement from a bonding
company guaranteeing the furnishing of a Performance Bond. Bids must be enclosed in sealed envelopes bearing
the name and address of the bidder and marked “Vehicle Pressure Wash System Replacement, Upper Township,
Cape May County, New Jersey” and addressed to the Township Committee, Township of Upper Municipal
Building, 2100 Tuckahoe Road, Petersburg, New Jersey, 08270. Please note that overnight delivery before
2:00pm cannot be guaranteed to our rural address.
The award of the contract shall not be binding upon the Township of Upper until the contract, in accordance with
the Specifications, is actually executed by the successful bidder and the Township Committee.
Bidders are required to comply with the requirements of N.J.S.A. 105-31 (P.L. 1974, C. 127, Law Against
Discrimination Affirmative Action Supplement). Bidders are required to submit a statement of ownership with the
bid, in compliance with N.J.S.A. 52:25-24.2 (P.L. 1977, C. 33).
The Township of Upper reserves the right to award a contract within the funds available.
No Bidder may withdraw his bid within 60 days after the actual date of opening thereof.
By order of the Township Committee.
Barbara L. Young, Township Clerk
--- Document: Bid Results ---
Vehicle Pressure Wash System Replacement
Bid Opening Tuesday September 22, 2020 at 2:00 P.M.
McHenry PCS
Dennis Black
301-663-4683 / Fax# 301-695-1411
dennisb@mchenrypcs.com
Total Amount Bid - $64,680.00
Optional Automatic System - $6,165.00
Box Research LLC
Saswati Bose, Procurement Manager
252 Nassau St
Princeton, NJ 08542
saswatibose9194@outlook.com
Emailed specs 8-25-20
No bid submitted
NS Corporation
David Newell, Business Development Manager
440.370.5056
147 Bell Street #111
Chagrin Falls, Ohio 44022
davidn@nswash.com
Emailed specs 9-2-20
No bid submitted
RJP Hotsy
17 R Lakewood Rd
New Egypt, NJ 08530
609-286-2958
Eric.w@rjphotsy.com
Emailed specs 9-17-20
No bid submitted
--- Document: Resolution for rejection of Bids ---
TOWNSHIP OF UPPER
CAPE MAY COUNTY
RESOLUTION
RESOLUTION NO. 265-2020
RE: REJECTING ALL BIDS RECEIVED FOR THE DESIGN/BUILD POST FRAME
BUILDINGS (30' x 60') PROJECT
WHEREAS, the Township of Upper solicited bids for the Design/Build Post
Frame Buildings (30' x 60') project; and
WHEREAS, bids were received from four companies; and
WHEREAS, pursuant to NJSA 40A:11-13.2, the Township Committee has
determined to reject all bids for Design/Build Post Frame Buildings (30' x 60') project heretofore
received due to the fact the lowest bid substantially exceeds the Engineer's cost estimate for the
project; and
NOW, THEREFORE, BE IT RESOLVED by the Township Committee of the
Township of Upper, in the County of Cape May and State of New Jersey, as follows:
1. The allegations of the preamble are incorporated herein by this reference.
2. All bids for the Design/Build Post Frame Buildings (30' x 60') project, received
on September 1, 2020, are hereby rejected.
3. All Township officials and officers are hereby authorized and empowered to
take all action deemed necessary or advisable to carry into effect the intent and purpose of this
Resolution.
Resolution No.265-2020
Offered by: Coggins
Adopted: September 28, 2020
Roll Call Vote:
Seconded by: Barr
Puhud Palubo
RICHARD PALOMBO, Mayor
BARBARA L. YOUNG, Township Clerk
NAME
YES
NO ABSTAIN ABSENT
Barr
X
Coggins
X
Corson
X
Young
X
Palombo
X
--- Document: Bid Tabulation ---
Design/Build Post Frame Buildings (30’x60’)
Bid Opening Tuesday September 1, 2020 at 2:00 P.M.
Dutchman Contracting LLC
Amy D Shirk
(717) 575-9350
amy.dutchmancontracting@gmail.com
Emailed specs 8-4-20
Total Amount Bid Item 1 $214,870.00
Alt 2 $39,372.00
Alt 3 $23,346.00
Alt 4 $65,248.00
Conestoga Construction
C B Structures, Inc.
Susie Whary, Senior Division Coordinator
202 Orlan Road
New Holland, PA 17557
Cell Phone: 717-572-3882
Office Phone: 717-354-2613, Ext. 219
swhary@cbstructuresinc.com
Emailed specs 8-3-20
Total Amount Bid Item 1 $296,784.00
Alt 2 $39,894.00
Alt 3 $23,600.00
Alt 4 $49,512.00
Joseph Porretta Builders
551 Anderson Ave
Hammonton, NJ 08037
609-561-6391
609-567-9398 fax
joe.porrettabuilders@comcast.net
Emailed specs 8-11-20
Total Amount Bid Item 1 $290,834.00
Alt 2 $28,424.00
Alt 3 $17,750.00
Alt 4 $98,864.00
Straga Brothers, Inc.
P.O. Box 216
Glassboro, NJ 08028
Total Amount Bid Item 1 $314,100.00
Alt 2 $47,900.00
Alt 3 $23,200.00
Alt 4 $64,200.00
Pelka Construction
617 Herman Rd
Jackson, NJ 08527
(732) 928-8925
ziggy@pelkaconstruction.com
Emailed specs 7-30-20
Total Amount Bid Item 1 $___NO BID_______
Alt 2 $_________________
Alt 3 $_________________
Alt 4 $_________________
Hall Construction Co., Inc.
Esther Gagliano, Assistant to the President
Mark D. Hall, AIC, CPC
PO Box 1448, Wall, NJ 07719
Physical: 1720 Route 34, Wall, NJ 07719
T: 732.938.4255 | F: 732.938.4452
egagliano@hallgc.com
Emailed specs 8-3-20
Total Amount Bid Item 1 $___NO BID_______
Alt 2 $_________________
Alt 3 $_________________
Alt 4 $_________________
Design/Build Post Frame Buildings (30’x60’)
Bid Opening Tuesday September 1, 2020 at 2:00 P.M.
MIBO Construction Co Inc.
Patrick Sparks, Sr. Project Manager
331 White Horse Pike
Atco, NJ 08004
856-809-1550 (Fax 1552)
sparconinc@verizon.net
Emailed specs 8-3-20
Total Amount Bid Item 1 $___NO BID_______
Alt 2 $_________________
Alt 3 $_________________
Alt 4 $_________________
Box Research, LLC
Saswati Bose, Procurement Manager
252 Nassau St
Princeton, NJ 08542
saswatibose9194@outlook.com
Emailed specs 8-3-20
Total Amount Bid Item 1 $___NO BID_______
Alt 2 $_________________
Alt 3 $_________________
Alt 4 $_________________
Russo Corporation
Nick Russo
403 Helms Ave.
Swedesboro, NJ 08085
O: 856.491.9243
C: 856.297.2259
NickR@RussoCorporation.com
Emailed specs 8-4-20
Total Amount Bid Item 1 $___NO BID_______
Alt 2 $_________________
Alt 3 $_________________
Alt 4 $_________________
MFS Consulting Engineers & Surveyor, DPC
Jeffrey Clark / Proposal Manager
2780 Hamilton Blvd. South Plainfield, NJ 07080
Cell: (609)707-4648
Office: 908-922-4622 / Fax: 866-517-7413
jac@mfsengineers.com
Emailed specs 8-5-20
Total Amount Bid Item 1 $___NO BID_______
Alt 2 $_________________
Alt 3 $_________________
Alt 4 $_________________
Dodge Data & Analytics
Elaine Wilson
4300 Beltway Pl, Suite 150
Arlington, TX 76018
T 413.507.0211 | F 609.336.2767
Elaine.Wilson@construction.com
Emailed specs 8-7-20
Total Amount Bid Item 1 $___NO BID_______
Alt 2 $_________________
Alt 3 $_________________
Alt 4 $_________________
MJJ Construction LLC
471 White Horse Pike
Atco, NJ 08004
Phone: Atco 856-768-9440 Fax 856-768-9495
mjjconstruction@mjjconstructionllc.com
Emailed specs 8-11-20
Total Amount Bid Item 1 $___NO BID_______
Alt 2 $_________________
Alt 3 $_________________
Alt 4 $_________________
Design/Build Post Frame Buildings (30’x60’)
Bid Opening Tuesday September 1, 2020 at 2:00 P.M.
Pennoni
Kimberley Chianese
515 Grove Street, Suite 1B
Haddon Heights, NJ 08035
Direct: +1 (856) 656-2850
KChianese@Pennoni.com
Emailed specs 8-17-20
Total Amount Bid Item 1 $___NO BID_______
Alt 2 $_________________
Alt 3 $_________________
Alt 4 $_________________
Becica Associates, LLC
Lisa May & Steve Becica
500 S Kings Highway
Cherry Hill, NJ 08034
Phone - 856-795-1180
Fax – 856-354-6367
lmayo@BecicaAssociates.com
emailed specs 8-17-20
sabecica@becicaassociates.com
emailed specs 8-18-20
Total Amount Bid Item 1 $___NO BID_______
Alt 2 $_________________
Alt 3 $_________________
Alt 4 $_________________
--- Document: Lowest Bidder – Duchman Contracting ---
AIA Document A310 – 2010
Bid Bond
TM
-
CONTRACTOR:
(Name, legal status and address)
Dutchman Contracting LLC
278 North Ridge Road
Reinholds, PA 17569
OWNER:
(Name, legal status and address)
Township of Upper
2100 Tuckahoe Road
Petersburg, NJ 08270
SURETY:
(Name, legal status and principal place
of business)
The Ohio Casualty Insurance Company
175 Berkeley Street
Boston, MA 02116
BOND AMOUNT: ten percent (10%) of the total bid (but not in excess of $20,000.00)
PROJECT:
(Name, location or address, and Project number, if any)
Design/ Build Post Frame Buildings (30'x60')
The Contractor and Surety are bound to the Owner in the amount set forth above, for the
payment of which the Contractor and Surety bind themselves, their heirs, executors,
administrators, successors and assigns, jointly and severally, as provided herein. The
conditions of this Bond are such that if the Owner accepts the bid of the Contractor within
the time specified in the bid documents, or within such time period as may be agreed to by
the Owner and Contractor, and the Contractor either (1) enters into a contract with the
Owner in accordance with the terms of such bid, and gives such bond or bonds as may be
specified in the bidding or Contract Documents, with a surety admitted in the jurisdiction
of the Project and otherwise acceptable to the Owner, for the faithful performance of such
Contract and for the prompt payment of labor and material furnished in the prosecution
thereof; or (2) pays to the Owner the difference, not to exceed the amount of this Bond,
between the amount specified in said bid and such larger amount for which the Owner may
in good faith contract with another party to perform the work covered by said bid, then
this obligation shall be null and void, otherwise to remain in full force and effect. The
Surety hereby waives any notice of an agreement between the Owner and Contractor to
extend the time in which the Owner may accept the bid. Waiver of notice by the Surety
shall not apply to any extension exceeding sixty (60) days in the aggregate beyond the time
for acceptance of bids specified in the bid documents, and the Owner and Contractor shall
obtain the Surety's consent for an extension beyond sixty (60) days.
ADDITIONS AND DELETIONS:
The author of this document has
added information needed for its
completion. The author may also
have revised the text of the original
AIA standard form. An Additions and
Deletions Report that notes added
information as well as revisions to the
standard form text is available from
the author and should be reviewed. A
vertical line in the left margin of this
document indicates where the author
has added necessary information
and where the author has added to or
deleted from the original AIA text.
This document has important legal
consequences. Consultation with an
attorney is encouraged with respect
to its completion or modification.
Any singular reference to Contractor,
Surety, Owner or other party shall be
considered plural where applicable.
AIA Document A310M-2010. Copyright© 1963, 1970 and 2010 by The American Institute of Architects. All rights reserved. WARNING: This AIA® Document
is protected by U.S. Copyright Law and International Treaties. Unauthorized reproduction or distribution of this AIA® Document, or any portion of it,
may result in severe civil and criminal penalties, and will be prosecuted to the maximum extent possible under the law.
1
If this Bond is issued in connection with a subcontractor's bid to a Contractor, the term Contractor in this Bond shall
be deemed to be Subcontractor and the term Owner shall be deemed to be Contractor.
When this Bond has been furnished to comply with a statutory or other legal requirement in the location of the
Project, any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted
herefrom and provisions conforming to such statutory or other legal requirement shall be deemed incorporated
herein. When so furnished, the intent is that this Bond shall be construed as a statutory bond and not as a common
law bond.
Signed and sealed this Ist day of September, 2020.
Amyl Shirk
(Witness)
(Witness) Anthony M. Macinanti
Dutchman Contracting LLC
(Seal)
(Contractor as Principal)
(Title) Paul Schnettier U.P.
The Ohio Casualty Insurance Company
(Surety)
a. Horning
(Seal)
(Title) Attorney-in-Fact: Kimberly A. Horning
AIA Document A310M-2010. Copyright© 1963, 1970 and 2010 by The American Institute of Architects. All rights reserved. WARNING: This AIA® Document
is protected by U.S. Copyright Law and International Treaties. Unauthorized reproduction or distribution of this AIA® Document, or any portion of it,
may result in severe civil and criminal penalties, and will be prosecuted to the maximum extent possible under the law.
2
Liberty
Mutual.
SURETY
This Power of Attorney limits the acts of those named herein, and they have no authority to
bind the Company except in the manner and to the extent herein stated.
Liberty Mutual Insurance Company
The Ohio Casualty Insurance Company
West American Insurance Company
POWER OF ATTORNEY
Certificate No: 8196951-019074
KNOWN ALL PERSONS BY THESE PRESENTS: That The Ohio Casualty Insurance Company is a corporation duly organized under the laws of the State of New Hampshire, that
Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts, and West American Insurance Company is a corporation duly organized
under the laws of the State of Indiana (herein collectively called the "Companies"), pursuant to and by authority herein set forth, does hereby name, constitute and appoint, Joseph A.
Kotula, David R. Bradbury, Andrew J. Brumbach, Kelsey L. Eye, Renee Gleissl, Jennifer A. Gohn, Timothy C. Hoagland, Kimberly A. Horning, Anthony M.
Macinanti, R. Scott Miller, Debra L. Rineer
Lancaster
state of
Pennsylvania
all of the city of
each individually if there be more than one named, its true and lawful attorney-in-fact to make,
execute, seal, acknowledge and deliver, for and on its behalf as surety and as its act and deed, any and all undertakings, bonds, recognizances and other surety obligations, in pursuance
of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper
persons.
IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed
thereto this 4th
day of
State of PENNSYLVANIA
SS
County of MONTGOMERY
October
2018
INSURANCE
CORPORATE
MUTUAL
1912
ASSACHUSETTS
LIBERTY
ALTY INSURA
☑/NCORPORATEDR
1919
PEW HAMPSHIRE
INSURANC
CORPORATE
1991 333
INDIANA
Liberty Mutual Insurance Company
The Ohio Casualty Insurance Company
West American Insurance Company
By:
David M. Carey, Assistant Secretary
On this 4th day of October
2018 before me personally appeared David M. Carey, who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance
Company, The Ohio Casualty Company, and West American Insurance Company, and that he, as such, being authorized so to do, execute the foregoing instrument for the purposes
therein contained by signing on behalf of the corporations by himself as a duly authorized officer.
IN WITNESS WHEREOF, I have hereunto subscribed my name and affixed my notarial seal at King of Prussia, Pennsylvania, on the day and year first above written.
currency rate, interest rate or residual value guarantees.
Not valid for mortgage, note, loan, letter of credit,
ESA
PASTEL
WMMONWEAL
OF
PENNSYLVANIA
NOTARY PUBLIC
COMMONWEALTH OF PENNSYLVANIA
Notarial Seal
Teresa Pastella. Notary Public
Upper Merion Twp. Montgomery County
My Commission Expires March 28, 2021
Member, Pennsylvania Association of Notaries
By: Teresa Pastella
Teresa Pastella, Notary Public
1-610-832-8240 between 9:00 am and 4:30 pm EST on any business day.
To confirm the validity of this Power of Attorney call
This Power of Attorney is made and executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company, Liberty Mutual
Insurance Company, and West American Insurance Company which resolutions are now in full force and effect reading as follows:
ARTICLE IV - OFFICERS: Section 12. Power of Attorney.
Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President, and subject to such limitation as the Chairman or the
President may prescribe, shall appoint such attorneys-in-fact, as may be necessary to act in behalf of the Corporation to make, execute, seal, acknowledge and deliver as surety
any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys-in-fact, subject to the limitations set forth in their respective powers of attorney, shall
have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so executed, such
instruments shall be as binding as if signed by the President and attested to by the Secretary. Any power or authority granted to any representative or attorney-in-fact under the
provisions of this article may be revoked at any time by the Board, the Chairman, the President or by the officer or officers granting such power or authority.
ARTICLE XIII - Execution of Contracts: Section 5. Surety Bonds and Undertakings.
Any officer of the Company authorized for that purpose in writing by the chairman or the president, and subject to such limitations as the chairman or the president may prescribe,
shall appoint such attorneys-in-fact, as may be necessary to act in behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings,
bonds, recognizances and other surety obligations. Such attorneys-in-fact subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the
Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so executed such instruments shall be as binding as if
signed by the president and attested by the secretary.
Certificate of Designation - The President of the Company, acting pursuant to the Bylaws of the Company, authorizes David M. Carey, Assistant Secretary to appoint such attorneys-in-
fact as may be necessary to act on behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety
obligations.
Authorization - By unanimous consent of the Company's Board of Directors, the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the
Company, wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds, shall be valid and binding upon the Company with
the same force and effect as though manually affixed.
I, Renee C. Llewellyn, the undersigned, Assistant Secretary, The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company do
hereby certify that the original power of attorney of which the foregoing is a full, true and correct copy of the Power of Attorney executed by said Companies, is in full force and effect and
has not been revoked.
IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this
MU
UAL
INSURANCE COMPA
LIBERTY
ALTY INSURANCE
CORPORATED
1919
COMP
NEW HAMPSHIRE
AN
RIC
INSURANCE
NCORPORATE
AMERICAN
1991
INDIANDA
1st
day of September 2020
By:
Reni clubey
Renee C. Llewellyn, Assistant Secretary
LMS-12873 LMIC OCIC WAIC Multi Co_062018
Consent of Surety
The Ohio Casualty Insurance Company, a Corporation organized and existing under the
laws of the State of New Hampshire and licensed to do business in the State of New
Jersey, hereby consents and agrees that if the contract for
Design/ Build Post Frame Buildings (30'x60')
be awarded to
Dutchman Contracting LLC
the undersigned Corporation agrees with the said
Dutchman Contracting LLC
to execute the final bond as required by the specifications and to become surety in the
full amount of the contract price for the faithful performance of the contract.
In witness whereof, the undersigned Corporation has caused this agreement to be
signed by its duly authorized representative and its Corporate Seal to be hereto affixed
this 1st day of September, 2020.
N. J. CONSENT OF SURETY
The Ohio Casualty Insurance Company
By: Kimur Kinky Hring
Kimberly A Horning, Attorney-in-fact
Liberty
Mutual
SURETY
This Power of Attorney limits the acts of those named herein, and they have no authority to
bind the Company except in the manner and to the extent herein stated.
Liberty Mutual Insurance Company
The Ohio Casualty Insurance Company
West American Insurance Company
POWER OF ATTORNEY
Certificate No: 8196951-019074
KNOWN ALL PERSONS BY THESE PRESENTS: That The Ohio Casualty Insurance Company is a corporation duly organized under the laws of the State of New Hampshire, that
Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts, and West American Insurance Company is a corporation duly organized
under the laws of the State of Indiana (herein collectively called the "Companies"), pursuant to and by authority herein set forth, does hereby name, constitute and appoint, Joseph A.
Kotula, David R. Bradbury, Andrew J Brumbach, Kelsey L. Eye, Renee Gleissl, Jennifer A. Gohn, Timothy C. Hoagland, Kimberly A. Horning, Anthony M.
Macinanti, R. Scott Miller, Debra L. Rineer
all of the city of
Lancaster
state of
Pennsylvania
each individually if there be more than one named, its true and lawful attorney-in-fact to make,
execute, seal, acknowledge and deliver, for and on its behalf as surety and as its act and deed, any and all undertakings, bonds, recognizances and other surety obligations, in pursuance
of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper
persons.
IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed
thereto this 4th day of
persons.
State of PENNSYLVANIA
County of MONTGOMERY
SS
October
2018
INSURANCE
CORPORATED
MUTUAL
1912
ASSACHUSETTS
JALTY INSURAN
NCORPORATE
Ez 1919
OVEW HAMPSHIRE
COMPANY
RICAN
ய
AN
INSURANCA
ORPORATE
INCO
1991
COMPANY
INDIANA 1
Liberty Mutual Insurance Company
The Ohio Casualty Insurance Company
West American Insurance Company
By:
David M. Carey, Assistant Secretary
On this 4th day of October 2018 before me personally appeared David M. Carey, who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance
Company, The Ohio Casualty Company, and West American Insurance Company, and that he, as such, being authorized so to do, execute the foregoing instrument for the purposes
therein contained by signing on behalf of the corporations by himself as a duly authorized officer.
IN WITNESS WHEREOF, I have hereunto subscribed my name and affixed my notarial seal at King of Prussia, Pennsylvania, on the day and year first above written.
currency rate, interest rate or residual value guarantees.
Not valid for mortgage, note, loan, letter of credit,
1
ESA
PASTEL
MMONWEALTH
OF
PENNSYLVANIA
NOTARY PUBLIC
COMMONWEALTH OF PENNSYLVANIA
Notarial Seal
Teresa Pastella, Notary Public
Upper Merion Twp. Montgomery County
My Commission Expires March 28, 2021
Member, Pennsylvania Association of Notaries
By: Teresa Pastella
Teresa Pastella, Notary Public
1-610-832-8240 between 9:00 am and 4:30 pm EST on any business day.
To confirm the validity of this Power of Attorney call
This Power of Attorney is made and executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company, Liberty Mutual
Insurance Company, and West American Insurance Company which resolutions are now in full force and effect reading as follows:
ARTICLE IV - OFFICERS: Section 12. Power of Attorney.
Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President, and subject to such limitation as the Chairman or the
President may prescribe, shall appoint such attorneys-in-fact, as may be necessary to act in behalf of the Corporation to make, execute, seal, acknowledge and deliver as surety
any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys-in-fact, subject to the limitations set forth in their respective powers of attorney, shall
have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so executed, such
instruments shall be as binding as if signed by the President and attested to by the Secretary. Any power or authority granted to any representative or attorney-in-fact under the
provisions of this article may be revoked at any time by the Board, the Chairman, the President or by the officer or officers granting such power or authority.
ARTICLE XIII - Execution of Contracts: Section 5. Surety Bonds and Undertakings.
Any officer of the Company authorized for that purpose in writing by the chairman or the president, and subject to such limitations as the chairman or the president may prescribe,
shall appoint such attorneys-in-fact, as may be necessary to act in behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings,
bonds, recognizances and other surety obligations. Such attorneys-in-fact subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the
Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so executed such instruments shall be as binding as if
signed by the president and attested to by the secretary.
Certificate of Designation - The President of the Company, acting pursuant to the Bylaws of the Company, authorizes David M. Carey, Assistant Secretary to appoint such attorneys-in-
fact as may be necessary to act on behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety
obligations.
Authorization - By unanimous consent of the Company's Board of Directors, the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the
Company, wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds, shall be valid and binding upon the Company with
the same force and effect as though manually affixed.
I, Renee C. Llewellyn, the undersigned, Assistant Secretary, The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company do
hereby certify that the original power of attorney of which the foregoing is a full, true and correct copy of the Power of Attorney executed by said Companies, is in full force and effect and
has not been revoked.
IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this 1st
MUTUAL
INSURANCE
NCORPORATED
1912
MASSACHUSETTS
LIBERTY
SUALTY INSURAN
OIHO
NCORPORATE
1919
NEW
COMPA
AMPSHIRE
★
INSURANC
1991
day of September
By:
INDIAN S
2020
Remi-chuley
Renee C. Llewellyn, Assistant Secretary
LMS-12873 LMIC OCIC WAIC Multi Co_062018
AL OF THE STATE
GREAT SE
THE
OF N
JERSEY
PHIL MURPHY
Governor
SHEILA OLIVER
Lt. Governor
April 29, 2020
State of New Jersey
DEPARTMENT OF BANKING AND INSURANCE
PO BOX 325
TRENTON, NJ 08625-0325
TEL (609) 292-5360
MARLENE CARIDE
Commissioner
Company Name: OHIO CASUALTY INSURANCE COMPANY
Company Number: 99306040
RE: Certificate of Authority Distribution
As a result of our remote work initiative in response to COVID-19 the State of New Jersey Department of Banking and
Insurance is delivering the Certificate of Authority for OHIO CASUALTY INSURANCE COMPANY via email (please see
below). Please see our website at https://www.state.nj.us/dobi/covid/dobicontact.html for more information.
SEAL OF THE STATE
THE GREAT
JERSEY
State of New Jersey
Department of Banking and Insurance
CERTIFICATE OF AUTHORITY
Date: April 29, 2020
NAIC Company Code: 24074
THIS IS TO CERTIFY THAT THE OHIO CASUALTY INSURANCE COMPANY, HAVING COMPLIED WITH THE LAWS OF THE
STATE OF NEW JERSEY, AND ANY SUPPLEMENTS OR AMENDMENTS THERETO WITH RESPECT TO THE TRANSACTION OF
THE BUSINESS OF INSURANCE, IS LICENSED TO TRANSACT IN THIS STATE UNTIL THE 1st DAY OF May, 2021, THE LINES OF
INSURANCE SPECIFICALLY DESIGNATED BELOW:
09 - Automobile Physical Damage
08 - Automobile Liability Property Damage
Liberty
Mutual
THE OHIO CASUALTY INSURANCE COMPANY
FINANCIAL STATEMENT
SURETY
Assets
DECEMBER 31, 2019
Liabilities
Cash and Bank Deposits
($3,063,860)
Unearned Premiums
$1,281,143,437
*Bonds
U.S Government
1,006,099,793
Reserve for Claims and Claims Expense.
3,445,256,612
Funds Held Under Reinsurance Treaties.
0
*Other Bonds
3,994,316,104
Reserve for Dividends to Policyholders
183.012
*Stocks..
192,977,450
Additional Statutory Reserve
0
Real Estate
0
Reserve for Commissions. Taxes and
Agents Balances or Uncollected Premiums.
762.342,997
Other Liabilities..
196,783,603
Total
Accrued Interest and Rents
33,878,311
$4,923,366,664
Special Surplus Funds
$ 5,242,951
Other Admitted Assets
919,548,302
Capital Stock
4,500,000
Paid in Surplus.
738,183,897
Unassigned Surplus.
1,234,805,586
Total Admitted Assets
CASUALTY INSURANCE
INCORPORAT
THE OHIO
1919
ED
NEW HAMPSHIRE
★
$6,906,099,097
Surplus to Policyholders
1,982,732,434
$6,906,099,098
* Bonds are stated at amortized or investment value: Stocks at Association Market Values.
The foregoing financial information is taken from The Ohio Casualty Insurance Company's financial
statement filed with the state of Ohio Department of Insurance.
I, TIM MIKOLAJEWSKI, Assistant Secretary of The Ohio Casualty Insurance Company, do hereby certify that the foregoing is a true, and
correct statement of the Assets and Liabilities of said Corporation, as of December 31, 2019, to the best of my knowledge and belief.
IN WITNESS WHEREOF, I have hereunto set my hand and affixed the seal of said Corporation at Seattle, Washington, this 27th day of
March, 2020.
Total Liabilities and Surplus
S-12620CIC/a 3/20
Amikoryush
Assistant Secretary
Bid Document Submission Checklist
Township of Upper
Design/ Build Post Frame Buildings (30'x60')
Upper Township, Cape May County
A. Failure to submit the following documents are mandatory cause for the bid to be
rejected (N.J.S.A. 40A:11-23.2).
Document
Form of Bid (B-2 & 3)
Guarantee/Bid Bond
Certificate from Surety Company
Statement of Ownership Disclosure (B-5&6)
Acknowledgement of receipt of any notice(s) or
Revisions(s) or addenda to this advertisement
Bidders Initials
PS
PS
Failure to submit the following documents may be cause for the bid to be rejected
(N.J.S.A. 40A:11-23.1b).
Document
Bidders Initials
Non-Collusion Affidavit (B-4)
PS
Consent of Surety
PS
A Certificate of Authority from Surety
PS
Affirmative Action Requirements (B-10)
es
Two (2) copies & 1 Electronic Copy of Bid Package
PS
Disclosure of Investment Activities in Iran (B-11)
PS
Bid Document Submission Checklist
Public Works Contr. Registration (Prime & Subs)
NJ Business Registration Form (Prime & Subs)
B. Signature: The undersigned hereby acknowledges and has submitted the above
listed requirements.
Name of Bidder: Dutchman Contracting LLC
By Authorized Representative
Signature:
sin
Print Name & Title: Paul SchnettlER
V.P.
Date:
8-31-2020
B-1
FORM OF BID
FOR Design/Build Post Frame Buildings (30'x60'), TOWNSHIP OF UPPER, CAPE MAY
COUNTY, NEW JERSEY.
Pursuant to and in compliance with your Advertisement for Bids and the Information for
Bidders relating hereto, the undersigned offers to furnish all labor, plant, materials, supplies,
equipment and other facilities and things necessary and proper for or incidental to the "Design/
Build Post Frame Buildings (30'x60'), Township of Upper, Cape May County, N.J." as required
by and in strict accordance with the applicable provisions of the Specifications and all addenda
issued by the owner and mailed to the undersigned by certified mail with return receipt
requested prior to the date of opening of bids, whether received by the undersigned or not for
the following unit prices.
ITEM
NO.
ESTIMATED UNIT
DESCRIPTION
QUANTITY PRICE
AMOUNT
1
Post Frame Building, 30' x 60'
2
U
107,435 214,870
Alt. 2
Interior Concrete Floor
2
U
19,686 39,372
Alt. 3
Exterior Concrete Apron
2
U
11,673 23,346
Alt. 4
Electric Service
2
U
32,624 65,248
Total Amount Bid, Items 1 to 1 inclusive.
$ 342,836,00
B-2
This authorization must be signed to be a valid bid.
If written notice of the acceptance of this Bid is mailed, telegraphed or delivered to the
undersigned within thirty (30) days after the date of opening of bids, or any time thereafter
before the bid is withdrawn, the undersigned will within eight (8) days after the date of such
mailing, telegraphing, or delivering of such notice, execute, and deliver a contract in the form of
Contract attached to the information for Bidders.
The undersigned hereby designates as his office to which such notice of acceptance may be
mailed, telegraphed, or delivered.
This bid may be withdrawn at any time prior to the scheduled time for the opening of bids or
any authorized postponement thereof.
DATED
8-31-2020
Dutchman Contracting LLC
BY
Paul SchnattlEkU.P.
ADDRESS_278NRidge Rd.
Reinholds PA 17569
* Insert Bidder's name. If a corporation, give State of incorporation using the phrase "a
corporation organized under the laws of
Pennsylvania
If a partnership, give name of partners, using also the phrase "Co-partners trading and doing
business under the firm name and style
If an individual using a trade name, give individual name, using also the phrase "an individual
doing business under the name and style of
B-3
NON-COLLUSION AFFIDAVIT
Pannsylvania
STATE OF NEW JERSEY
COUNTY Lancastan
I
SS.
Paul SchnettlER
the Township of East Cocalico
of
in the County of Lancaster
and the State of Pennsylvania
according to law on my oath depose and say that:
of full age, being duly sworn
I am
V.P.
of the firm of
Dutchman Contracting LLC
the bidder making the Proposal for the above named project, and that I executed the said
Proposal with full authority so to do; that the said bidder has not, directly or indirectly, entered
into any agreement, participated in any collusion, or otherwise taken any action in restraint of
free, competitive bidding in connection with the above named project; and that all statements
contained in said Proposal and in this affidavit are true and correct, and made with full
knowledge that the State of New Jersey relies upon the truth of the statements contained in said
Proposal and in the statements contained in this affidavit in awarding the contract for the said
project.
I further warrant that no person or selling agency has been employed or retained to solicit or
secure such contract upon an agreement or understanding for a commission, percentage,
brokerage or contingent fee, except bona fide employees or bona fide established commercial or
selling agencies maintained by
X
Paul SchnetHIER
(N.J.S.A. 52:34-15)
Subscribed and sworn to
Before me this 31st day
U.P.
Amyl Shirk
Of August
2020
Contact Name:
Paul Schnettler
Contact Phone:
7179895502
Fax:
Company Address: 278NRidge Rd
Reinholds PA 17569
47 2509052
Federal Tax ID No.:
(above information to be typed)
B-4
Commonwealth of Pennsylvania - Notary Seal
Amy D. Shirk, Notary Public
Lancaster County
My commission expires March 19, 2024
Commission number 1240609
Miember, Pennsylvania Association of Notaries
email: Paul.dutchmancontracting@gmail.
N/A
Com
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: Dutchman Contracting LLC
Organization Address: 278 N Ridar Rd Reinholds PA 17569
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
Jonathan Dolinar
Paul Schnettze
Amy Shirk
Home Address (for Individuals) or Business Address
12 RIVERVIEW DR
Danuza PA 17517
247 Black bely De
Epheata PA 17522
13 Siluzir In
Lebanon DA 17042
B-5
NIA
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 noncorporate stockholder, and
individual partner, and member exceeding the 10 percent ownership criteria established pursuant to
N.J.S.A. 52:25-24.2 has been listed. Attach additional sheets if more space is needed.
Stockholder/Partner/Member and
Corresponding Entity Listed in Part II
Home Address (for Individuals) or Business Address
Part IV Certification
I, being duly sworn upon my oath, hereby represent that the foregoing information and any attachments thereto to the
best of my knowledge are true and complete. I acknowledge: that I am authorized to execute this certification on behalf
of the bidder/proposer; that the Township of Upper is relying on the information contained herein and that I am under a
continuing obligation from the date of this certification through the completion of any contracts with the Township of
Upper to notify the Township of Upper 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 Township of Upper to declare any contract(s) resulting from this certification void and unenforceable.
Full Name (Print): Paul Schnettier,
Signature:
V.P.
Title:
Date: 8-31-2020
B-6
EQUIPMENT CERTIFICATION
INSTRUCTION FOR COMPLETING THE EQUIPMENT CERTIFICATION
If the Bidder owns, leases, or controls all the necessary equipment required, he
--- Document: 2020 Paving Project, Bids due July 8, 2020 ---
TOWNSHIP OF UPPER
CAPE MAY COUNTY
NEW JERSEY
NOTICE TO BIDDERS
Sealed Bids for the Reconstruction of Commonwealth Ave. PH2 and 2020 Township Paving Program, Upper
Township, Cape May County, New Jersey, will be received by the Upper Township Committee at the Upper
Township Municipal Building, Tuckahoe Road, Petersburg, New Jersey, on Wednesday, July 8, 2020 at 2:00 PM,
Prevailing Time, and then opened and read aloud at said Municipal Building. The opening of bids will be done via
video conference. Bidders may start logging into the virtual meeting site at 1:45 PM. In-person attendance is limited
due to public health-related restrictions on public gatherings due to the Governor’s declared state of emergency.
Viewing of the bid opening in person will be allowed for up to six (6) bidders. Bidders will not have an opportunity
to view the bid documents in-person but at least the lowest bid result shall be posted on the Township’s webpage
https://uppertownship.com/departments/purchasing/auctions-bids-rfps/.
The virtual bid opening meeting is available from your computer, tablet or smartphone at
https://www.gotomeet.me/UpperTownship-NJ/ut-public-meeting-room.
The Information for Bidders, Form of Bid, Form of Contract, Plans and Specification prepared by Paul E. Dietrich,
Township Engineer, has been filed in the office of said engineer at Township Hall, Petersburg, New Jersey and may
be examined by prospective bidders during business hours. Copies may be obtained upon request (Paper copy at a
cost of $20; Electronic copy at no charge) from the Upper Township Clerk’s Office, Physical Address: 2100
Tuckahoe Road, Petersburg, NJ 08270; Mailing Address: PO Box 205, Tuckahoe, NJ 08250-0205, or 609-628-2011
ext. 200 or clerk@uppertownship.com.
The Township Committee of the Township of Upper reserves the right to waive any informalities in or to reject any
or all bids.
The bids must be submitted prior to the time designated above for receipt and opening bids, and may be submitted
either by mail or in person by the bidder or his agent. No bids will be received after the time designated above for
their receipt.
Each bidder must deposit with his bid a certified check, cashier’s check, or bid bond in the amount of not less than
ten (10) percent of the total lump sum bid but not in excess of $20,000.00, and a certified statement from a bonding
company guaranteeing the furnishing of a Performance Bond. Bids must be enclosed in sealed envelopes bearing
the name and address of the bidder and marked “Reconstruction of Commonwealth Ave. PH2 and 2020 Township
Paving Program, Upper Township, Cape May County, New Jersey” and addressed to the Township Committee,
Township of Upper Municipal Building, 2100 Tuckahoe Road, Petersburg, New Jersey, 08270. Please note that
overnight delivery before 2:00pm cannot be guaranteed to our rural address.
The award of the contract shall not be binding upon the Township of Upper until the contract, in accordance with the
Specifications, is actually executed by the successful bidder and the Township Committee.
Bidders are required to comply with the requirements of N.J.S.A. 105-31 (P.L. 1974, C. 127, Law Against
Discrimination Affirmative Action Supplement). Bidders are required to submit a statement of ownership with the
bid, in compliance with N.J.S.A. 52:25-24.2 (P.L. 1977, C. 33).
The Township of Upper reserves the right to award a contract within the funds available.
No Bidder may withdraw his bid within 60 days after the actual date of opening thereof.
By order of the Township Committee.
Barbara L. Young, Township Clerk
--- Document: Bid Tabulation ---
Bid Summary 2020 Paving Project
Township of Upper
July 8, 2020
Engineers Estimate
Arawak Paving Co, Inc
South State Inc.
Landberg Construction
Hammonton, NJ
Bridgeton, NJ
Dorthy, NJ
Description
Quantity
Unit
Unit Cost
Amount
Unit Cost
Amount
Unit Cost
Amount
Unit Cost
Amount
1
Construction Layout
1
LS
15000
15,000.00
$
14,000.00
$14,000.00
100.00
$100.00
7,500.00
$7,500.00
2
Mobilization
1
LS
70000
70,000.00
$
200,000.00
$200,000.00
95,000.00
$95,000.00
15,000.00
$15,000.00
3
Clearing Site
1
LS
30000
30,000.00
$
30,000.00
$30,000.00
55,000.00
$55,000.00
71,000.00
$71,000.00
4
Asphalt Price Adjustment
1
LS
12500
12,500.00
$
12,500.00
$12,500.00
12,500.00
$12,500.00
12,500.00
$12,500.00
5
Milling, 2" Thick & Var.
26,800
SY
2.25
60,300.00
$
4.80
$128,640.00
4.20
$112,560.00
3.00
$80,400.00
6
Excavation, Unclassified
4,417
CY
5
22,085.00
$
0.01
$44.17
0.01
$44.17
10.00
$44,170.00
7
Borrow Excavation
325
CY
6
1,950.00
$
0.01
$3.25
3.00
$975.00
15.00
$4,875.00
8
Preparation of Road Bed
4,164
SY
5
20,820.00
$
2.00
$8,328.00
5.00
$20,820.00
5.50
$22,902.00
9
Dense Graded Aggregate Base Course, 6" Th
3,819
SY
11
42,009.00
$
6.00
$22,914.00
10.00
$38,190.00
10.00
$38,190.00
10
HMA 19L64 Base Course, 3" th
2,000
Ton
70
140,000.00
$
72.00
$144,000.00
70.00
$140,000.00
80.00
$160,000.00
11
HMA 9.5M64 Surface Course, 2" th
10,400
Ton
75
780,000.00
$
72.00
$748,800.00
80.00
$832,000.00
82.00
$852,800.00
12
HMA 4.75L64 Surface Course, 2" th
110
SY
85
9,350.00
$
72.00
$7,920.00
100.00
$11,000.00
165.00
$18,150.00
13
HMA Base Repair
8,000
SY
24
192,000.00
$
15.00
$120,000.00
15.00
$120,000.00
29.00
$232,000.00
14
HMA Driveway, 3" Th.
1,500
SY
35
52,500.00
$
36.00
$54,000.00
35.00
$52,500.00
45.00
$67,500.00
15
Bicycle Safe Grates
22
U
275
6,050.00
$
300.00
$6,600.00
300.00
$6,600.00
325.00
$7,150.00
16
Stormwater Bar
19
U
225
4,275.00
$
270.00
$5,130.00
10.00
$190.00
325.00
$6,175.00
17
Reset Casting
9
U
2000
18,000.00
$
300.00
$2,700.00
600.00
$5,400.00
275.00
$2,475.00
18
Yard Grate
18
U
1200
21,600.00
$
1,400.00
$25,200.00
1,500.00
$27,000.00
2,000.00
$36,000.00
19
12" HDPE Perferated Pipe Trench
620
LF
44
27,280.00
$
70.00
$43,400.00
75.00
$46,500.00
88.00
$54,560.00
20
Reset Water/Gas Valve
31
U
25
775.00
$
0.01
$0.31
1.00
$31.00
0.01
$0.31
21
Stone Surfacing, 2" th.
4,750
U
10
47,500.00
$
0.01
$47.50
4.00
$19,000.00
8.50
$40,375.00
22
Detectable Warning Surface
26
U
250
6,500.00
$
390.00
$10,140.00
300.00
$7,800.00
250.00
$6,500.00
23
8"x16" Concrete Vertical Curb
2,050
U
38
77,900.00
$
38.00
$77,900.00
35.00
$71,750.00
28.00
$57,400.00
24
Concrete Sidewalk, 4" th.
800
SY
75
60,000.00
$
90.00
$72,000.00
90.00
$72,000.00
89.00
$71,200.00
25
Concrete Driveway, 6" th.
750
SY
85
63,750.00
$
105.00
$78,750.00
105.00
$78,750.00
105.00
$78,750.00
26
Traffic Stripes, Long Life Epoxy
1,000
LF
0.5
500.00
$
1.70
$1,700.00
1.55
$1,550.00
1.65
$1,650.00
27
Traffic Markings, Thermoplastic
336
SF
5
1,680.00
$
6.10
$2,049.60
5.60
$1,881.60
6.00
$2,016.00
28
Topsoiling, 4" Th
1,217
SY
5
6,085.00
$
3.00
$3,651.00
4.00
$4,868.00
10.00
$12,170.00
29
Fertilizer & Seeding, Type A-3
217
SY
2
434.00
$
0.50
$108.50
2.00
$434.00
0.01
$2.17
30
Fiber Mulching
217
SY
1
217.00
$
0.25
$54.25
0.01
$2.17
0.01
$2.17
31
Sod
1,000
SY
25
25,000.00
$
2.00
$2,000.00
3.00
$3,000.00
22.00
$22,000.00
32
Inline Tide Valve, 12"
1
U
5000
5,000.00
$
4,419.40
$4,419.40
7,000.00
$7,000.00
4,800.00
$4,800.00
33
Inline Tide Valve, 16"
1
U
5000
5,000.00
$
6,000.00
$6,000.00
10,000.00
$10,000.00
7,100.00
$7,100.00
Total
$1,826,060.00
$1,832,999.98
$1,854,445.94
$2,037,312.65
Paul E. Dietrich, Sr. P.E.
NJDOT Grant Commonwealth Ave
150,000.00
$
150,000.00
$
Upper Township Engineer
Bond Total
$1,676,060.00
$1,682,999.98
N.J. License No. 41738
--- Document: Lowest Bidder – Arawak Paving ---
NOTICE OF AUTHORIZATION
To Whom It May Concern:
Re: Bid Documents - ARAWAK PAVING CO., INC.
Project: RECONSTRUCTION OF COMMONWEALTH
ADE PI 2 AND 2020 FOODSPIP
PASTIDO PROGRAM
TOWDSHIP OF OPPER
Please take notice that James Pontari, being an employee and chief estimator of Arawak
Paving Co., Inc., is authorized to execute, submit and deliver all bid documents, and receive all
responses and inquires related thereto, on behalf of the Corporation's with respect to the
Corporation's bid on the construction project referenced above.
This authorization may be relied upon by anyone dealing with James Pontari for the
specific bid purpose described above.
ARAWAK PAVING CO., INC.
By: John Bavett
John M. Barrett, President
STATE OF
Newgessey
7/2
I CERTIFY that on
,202
COUNTY OF Atlantic
SS.:
The following individual(s) appeared before me: John M. Barrett, the President of the Corporation
named above, and stated to my satisfaction that this person:
(a)
was the person signing this instrument; and
(b) Executed the instrument freely as the own act and deed of the Corporation.
Pura Riveja
Notary
(Print name and title below signature)
STATE OF
NOTARY
11
PUBLIC
ANNA E. RIVERA
NOTARY PUBLIC OF NEW JERSEY
COMM. #2280310
NEW JERSE MY COMMISSION EXPIRES 10/17/2021
BID PACKAGE
Bid Document Submission Checklist
Township of Upper
Reconstruction of Commonwealth Ave. PH2 and 2020 Township Paving Program
Upper Township, Cape May County
A. Failure to submit the following documents are mandatory cause for the bid to be
rejected (N.J.S.A. 40A:11-23.2).
Document
Form of Bid (B-2 & 3)
Guarantee/Bid Bond
Certificate from Surety Company
Statement of Ownership Disclosure (B-5&6)
Acknowledgement of receipt of any notice(s) or
Revisions(s) or addenda to this advertisement
Bidders Initials
Failure to submit the following documents may be cause for the bid to be rejected
(N.J.S.A. 40A:11-23.1b).
Document
Non-Collusion Affidavit (B-4)
Consent of Surety
A Certificate of Authority from Surety
Affirmative Action Requirements (B-10)
Two (2) copies & 1 Electronic Copy of Bid Package
Disclosure of Investment Activities in Iran (B-11)
Bid Document Submission Checklist
Public Works Contr. Registration (Prime & Subs)
NJ Business Registration Form (Prime & Subs)
Bidders Initials
B
D
B. Signature: The undersigned hereby acknowledges and has submitted the above
listed requirements.
Name of Bidder:
ARAWAK PAVING CO., INC.
By Authorized Representative:
Signature:
Print Name & Title:
JAMES F. PONTARI CHIEF ESTIMATOR
Date:
7/2/20
B-1
UPPER TOWNG
THE TOWNSHIP OF UPPER
2100 Tuckahoe Road
PO Box 205
Tuckahoe, NJ 08250-0205
PAUL E. DIETRICH, SR., Ρ.Ε., P.P.
* 1798
43
Township Engineer
Floodplain Manager
Municipal Housing Liaison
Computer Director
MEMORANDUM
TO:
Prospective Bidders
FROM:
Paul E. Dietrich, Sr. P.E.
Upper Township Engineer
DATE:
June 23, 2020
SUBJECT:
Addendum #1
2020 Paving Project
Upper Township, Cape May County
Phone: 609-628-2011 Ext. 244
Fax: 609-628-3092
E-mail: engineer@uppertownship.com
The Bid Tabulation Sheets B-2 & B-3 have been revised with minor corrections.
Added under 401.04
Millings shall be delivered to 301 Old Tuckahoe Rd, Petersburg, 08270 or 1701
Dennisville - Petersburg Road, Petersburg, 08270 (Daly's Pit) at the direction of the
Engineer.
The Bid Due date will remain Wednesday, July 8, 2020 at 2:00 PM.
You are required to include the attached receipt with your bid documents.
Receipt of Addendum 1
Name of Bidder:
ARAWAK PAVING CO., INC.
Signature
JAMES F. PONTARI
CHIEF ESTIMATOR
7/2/20
Date
Certification 1697
CERTIFICATE OF EMPLOYEE INFORMATION REPORT
RENEWAL
THE
This is to certify that the contractor listed below has submitted an Employee Information Report pursuant to
N.J.A.C. 17:27-1.1 et. seq. and the State Treasurer has approved said report. This approval will remain in
effect for the period of
15-DEC-2018 to 15-DEG-2021
1
ING
TOME
GREAT
NJ 08037-
FROSPERITY
ARAWAK PAVING COMPANY,
7503 WEYMOUTH ROAD
HAMMONTON
NEW JERSE
Mu
ELIZABETH MAHER MUOIΟ
State Treasurer
N.J. Department of Treasury - Division of Revenue, On-Line Inquiry
MON
Jersey
NJ
v Gateway
Service
Taxpayer Name:
Page 1 of 1
STATE OF NEW JERSEY
BUSINESS REGISTRATION CERTIFICATE
ARAWAK PAVING CO., INC.
HAMMONTON, NJ 08037-3410
Trade Name:
Address:
7503 WEYMOUTH RD
Certificate Number:
Effective Date:
Date of Issuance:
For Office Use Only:
20150220112006090
0103143
January 01, 1973
February 20, 2015
https://www1.state.nj.us/TYTR BRC/servlet/common/BRCLogin
2/20/2015
REVISED
FORM OF BID
FOR Reconstruction of Commonwealth Ave. PH2 and 2020 Township Paving Program,
TOWNSHIP OF UPPER, CAPE MAY COUNTY, NEW JERSEY.
Pursuant to and in compliance with your Advertisement for Bids and the Information for
Bidders relating hereto, the undersigned offers to furnish all labor, plant, materials,
supplies, equipment and other facilities and things necessary and proper for or incidental
to the "Reconstruction of Commonwealth Ave. PH2 and 2020 Township Paving
Program, Township of Upper, Cape May County, N.J." as required by and in strict
accordance with the applicable provisions of the Specifications and all addenda issued by
the owner and mailed to the undersigned by certified mail with return receipt requested
prior to the date of opening of bids, whether received by the undersigned or not for the
following unit prices.
ITEM
NO.
DESCRIPTION
ESTIMATED UNIT
QUANTITY PRICE
AMOUNT
1
Construction Layout
1
LS
14000
14000
2
Mobilization
1
LS 2000000 200000
3
Clearing Site
1
LS
30000
300000
4
Asphalt Price Adjustment
1
LS
12,500.00
12,500.00
5
Milling, 2" Thick & Var.
26,800 SY
480
128640
6
Excavation, Unclassified
4,417 CY
.01
44
7
Borrow Excavation
325
CY
101
325
8
Preparation of Road Bed
4,164
SY
CO
2
8328
9
Dense Graded Aggregate Base Course, 6" T] 3,819
SY
6.00
22914
10
HMA 19L64 Base Course, 3" th
2,000
Ton 72
144000
11
HMA 9.5L64 Surface Course, 2" th
10,400
Ton 72
748800
12 ΗΜΑ 4.75L64 Surface Course, 2" th
110
Ton
72
7920
13
HMA Base Repair
8,000 SY
15
120000
14 HMA Driveway, 3" Th.
1,500 SY
360
54,000
15 Bicycle Safe Grates
22
U
300
66000
16
Stormwater Bar
19
U
270
513000
17 Reset Casting
9
U
3000
2700
18 Yard Grate
18
U
1400 25200
19 12" HDPE Perferated Pipe Trench
620
LF
٦٥
43400
20 Reset Water/Gas Valve
31
U
01
3)
21
Stone Surfacting, 2"th
4,750
SY
201
4750
22 Detectable Warning Surface
26
U
390
10140
23
8"x16" Concrete Vertical Curb
2,050 LF
DO
38
77900
24 Concrete Sidewalk, 4" th.
800
SY
90
72000
25 Concrete Driveway, 6" th.
750
SY
105
78750
26 Traffic Stripes, Long Life Epoxy
1,000 LF
1700
27
Traffic Markings, Thermoplastic
336
SF
ماما
2049
28
Topsoiling, 4" Th
1,217 SY
3
365)
B-2
REVISED
29
Fertilizer & Seeding, Type A-3
217
SY
50
10850
30 Fiber Mulch
217
SY
25
5425
31 Sod
1,000 SY
20
2000
32 Tideflex Valve, 12"
1
U
441943 441943
33 Tideflex Valve, 16"
1
U
600000
60000
Total Amount Bid, Items 1 to 33 inclusive...
$1,833,000
This authorization must be signed to be a valid bid.
If written notice of the acceptance of this Bid is mailed, telegraphed or delivered to the
undersigned within thirty (30) days after the date of opening of bids, or any time
thereafter before the bid is withdrawn, the undersigned will within eight (8) days after the
date of such mailing, telegraphing, or delivering of such notice, execute, and deliver a
contract in the form of Contract attached to the information for Bidders.
The undersigned hereby designates as his office to which such notice of acceptance may
be mailed, telegraphed, or delivered.
ARAWAK PAVING CO., INC.
7503 WEYMOUTH ROAD
HAMMONTON, NJ 08037
This bid may be withdrawn at any time prior to the scheduled time for the opening of
bids or any authorized postponement thereof.
DATED 7/2/20
ARAWAK PAVING CO., INC.
BY
JAMES F. PONTARI CHIEF ESTIMATOR
ADDRESS 7503 WEYMOUTH ROAD
HAMMONTON, NJ 08037
* Insert Bidder's name. If a corporation, give State of incorporation using the phrase "a
corporation organized under the laws of
ARAWAK PAVING CO., INC.
NEW JERSEY
وو
If a partnership, give name of partners, using also the phrase "Co-partners trading and
doing business under the firm name and style
If an individual using a trade name, give individual name, using also the phrase "an
individual doing business under the name and style of
B-3
NON-COLLUSION AFFIDAVIT
1
Ciry
the Township of
STATE OF NEW JERSEY
COUNTY
ATLANTIC
JAMES F. PONTARI
ABSECON
SS.
in the County of
NEW JERSEY
and the State of
according to law on my oath depose and say that:
of ABSECON
ATLANTIC
of full age, being duly sworn
I am
CHIEF ESTIMATOR
of the firm of
ARAWAK PAVING CO., INC.
the bidder making the Proposal for the above named project, and that I executed the said
Proposal with full authority so to do; that the said bidder has not, directly or indirectly, entered
into any agreement, participated in any collusion, or otherwise taken any action in restraint of
free, competitive bidding in connection with the above named project; and that all statements
contained in said Proposal and in this affidavit are true and correct, and made with full
knowledge that the State of New Jersey relies upon the truth of the statements contained in said
Proposal and in the statements contained in this affidavit in awarding the contract for the said
project.
I further warrant that no person or selling agency has been employed or retained to solicit or
secure such contract upon an agreement or understanding for a commission, percentage,
brokerage or contingent fee, except bona fide employees or bona fide established commercial or
selling agencies maintained by
ARAWAK PAVING CO., ING.
(N.J.S.A. 52:34-15) La Riveja
ANNA E. RIVERA
Subscribed and sw SITE ORO NOTARY PUBLIC OF NEW JERSEY
Before me this 2 PUBLICday
Of Jay
COMM. # 2280310
JAMES F. PONTARI
NEW JERS 020 COMMISSION EXPIRES 10/17/2021 CHIEF ESATOR
Contact Name: ARAWAK PAVING CO., INC.
email: PONTAR, CARAWAKPCI.COM
Contact Phone: 09561-4700 OS WEYMOUTH ROAD Fax: 109567-475ง
Company Address: 7503 WEYMOUTH ROAD
HAMMONTON, NJ 08037
Federal Tax ID No.: 22/9/2030
(above information to be typed)
B-4
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:
ARAWAK PAVING CO., INC.
7503 WEYMOUTH ROAD
HAMMONTON, NJ 08037
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)
Partnership
Other (be specific):
Part II
Limited Liability Company (LLC)
Limited Partnership
Limited Liability Partnership (LLP)
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
JOHN M. BARRETT
JOHN M. BARRETT JR.
MARTIN C. BARRETT
SUSAN E. BARRETT
Home Address (for Individuals) or Business Address
B-5
3 NEW CASTLE ROAD
OCEAN CITY, NJ
35 MAGNOLIA CT.
HAMMONTON, N.J.
309 S. GRAND ST.
HAMMONTON, N.J.
1 VALMAR CT.
OCEAN CITY, N.J.
37%
24%
21%
21%
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 noncorporate stockholder, and
individual partner, and member exceeding the 10 percent ownership criteria established pursuant to
N.J.S.A. 52:25-24.2 has been listed. Attach additional sheets if more space is needed.
Stockholder/Partner/Member and
Corresponding Entity Listed in Part II
Home Address (for Individuals) or Business Address
Part IV Certification
I, being duly sworn upon my oath, hereby represent that the foregoing information and any attachments thereto to the
best of my knowledge are true and complete. I acknowledge: that I am authorized to execute this certification on behalf
of the bidder/proposer; that the Township of Upper is relying on the information contained herein and that I am under a
continuing obligation from the date of this certification through the completion of any contracts with the Township of
Upper to notify the Township of Upper 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 Township of Upper to declare any contract(s) resulting from this certification void and unenforceable.
Full Name (Print):
Signature:
JAMES F. PONTARI
Title: CHIEF ESTIMATOR
Date:
7/2/20
B-6
EQUIPMENT CERTIFICATION
INSTRUCTION FOR COMPLETING THE EQUIPMENT CERTIFICATION
If the Bidder owns, leases, or controls all the necessary equipment required, he shall complete
Part 1. Should the Bidder not own, lease, or control the necessary equipment, he shall provide
documentation of how Bidder will complete the project. This certification must be attached to
and submitted with the Proposal.
Part 1
"This is to certify that I, the Bidder signing the attached Proposal, own, lease or control all the
necessary equipment required to accomplish the work shown and described on the Contract
Drawings and in the Contract Specifications."
7/2/20
Date
ARAWAK PAVING CO., INC.
Name of Bidder
Signature of Owner or Controller
of Equipment
JAMES F. PONTARI
CHIEF ESTIMATOR
Signature of Owner or Controller
of Equipment
List of Equipment
PLEASE SEE ATTACHED
(Attach Additional Sheets as Required)
B-7
Equipment/Component
EM Equipment List - Summary
Equipment and Components
Department: AUTOS AUTOMOBILES
Vin Number
Category:
10 AUTOMOBILES
104
2012 MERCEDES BENZ GL550
4JGBF8GEOCA783063
110
2014 FORD FUSION
1FA6P0HD6E5369698
113
2017 MERCEDES E43W4
WDDZF6EB1HA163366
114
2017 MERCEDES GLE400W4
4JGDA5GB9HA867563
Department: CONST EQP CONSTRUCTION EQUIPMENT
Date
Last Used Status
Attach To
Equip
Comp of
Equip
Active
Active
Active
Active
Category:
44 LOADER/BACKHOES
251
85 CASE 580SE BACKHOE
17029037
04/16/13 Active
253
89 JCB 1400В ВАСКНОЕ
346733
03/25/10 Active
255
86 CAT 426 ВАСКНОЕ
7BC00158
03/11/11 Active
256
93 CASE 580SK BACKНОЕ
JJG0167616
08/11/11 Active
258
99 CASE 580L BACKHОЕ
JJG0247789
05/10/19 Active
285
05 CASE 580M BACKHOE
389935
08/28/19 Active
286
05 CASE 580M BACKHОЕ
389936
08/21/19 Active
288
08 CASE 580M LOADER/BACKHOE N7C425902
09/18/19 Active
293
10 CASE 580M LDR/BACKHOE
NAC530383
09/25/19 Active
308
12 CASE 580N LOADER BACKHOE NBC541919
09/30/19 Active
315
TRACTOR LOADER BACKHOE CAS NFC717173
11/10/19 Active
316
TRACTOR LOADER BACKHOE CAS NFC717371
10/11/19 Active
322
2016 CAT BACKHOE LOADER
HWA00290
10/11/19 Active
328
Category:
420F 4X4 EXTENDED STICK BACKI SKR04615
48 COMPRESSORS
Active
266
87 INGERSOL RAND P185 COMPRI 162961
Active
278
99 INGERSOL RAND P185 COMPRI 302863VFJ221
Active
280
04 ATLAS COPCO 185 CFM XAS96,8274
Active
283
ATLAS COPCO 185 CFM XAS97JD
USA017647
07/03/19 Active
292
SULLAIR 185 CFM 185 DPQ
200807-160023
Active
297
AIRMAN PDS185
B46C12906
Active
317
SULLAIR 185 AIR COMPRESSOR 2 201602250032
Active
318
SULLAIR 185 AIR COMPRESSOR 2 201602250033
Active
Category:
56 DOZERS
264
86 CAT D4H DOZER
8PB674
04/20/12 Active
Category:
60 GRADERS
242
85 CAT 126 GRADER
61M11060
10/03/18 Active
243
87 CAT 140G GRADER
72V10348
07/19/19 Active
248
2013 KOMATSU GRADER GD655-5 55558
Active
Category:
68 LOADERS
234
84 CAT 950B LOADER
22Z931
04/08/15 Active
235
95 KAWASAKI 90ZIV LOADER
90z2-5027
05/31/18 Active
236
08 CAT 972H WHEEL LOADER
536-153
10/08/19 Active
Category:
72 MILLING MACHINES
238
97 CMI PR800-7 MILLER
536235
04/16/14 Active
239
97 CMI PR800-7 MILLER
536238
06/07/12 Active
244
05 WIRTGEN W2200 MILLER
8210219
07/12/19 Active
268
05 WIRTGEN W2200 MILLER
8210223
10/17/13 Active
272
08 WIRTGEN W2200 MILLER
8210403
10/07/19 Active
295
10 WIRTGEN W2200 MILLER
08210576
10/11/19 Active
299
13 WIRTGEN W250
04220056
09/24/19 Active
310
14 WIRTGEN WN2501
1-11323
329
2019 ROADTEC RX900E MILLING M 2083
10/09/19 Active
Active
Category:
245
1 ARAWAK PAVING CO INC
Date Format - MM/DD/YY
76 MISC EQUIPMENT
CMI RS-650 RECLAIM/STAB
543190
Page 1
10/23/18 Active
02/12/20 01:10:46 PM
EMListSummary.rpt
Equipment/Component
EM Equipment List - Summary
Equipment and Components
Vin Number
Department: CONST EQP CONSTRUCTION EQUIPMENT
Category: 76 MISC EQUIPMENT
Date
Last Used Status
Attach To
Equip
Comp of
Equip
Continued
246
254
00 ROADTEC SB2500B SHUTTLE B SB2500X511
05 ROADTEC SB2500C SHUTTLE E SB2500X775
12/06/16 Active
07/10/19 Active
287
07 MASSEY FERGUSON 1528 TRAI
10/07/13 Active
294
SOLARTECH MESSAGE BOARD
4GM2M 1513A 14105 27
01/10/12 Active
304
SOLARTECH MESSAGE BOARD
4GM2M1510B1410566
Active
305
SOLAR TECH MESSAGE BOARD
4GM2M1512B1410567
03/05/18 Active
306
SOLAR TECH MESSAGE BOARD
4GM2M1516B1410569
Active
307
SOLAR TECH MESSAGE BOARD
4GM2M1514H1414483
Active
311
TEREX LIGHT TOWER
R1415-13224
Active
312
TEREX LIGHT TOWER
R1415-13225
Active
313
TEREX LIGHT TOWER
R1415-13227
Active
319
SOLAR TECH MESSAGE BOARD
4GM2M1514B1410568
Active
323
SOLAR TECH MESSAGE BOARD
4GM2M1516H1414484
Active
325
ROADTEC SHUTTLE BUGGY SB250 4173
09/24/19 Active
326
HONDA VIBRATORY PLATE TAMPE 10790355
Active
Category:
80 PAVERS
228
86 BLAW KNOX RW-100 SIDEWIND 10006-02
09/25/19 Active
237
95 BLAW KNOX PF-510 PAVER
51018-15
Active
282
05 CAT AP-1055D PAVER
FAC00228
11/15/17 Active
284
08 CAT AP-1055D PAVER
FAC00596
10/09/19 Active
296
10 CAT AP-1055D PAVER
OFAC00815
10/09/19 Active
320
16 CAT AP1055F PAVER W/SCREE TJ500477
10/08/19 Active
324
CAT AP655F ASPHALT PAVER
MH600292
10/11/19 Active
Category:
84
ROLLERS
211
82 INGERSOL RAND DA-50 ROLLEI 6166
Active
214
86 INGERSOL RAND SD100 ROLLE 5072
08/29/18 Active
215
86 INGERSOL RAND DA-48 ROLLEI 5282-S
06/03/11 Active
216
08 CAT CB224E ROLLER
22402826
10/07/19 Active
220
95 SAKAI SW-100 ROLLER
VSW410053
10/17/14 Active
221
98 CAT C8224C ROLLER
3AL00743
10/04/19 Active
222
98 SAKAI SW-100 ROLLER
20062
05/29/19 Active
224
01 INGERSOL RAND DD110HF
167199
11/18/16 Active
225
03 INGERSOL RAND DD110HF
174309
10/25/13 Active
226
05 INGERSOL RAND DD-118HFA
183426
08/08/14 Active
230
03 INGERSOL RAND DD110 HF
175199
04/19/17 Active
231
05 SAKAI SW850
30179
10/10/19 Active
232
SAKAI SW900 R00020
30134
10/11/19 Active
289
08 CAT CB534DXW
EAA00685
09/05/19 Active
298
HAMM HD120VO ROLLER
1840534
05/22/19 Active
309
2013 CAT CB54 ASPHALT ROLLER JLM00753
10/10/19 Active
314
ASPHALT COMPACTOR/VIBRATOR 2X400110
10/09/19 Active
321
CAT CB64B ROLLER
C5600211
10/11/19 Active
327
CAT CB13-01 CANOPY ROLLER
PWP00325
10/03/19 Active
Category:
92 SWEEPERS
291
07 SCHWARZE M6000 SWEEPER 1FVACXCS87HY15211
08/14/17 Active
Department: P/U TRUCK PICK UP TRUCKS
Category:
20 PICK UP TRUCKS
83
07 FORD F150
84
08 FORD F250
85
08 FORD F250
92
11 GMC SIERRA 2500
94
11 GMC SIERRA 2500
1 ARAWAK PAVING CO INC
Date Format - MM/DD/YY
1FTRX 12W37 KD659 58
Active
1FTNF20508ED71833
Active
1FTNF20508ED54918
Active
1GT01ZCG6BF105362
Active
1GT02ZCG5BF109657
Active
Page 2
Continued
02/12/20 01:10:46 PM
EMListSummary.rpt
Equipment/Component
EM Equipment List - Summary
Equipment and Components
Vin Number
Department: P/U TRUCK PICK UP TRUCKS
Date
Attach To
Last Used Status
Equip
Comp of
Equip
Continued
Category:
20 PICK UP TRUCKS
95
96
12 CHEV SILVERADO STAKE BODY 1GB3CZCGXCF113171
12 CHEV SILVERADO 2500
Active
1GB2CVCG2CZ167812
Active
97
13 CHEV SILVERADO 1500 4WD
1GCRKPEA4DZ100356
Active
105
201
--- Document: Reconstruct Commonwealth Ave PH1 and Bayview Dr PH3, Due March 19, 2019 @2:00 pm. ---
TOWNSHIP OF UPPER
CAPE MAY COUNTY
NEW JERSEY
NOTICE TO BIDDERS
Sealed Bids for the Reconstruction of Commonwealth Ave. PH1 and Bayview Dr. PH3, Upper
Township, Cape May County, New Jersey, will be received by the Upper Township Committee
at the Upper Township Municipal Building, Tuckahoe Road, Petersburg, New Jersey, on
Tuesday, March 19, 2019 at 2:00 PM, Prevailing Time, and then opened and read aloud at said
Municipal Building.
The Information for Bidders, Form of Bid, Form of Contract, Plans and Specification prepared
by Paul E. Dietrich, Township Engineer, has been filed in the office of said engineer at
Township Hall, Petersburg, New Jersey and may be examined by prospective bidders during
business hours. Copies may be obtained upon request (Paper copy at a cost of $20; Electronic
copy at no charge) from the Upper Township Clerk’s Office, Physical Address: 2100 Tuckahoe
Road, Petersburg, NJ 08270; Mailing Address: PO Box 205, Tuckahoe, NJ 08250-0205, or 609-
628-2011 ext. 200 or clerk@uppertownship.com.
The Township Committee of the Township of Upper reserves the right to waive any informalities
in or to reject any or all bids.
The bids must be submitted prior to the time designated above for receipt and opening bids, and
may be submitted either by mail or in person by the bidder or his agent. No bids will be received
after the time designated above for their receipt.
Each bidder must deposit with his bid a certified check, cashier’s check, or bid bond in the
amount of not less than ten (10) percent of the total lump sum bid but not in excess of
$20,000.00, and a certified statement from a bonding company guaranteeing the furnishing of a
Performance Bond. Bids must be enclosed in sealed envelopes bearing the name and address of
the bidder and marked “Reconstruction of Commonwealth Ave. PH1 and Bayview Dr. PH3,
Upper Township, Cape May County, New Jersey” and addressed to the Township Committee,
Township of Upper Municipal Building, 2100 Tuckahoe Road, Petersburg, New Jersey, 08270.
Please note that overnight delivery before 2:00pm cannot be guaranteed to our rural address.
The award of the contract shall not be binding upon the Township of Upper until the contract, in
accordance with the Specifications, is actually executed by the successful bidder and the
Township Committee.
Bidders are required to comply with the requirements of N.J.S.A. 105-31 (P.L. 1974, C. 127,
Law Against Discrimination Affirmative Action Supplement). Bidders are required to submit a
statement of ownership with the bid, in compliance with N.J.S.A. 52:25-24.2 (P.L. 1977, C. 33).
The Township of Upper reserves the right to award a contract within the funds available.
No Bidder may withdraw his bid within 60 days after the actual date of opening thereof.
By order of the Township Committee.
Barbara L. Young, Township Clerk
--- Document: Webster Avenue Park Improvements ---
TOWNSHIP OF UPPER
CAPE MAY COUNTY
NEW JERSEY
NOTICE TO BIDDERS
Sealed Bids for the Webster Ave Park Improvements, Upper Township, Cape May County, New
Jersey, will be received by the Upper Township Committee at the Upper Township Municipal
Building, Tuckahoe Road, Petersburg, New Jersey, on Tuesday, October 17, 2017 at 2:00 PM,
Prevailing Time, and then opened and read aloud at said Municipal Building.
The Information for Bidders, Form of Bid, Form of Contract, Plans and Specification prepared
by Paul E. Dietrich, Township Engineer, has been filed in the office of said engineer at
Township Hall, Petersburg, New Jersey and may be examined by prospective bidders during
business hours. Copies may be obtained upon request (Paper copy at a cost of $20; Electronic
copy at no charge) from the Upper Township Clerk’s Office, Physical Address: 2100 Tuckahoe
Road, Petersburg, NJ 08270; Mailing Address: PO Box 205, Tuckahoe, NJ 08250-0205, or 609-
628-2011 ext. 200 or clerk@uppertownship.com.
The Township Committee of the Township of Upper reserves the right to waive any informalities
in or to reject any or all bids.
The bids must be submitted prior to the time designated above for receipt and opening bids, and
may be submitted either by mail or in person by the bidder or his agent. No bids will be received
after the time designated above for their receipt.
Each bidder must deposit with his bid a certified check, cashier’s check, or bid bond in the
amount of not less than ten (10) percent of the total lump sum bid but not in excess of
$20,000.00, and a certified statement from a bonding company guaranteeing the furnishing of a
Performance Bond. Bids must be enclosed in sealed envelopes bearing the name and address of
the bidder and marked “Webster Ave Park Improvements, Upper Township, Cape May County,
New Jersey” and addressed to the Township Committee, Township of Upper Municipal
Building, 2100 Tuckahoe Road, Petersburg, New Jersey, 08270.
The award of the contract shall not be binding upon the Township of Upper until the contract, in
accordance with the Specifications, is actually executed by the successful bidder and the
Township Committee.
Bidders are required to comply with the requirements of N.J.S.A. 105-31 (P.L. 1974, C. 127,
Law Against Discrimination Affirmative Action Supplement). Bidders are required to submit a
statement of ownership with the bid, in compliance with N.J.S.A. 52:25-24.2 (P.L. 1977, C. 33).
The Township of Upper reserves the right to award a contract within the funds available.
No Bidder may withdraw his bid within 60 days after the actual date of opening thereof.
By order of the Township Committee.
Barbara L. Young, Township Clerk
--- Document: Reconstruction of Webster Ave Bulkhead ---
TOWNSHIP OF UPPER
CAPE MAY COUNTY
NEW JERSEY
NOTICE TO BIDDERS
Sealed Bids for the Replacement of Webster Avenue Bulkhead, Upper Township, Cape May
County, New Jersey, will be received by the Upper Township Committee at the Upper Township
Municipal Building, Tuckahoe Road, Petersburg, New Jersey, on Wednesday, August 9, 2017 at
2:00 PM, Prevailing Time, and then opened and read aloud at said Municipal Building.
The Information for Bidders, Form of Bid, Form of Contract, Plans and Specification prepared
by Paul E. Dietrich, Township Engineer, has been filed in the office of said engineer at
Township Hall, Petersburg, New Jersey and may be examined by prospective bidders during
business hours. Copies may be obtained upon request (Paper copy at a cost of $20; Electronic
copy at no charge) from the Upper Township Clerk’s Office, Physical Address: 2100 Tuckahoe
Road, Petersburg, NJ 08270; Mailing Address: PO Box 205, Tuckahoe, NJ 08250-0205, or 609-
628-2011 ext. 200 or clerk@uppertownship.com.
The Township Committee of the Township of Upper reserves the right to waive any informalities
in or to reject any or all bids.
The bids must be submitted prior to the time designated above for receipt and opening bids, and
may be submitted either by mail or in person by the bidder or his agent. No bids will be received
after the time designated above for their receipt.
Each bidder must deposit with his bid a certified check, cashier’s check, or bid bond in the
amount of not less than ten (10) percent of the total lump sum bid but not in excess of
$20,000.00, and a certified statement from a bonding company guaranteeing the furnishing of a
Performance Bond. Bids must be enclosed in sealed envelopes bearing the name and address of
the bidder and marked “Replacement of Webster Avenue Bulkhead, Upper Township, Cape May
County, New Jersey” and addressed to the Township Committee, Township of Upper Municipal
Building, 2100 Tuckahoe Road, Petersburg, New Jersey, 08270.
The award of the contract shall not be binding upon the Township of Upper until the contract, in
accordance with the Specifications, is actually executed by the successful bidder and the
Township Committee.
Bidders are required to comply with the requirements of N.J.S.A. 105-31 (P.L. 1974, C. 127,
Law Against Discrimination Affirmative Action Supplement). Bidders are required to submit a
statement of ownership with the bid, in compliance with N.J.S.A. 52:25-24.2 (P.L. 1977, C. 33).
The Township of Upper reserves the right to award a contract within the funds available.
No Bidder may withdraw his bid within 60 days after the actual date of opening thereof.
By order of the Township Committee.
Barbara L. Young, Township Clerk
--- Document: Notice of Intent to Award Contract for Dump Truck ---
TOWNSHIP OF UPPER
CAPE MAY COUNTY
NEW JERSEY
NOTICE OF INTENT TO AWARD CONTRACT
UNDER A NATIONAL COOPERATIVE PURCHASING AGREEMENT -
HOUSTON-GALVESTON AREA COUNCIL (H-GAC)
The Township of Upper intends to participate in Houston-Galveston Area Council (H-GAC)
through Contract # HT06-16 effective June 1, 2016 by H-GAC to establish a national
cooperative contract for Medium to Heavy Trucks and Truck Bodies. The Township of Upper
wishes to purchase a 2018 Freightliner 108SD 70.
Information regarding the contract may be examined at the Upper Township Treasurer’s Office,
2100 Tuckahoe Road, Petersburg, NJ 08270 during regular business hours, as well as on
Houston-Galveston Area Council (H-GAC) website at: http://www.hgacbuy.org.
The Township of Upper is a member in good standing of Houston-Galveston Area Council (H-
GAC). The H-GAC contract term matures on September 30, 2018.
It is the intent of the Township of Upper to make a contract award to Houston Freightliner, Inc.
pursuant to the proposal submitted in response to Contract #H06-16 issued by H-GAC.
The Township of Upper is permitted to join national cooperative purchasing agreements under
the authority of N.J.S.A. 52:34-6.2(b)(3).
The comment period for this notice ends at 3 p.m. on August 9, 2017. Comments should be
submitted to Barbara Spiegel, Chief Financial Officer, Township of Upper, P.O. Box 205
Tuckahoe, NJ 08250-0205.
By order of the Township Committee.
Barbara L. Young, Township Clerk
--- Document: Bayview Drive Boat Ramp ---
CONTRACT DOCUMENTS
FOR
RECONSTRUCTION OF BAYVIEW BOAT RAMP
BAYVIEW DR.
TOWNSHIP OF UPPER
CAPE MAY COUNTY – NEW JERSEY
June 16, 2016
TOWNSHIP OF UPPER
CAPE MAY COUNTY
NEW JERSEY
NOTICE TO BIDDERS
Sealed Bids for the RECONSTRUCTION OF BAYVIEW BOAT RAMP, Upper Township, Cape
May County, New Jersey, will be received by the Upper Township Committee at the Upper
Township Municipal Building, Tuckahoe Road, Petersburg, New Jersey, on Thursday, July 14,
2016 at 1:00 PM, Prevailing Time, and then opened and read aloud at said Municipal Building.
The Information for Bidders, Form of Bid, Form of Contract, Plans and Specification prepared by
Paul E. Dietrich, Township Engineer, has been filed in the office of said engineer at Township
Hall, Petersburg, New Jersey and may be examined by prospective bidders during business hours.
Copies may be obtained upon request (Paper copy at a cost of $20; Electronic copy at no charge)
from the Upper Township Clerk’s Office, Physical Address: 2100 Tuckahoe Road, Petersburg, NJ
08270; Mailing Adddress: PO Box 205, Tuckahoe, NJ 08250-0205, or 609-628-2011 ext. 200 or
clerk@uppertownship.com.
The Township Committee of the Township of Upper reserves the right to waive any informalities
in or to reject any or all bids.
The bids must be submitted prior to the time designated above for receipt and opening bids, and
may be submitted either by mail or in person by the bidder or his agent. No bids will be received
after the time designated above for their receipt.
Each bidder must deposit with his bid a certified check, cashier’s check, or bid bond in the amount
of not less than ten (10) percent of the total lump sum bid but not in excess of $20,000.00, and a
certified statement from a bonding company guaranteeing the furnishing of a Performance Bond.
Bids must be enclosed in sealed envelopes bearing the name and address of the bidder and marked
“ RECONSTRUCTION OF BAYVIEW BOAT RAMP, Upper Township, Cape May County, New
Jersey” and addressed to the Township Committee, Township of Upper Municipal Building, 2100
Tuckahoe Road, Petersburg, New Jersey, 08270.
The award of the contract shall not be binding upon the Township of Upper until the contract, in
accordance with the Specifications, is actually executed by the successful bidder and the Township
Committee and the New Jersey Department of Transportation.
Bidders are required to comply with the requirements of N.J.S.A. 105-31 (P.L. 1974, C. 127, Law
Against Discrimination Affirmative Action Supplement). Bidders are required to submit a
statement of ownership with the bid, in compliance with N.J.S.A. 52:25-24.2 (P.L. 1977, C. 33).
The Township of Upper reserves the right to award a contract within the funds available.
No Bidder may withdraw his bid within 60 days after the actual date of opening thereof.
By order of the Township Committee.
Barbara L. Young, Township Clerk
A-1
INFORMATION FOR BIDDERS
1.
RECEIPT AND OPENINGS OF BIDS
The Township Committee of the Township of Upper, NJ, (herein called
“Owner”), invites bids of the form attached hereto. Bids will be received by the Owner at
Upper Township Municipal Building, Petersburg, NJ, on Thursday, July 14, 2016 at 1:00
PM Prevailing time, and then at said Municipal Building publicly opened and read aloud.
The envelopes containing the bids must be sealed, addressed to the Township Committee
at 2100 Tuckahoe Road, Petersburg, NJ 08270, and designated as “
RECONSTRUCTION OF BAYVIEW BOAT RAMP”
The Owner may consider informal any bid not prepared or submitted in
accordance with the provisions hereof and may waive any informalities in or reject any or
all bids. Any bid received after the time and date specified shall not be considered. The
award of a contract shall not be binding upon the Township of Upper until the contract, in
accordance with the Specifications, is actually executed by the successful bidder and the
Township of Upper. No bidder may withdraw a bid within 60 days after the actual date
of the opening thereof.
2.
PREPARATION OF PROPOSAL
Proposals must be submitted on the prescribed form. All blank spaces for bid
prices must be filled in, in ink, with the unit price of the item, the extended total, and the
lump sum bid for which the proposal is made.
All bids must be submitted in sealed envelopes bearing on the outside the name of
the bidder, his address, and the name of project for which his bid is submitted.
3.
QUALIFICATION OF BIDDER
The Owner will make such investigations as he deems necessary to determine the
ability of the bidder to perform the work, and the bidder shall furnish to the Owner all
such information and data for his purpose as the Owner may request. The Owner
reserves the right to reject any bid if the evidence submitted by or if an investigation that
the bidder fails to satisfy the Owner that such bidder is properly qualified to carry out the
obligation of the Contract and to complete the work contemplated therein. Conditional
bids will not be accepted.
4.
BID SECURITY
Each bid shall be accompanied by a Bid Bond, Certified Check,
Treasurer's Check or Cashier's Check in the amount of ten percent (10%) of the
total bid (but not in excess of $20,000.00). N.J.S.A. 40A:11-21.
A-2
Such checks or bonds will be returned to all except the three lowest bidders within
10 days after opening of the bids. Within three days after the awarding and signing of the
contract and the approval of the contractor’s performance bond, the bid security of the
remaining unsuccessful bidders shall be returned to them. The bidder shall also furnish a
certified statement from a Bonding Company, acceptable to the Owner, stating that it will
furnish the required Performance Bond for the contractor upon the award of the work.
5.
LIQUIDATED DAMAGES FOR FAILURE TO ENTER INTO CONTRACT
The successful bidder, upon his failure or refusal to execute and deliver the
contract required within eight (8) days after he has received notice of the acceptance of
his bid, shall forfeit to the Owner, as liquidated damages for such failure or refusal, the
security deposited with his bid.
6.
CONDITIONS OF WORK
Each bidder must inform himself fully of the conditions relating to the
construction and labor under which the work will be performed. Failure to do so will not
relieve a successful bidder of his obligation to furnish all labor, materials, and equipment
necessary to carry out the previsions set forth in his bid. Insofar as possible, the
contractor, in the carrying out of his work, must employ such methods or means as will
not cause any interruption of the work.
7.
SECURITY FOR FAITHFUL PERFORMANCE
Each bidder shall include with their bid a certificate from a Surety Company
authorized to transact business in the State of New Jersey, stating that it shall
provide the Contractor with a Performance Bond in the sum required by these
instructions if awarded the contract. N.J.S.A. 40A:11-22.
The Certificate of Surety documents shall include the following information, in
order to be considered complete by the Township.
A Certificate of Surety - from an insurance company authorized to issue
Surety and Performance Bonds in the State of New Jersey. The Certificate
of Surety shall state that upon award of a contract by the Township, that a
Performance Bond shall be issued and supplied to the Township in an
amount equal to one-hundred (100%) percent of the total contract. The
Bond shall be for the faithful performance of the contract and in place for
the total duration of the contract.
A Certificate of Power of Attorney - issued and supplied by an insurance
company. This certificate shall state that the Attorney-In-Fact who is the
signatory on the Certificate of Surety is duly authorized by the insurance
company and it's Board of Directors to sign on their behalf.
A-3
A Financial Statement - issued and supplied by the State of New Jersey's
Department of Insurance. This statement shall include financial
information on the insurance company that is issuing the Certificate of
Surety and the Performance Bond to the Township. The information
provided shall include a listing of the corporate officers, assets, liabilities
and available surplus funds.
A Certificate of Authority - issued and supplied by the State of New Jersey's
Department of Insurance. This form certifies that the insurance company
being utilized for the surety has complied with the laws of the State of
New Jersey and is approved to transact business in the State.
8.
POWER OF ATTORNEY
Attorneys in fact who sign contract bonds must file with each bond a certified
copy of their power of attorney to sign said bonds.
9.
STATE LAWS AND REGULATIONS
The bidder’s attention is directed to the fact that all applicable State and
Municipal Laws, and rules and regulations of all authorities having jurisdiction over
construction work in the locality of the project, shall apply to the contract throughout, and
they are deemed to be included herein the same as though herein written out in full.
10.
LOWEST QUALIFIED BIDDER
Bids will be compared on the basis of Total Lump Sum Bid. In the event there is
a discrepancy between the unit prices and the extended totals, the unit prices govern.
11.
FAILURE TO COMPLETE ON TIME
The Contractor and the Township of Upper recognize that delay in completion of
the Contract will result in damage to the Township in terms of the effect of the delay on
the use of the Project, upon the public convenience and economic development of the
Township, and will also result in additional cost to the Township of engineering,
inspection, and administration of the contract. Because this damage is difficult or
impossible to estimate, the parties agree that if the Contractor fails to complete the
project within the time stated in the Supplementary Specifications, or within such further
time as may have been granted in accordance with the provisions of the Contract, the
Contractor shall pay the Township liquidated damages, in accordance with the following
schedule, in lieu of the above stated actual damage. Such liquidated damages shall be
paid for each and every day, as hereinafter defined that he is in default on time to
complete the work.
A-4
Schedule of Liquidated Damage for Each Day of Overrun in Contract Time
Original Contract Amount
Liquidated Damages
Calendar Day
From More
To and
or Specific
Than
Including
Completion Date
Working Day
$
0
$ 500,000
$300
$420
500,000
1,000,000
400
560
1,000,000
2,000,000
500
700
1,000,000
5,000,000
700
800
The days in default mentioned above shall be the number of calendar days in default
when the time for completion of the Project is specified on the basis of calendar days or a
specified completion date; and shall be the number of working days in default when the
time for completion is specified on the basis of working days; PROVIDED: that the
Owner may accept the work if there has been such a degree of completion as will, in the
Owner’s opinion, make the project reasonably safe, fit, and convenient for the use and
accommodation for which it was intended. In such case, the Contractor will not be
charged with liquidated damages, but the Owner may assess the actual charges caused by
such delay.
12.
OBLIGATION OF BIDDER
At the time of the opening of bids, each bidder will be presumed to have inspected
the site and to have read and to be thoroughly familiar with the Plans and Contract
Documents. The failure or omission of any bidder to receive or examine any form,
instrument or document shall in no way relieve any bidder from any obligation in respect
of his bid.
13.
GUARANTY AGAINST DEFECTIVE WORK
Before final, conditional final, or semifinal payment is made as provided in “Basis
of Payment,” the Contractor shall furnish a surety corporation bond to the Owner in sum
equal to five (5) percent of the contract price. The bond and the Surety Corporation shall
be satisfactory to the Owner. The bond shall remain in full force and effect for a period
of one (1) year from the date of completion of the project as established by the Engineer
and shall provide that the contractor guarantees to replace for said period of one (1) year
all work performed and all materials furnished that were not performed or furnished
according to the terms and performance requirements of the contract, and make good the
defect thereof which have been apparent before the expiration of the said period of one
(1) year.
If, in the judgment of the Engineer, any part of the project need be replaced,
repaired, or made good during the specified guaranty period, for the reasons stated above
or hereinafter set forth in the Specifications, he will so notify the Contractor in writing. If
the Contractor refuses or neglects to start such work within five (5) days from the date of
A-5
service of such notice or at such other time as the Engineer may direct, or if he fails to
complete such work within the time prescribed by the Engineer, then the Owner will have
the work done by others and the cost thereof shall be paid by the Contractor or his Surety.
Before the Surety is released from its bond, the Engineer shall certify in writing that the
foregoing obligations have been duly performed.
14.
PREVAILING WAGE RATES (Pursuant to Chapter 150 of the New Jersey Laws
of 1963)
The latest prevailing wage rates published by the New Jersey State Department of
Labor and Industry which are on file at the office of the Engineer shall be made a part of
every contract for the performances of the described work. Contractors and
subcontractors performing the described work shall post the prevailing wage rates for
each craft and classification involved as herein determined is conclusive for a period of
two (2) years from date of issuance unless superceded within said two (2) year period by
a later determination. Fringe benefits are part of the prevailing wage rate; employers not
paying these benefits to a party designated in a collective bargaining agreement shall pay
the benefits directly to the employee on each pay day.
Each bidder shall read carefully and fully the said published wage rates and shall
predicate his bid on the said rates as minimum requirements. Submission of a bid shall
imply that the bidder has carefully inspected all said wage rates, that the bidder is
thoroughly familiar with all provisions of the “Prevailing Wage Act,” and that should be
awarded a contract he will fully and faithfully comply with all provisions of the
“Prevailing Wage Act.” Copies of the latest published prevailing wage rates may be
obtained upon application to Wage and Hour Bureau, NJ State Department of Labor and
Industry, CN 389, Trenton, NJ 08625-0389. The General Contractor shall be designated
as the Owner’s representative with regard to all safety inspections required by the
Department of Labor and Industry and shall perform all necessary functions for this
purpose. Copy of the Prevailing Wage Rates for this project are on file in the Upper
Township Clerk's Office at 2100 Tuckahoe Road, Petersburg, New Jersey and is
available upon request.
In the event it is found that any workman employed by the Contractor or any
subcontractor covered by said contract is paid less than required wage rates, the Owner
may terminate the contractor’s right to proceed with the work or such part of the work as
to which there has been a failure to pay required wages and to prosecute the work to
completion or otherwise. The Contractor and his sureties shall be liable to the Owner for
any excess costs occasioned thereby.
15.
TIME OF COMPLETION
The Contractor shall complete all work on the project except for the living
shoreline planting before January 6, 2017 and the living shoreline planting shall be
completed by May 15, 2017.
A-6
16.
NONDISCRIMINATION REQUIREMENTS
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, or sex. The contractor will take affirmative action to
ensure that such applicants are recruited and employed, and that employees are treated
during employment, without regard to their age, race, creed, color, national origin,
ancestry marital status, or sex. Such action shall include, but not be limited to the
following: employment, upgrading, demotion, or transfer; recruitment or recruitment
advertising; layoff or termination; rates of pay or other forms of compensation; and
selection for training, including apprenticeship. The Contractor agrees to post in
conspicuous places, available to employees and applicants for employment, notices to be
provided by the Public Agency Compliance Office 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 their
age, race, creed, color, national origin, ancestry marital status, or sex;
The Contractor or subcontractor, where applicable, will send to each labor union
or representative of workers with which it has a collective bargaining agreement or other
contract or understanding, a notice, to be provided by the 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 is 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 P.L. 1975, c.127, as amended and
supplemented form time to time.
b.
When hiring workers in each construction trade, the Contractor or subcontractor
agrees to attempt in good faith to employ minority and female workers in each
construction trade consistent with the applicable employment goal prescribed by N.J.A.C.
17:27-7.3; provided, however, that the Affirmative Action Office may, in its discretion,
exempt a contractor or subcontractor from compliance with the good faith procedures
prescribed by 1, 2, and 3 below, as long as the Affirmative Action Office is satisfied that
the contractor is employing workers provided by a union which provides evidence, in
accordance with standards prescribed by the Affirmative Action Office, that its
percentage of active “card carrying” members who are minority and female workers is
equal to or greater than the applicable employment goal prescribed by N.J.A.C. 17:27-
7.3, promulgated by the Treasurer pursuant to P.L. 1975, c.127, as amended and
supplemented from time to time. The contractor or subcontractor agrees that a good faith
effort shall include compliance with the following procedures:
A-7
1. If the Contractor or subcontractor has a referral agreement or arrangement
with a union for a construction trade, the contractor or subcontractor shall, within three
days of the contract award, seek assurances from the union that it will cooperate with the
contractor or subcontractor as it fulfills its affirmative action obligations under this
contract and in accordance with the rules promulgated by the Treasurer pursuant to P.L.
1975, c.127, as supplemented and amended from time to time. If the contractor or
subcontractor is unable to obtain said assurances from the construction trade union at
least five days prior to the commencement of construction work, the contractor or
subcontractor agrees to attempt to hire minority and female workers directly, consistent
with the applicable employment experience with a construction trade union, regardless of
whether the union has provided said assurances, indicates a significant possibility the
trade union will not refer sufficient minority and female workers consistent with the
applicable employment goal, the contractor or subcontractor agrees to be prepared to hire
minority and female workers directly, consistent with the applicable employment goal, by
complying with the hiring procedures prescribed under (c) below; and the contractor or
subcontractor further agrees to take said action immediately if it determines or is so
notified by the Affirmative Action Office that the union is not referring minority and
female workers consistent with the applicable employment goal.
c.
If the hiring of a workforce consistent with the employment goal has not or cannot
be achieved for each construction trade by adhering to the procedures of (b) above, or if
the contractor does not have a referral agreement or arrangement with a union for a
construction trade, the contractor or subcontractor agrees to take the following actions
consistent with the applicable County employment goals:
1. To notify the Public Agency Compliance Officer, Affirmative Action Office,
and at least one approved minority referral organization of its manpower needs, and
request referral of minority and female workers;
2. To notify any minority and female workers who have been listed with it as
awaiting available vacancies;
3. Prior to commencement of work, to request the local construction trade union,
if the contractor or subcontractor has a referral agreement or arrangement with a union
for the construction trade, to refer minority and female workers to fill job openings;
4. To leave standing requests for additional referral to minority and female
workers with the local construction trade union, if the contractor or subcontractor has a
referral trade, the State training and employment service and other approved referral
sources in the area until such time as the workforce is consistent with the employment
goal;
5. If it is necessary to layoff some of the workers in a given trade on the
construction site, to assure, consistent with the applicable State and Federal statutes and
court decisions, that sufficient minority and female employees remain on the site
consistent with employment goal; and to employ any minority and female workers so laid
A-8
off by the contractor or any other construction site in the area on which its workforce
composition is not consistent with an employment goal established pursuant to rules
implementing P.L. 1975, c.127;
6. To adhere to the following procedure when minority and female workers
apply or are referred to the contractor or subcontractor:
i.
If said individuals have never previously received any document or
certification signifying a level of qualification lower than that required, the contractor or
subcontractor shall determine the qualifications of such individuals and if the contractor’s
or subcontractor’s workforce in each construction trade is not consistent with the
applicable employment goal, it shall employ such persons which satisfy appropriate
qualification standards; provided however, that contractor or subcontractor shall
determine that the individual at least possesses the skills and experience recognized by
any worker made by a Public Agency Compliance Officer, union, apprentice program, or
a referral agency, provided the referral agency is acceptable to the Affirmative Action
Office and provided further, that, if necessary, the contractor or subcontractor shall hire
minority and female workers who qualify as trainees pursuant to these rules. All of these
requirements, however, are limited by the provisions of (d) below.
ii.
If the contractor’s or subcontractor’s workforce is consistent with the
applicable employment goal, the name of said female or minority group individual shall
be maintained on a waiting list for the first consideration, in the event the contractor’s or
subcontractor’s workforce is no longer consistent with the applicable employment goal.
iii.
If, for any reason, said contractor or subcontractor determines that a
minority individual or a female is not qualified or if the individual qualifies as an
advanced trainee or apprentice, the contractor or subcontractor shall inform the individual
in writing with the reasons for the determination, maintain a copy in its files, and send a
copy to the Public Agency Compliance Officer and to the Affirmative Action Office.
7. To keep a complete and accurate record of all requests made for the referral of
workers in any trade covered by the contract, on forms made available by the Affirmative
Action Office and submitted promptly to that office upon request.
d.
The Contractor or subcontractor agrees that nothing contained in (c) above shall
preclude the Contractor or subcontractor from complying with the hiring hall or
apprenticeship provisions in any applicable collective bargaining agreement or hiring hall
agreement, and where required by custom or agreement, it shall send journeymen and
trainees to the union for referral, or to the apprenticeship program for admission, pursuant
to such agreement or arrangement: provided, however, that where the practices of a
union or apprenticeship program will result in the exclusion of minorities and females or
the failure to refer minorities and females consistent with the County employment goal,
the contractor or subcontractor shall consider for employment persons referred pursuant
to (c) above without regard to such agreement or arrangement: provided further, however,
that the contractor or subcontractor shall not be required to employ female and minority
advanced trainees and trainees in numbers which result in the employment of advanced
A-9
trainees and trainees as a percentage of the total workforce for the construction worker
ration specified in the applicable collective bargaining agreement, or in the absence of a
collective bargaining agreement, exceeds the ration established by practice in the area for
said construction trade. Also, the contractor or subcontractor agrees that, in
implementing the procedures of (c) above, it shall, where applicable, employ minority
and female workers residing within the geographical jurisdiction of the union.
e.
The contractor agrees; to complete an Initial Project Manning Report on forms
provided by the Affirmative Action Office or in the form prescribed by the Affirmative
Action Office and submit a copy of said form no later than three days after signing a
construction contract; provided, however, that the public agency may extend in a
particular case the allowable time for submitting the form to no more than 14 days; and to
submit a copy of the Monthly Project Manning Report once a month thereafter for the
duration of this contract to the Affirmative Action Office and to the Public Agency
Compliance Officer. The contractor agrees to cooperate with the public agency in the
payment of budgeted funds, as in necessary for on-the-job and off-the-job programs for
outreach and training of minority and female trainees employed on the construction
projects.
f.
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 purpose of these regulations, and public agencies shall
furnish such information as may be requested by the Affirmative Action Office for
conducting a compliance investigation pursuant to Subchapter 10 of the Administrative
Code (NJAC 17:27).
17.
ADDENDA/CHANGES IN PLANS OR SPECIFICATIONS
a.
During the time frame that this project is being advertised for bids, all
changes and/or modifications in the plans, specifications or contract
conditions shall be communicated to all prospective bidders, in the form of
a written addenda, by email, telefax or certified mail, so as to insure that
the bidder shall have all of the available information prior to the receipt of
the bids by the Township, and legally advertised as required by Local
Public Contracts Law, N.J. 40A:11-23.
b.
All addenda duly issued as set forth above shall become part of the final
contract documents. Failure of any bidder to receive such addenda shall
not relieve them from any obligation under their bid as submitted and
received.
c.
Receipt of amendments/addendum by the bidders shall be acknowledged
prior to the bid opening. Addendum received prior to bid submittal should
be acknowledged in the appropriate space on the bid document.
Addendum received after bid submittal shall be acknowledged by written
letter, email, telefax and/or telegram.
Whenever reference to Title 27 is made, it is construed to mean Title 40.
GC-1
GENERAL CONDITIONS
1.
ENGINEER
In the performance of the work, the Owner shall be represented by Paul E.
Dietrich, Township Engineer, (herein called the “Engineer”) or by any other person
designated by the Owner to perform the duties of the Engineer.
2.
STANDARD SPECIFICATIONS
The Standard Specifications are the New Jersey Department of Transportation
Standard Specification for Road and Bridge Construction, 2007, and shall utilize NJDOT
Standard Roadway Construction/ Traffic Control/ Bridge Construction Details, 2007, or
most current version and such Standard Specifications and Construction Plan, prepared
by Paul Dietrich, Municipal Engineer, dated June 7, 2016 and Permit Plan, prepared by
Paul Dietrich, Municipal Engineer November 3, 2015 revised February 11, 2016 as added
to and amended herein shall become a part of the contract and govern the execution of the
project named herein.
3.
EXTENSION OF TIME
If the Contractor shall be delayed in the completion of his work by reason of
unforeseeable causes beyond his control and without his fault or negligence, including
but not restricted to acts of God or the public enemy, acts of neglect of the Owner, fires,
floods, epidemics, quarantine, restrictions, strikes, riots or civil commotion, the period
herein above specified for completion of his work shall be extended by such time as shall
be fixed by the Owner. Any extension of time shall be for reasons set forth in Section
108.11 of the Standard Specifications.
4.
BASIS OF PAYMENT
The Township Committee meets regularly on the second and fourth Monday of
each month. At the regular meeting of the Township Committee of the Township of
Upper, the Owner will make partial payment to the Contractor on the basis of a duly
certified and approved estimate of the work performed during the period ending on the
last day of the month previous to said regular meeting, but to insure the proper
performance of this contract, the Owner will retain ten (10) percent of the amount of each
estimate up to $100,000.00 and then two (2) percent until final completion and
acceptance of all work covered by this contract.
Payment for a pay item in the proposal includes all the compensation that will be
made for the work of that item as described in the contract documents unless the "basis of
payment" clause provides that certain work essential to that item will be paid for under
another pay item.
Such contractors’ approved estimate shall be deemed “approved” 20 days after
the Township Committee meeting following receipt of the bill unless the Township
provides, before the end of the 20 day period, a written statement of the amount withheld
GC-2
and the reason for withholding payment. If the estimate is approved, payment must be
made to the contractor in the payment cycle following the meeting. Meeting would also
include any work session.
5.
CONTRACTOR’S RESPONSIBILITY FOR WORK
Until acceptance of the work by the Owner, it shall be under the care and charge
of the Contractor, and he shall take every necessary precaution against injury or damage
to any part hereof by action of elements or from any other cause whatsoever, whether
arising from the execution or non-execution of the work. The Contractor shall rebuild,
repair, restore and make good, at his own expense, all injuries or damages to any portion
of the work occasioned by any of the above causes before its completion and acceptance.
6.
CONTRACTOR’S AND SUBCONTRACTOR’S INSURANCE
The Contractor and each and every one of his Subcontractors shall provide the
Township of Upper with certificates of insurance before the contracts are signed by the
Township. All contractors and subcontractors shall carry the following:
a.
Worker’s Compensation and Employer’s Liability Insurance – covering all of the
Employer’s employees directly or indirectly engaged in the performance of this
Contract. This insurance shall comply with the statutory requirements of the State
or States involved and shall have an Employer’s Liability Insurance limit of not
less than $500,000.
b.
Comprehensive General Liability Insurance Including Contractor’s Protective,
Completed Operations and Contractual Liability Insurance – with minimum limits
of not less than $500,000 any one person and $1,000,000 any one occurrence and
$1,000,000 aggregate for property damage. The property Damage Liability
Endorsement as well as coverage for explosion, collapse, and underground (XCU)
hazards. All liability coverage shall be on the occurrence basis.
c.
Contractual Liability Insurance – must be included in the Comprehensive General
Liability Insurance described in subparagraph b. above specifically insuring the
Indemnification Clause specified hereinafter.
d.
Policy Limits – specified above are minimum, and wherever the law requires
higher limits shall govern.
e.
Certificates of Insurance for items listed above must be filed with the Engineer
and Owner before the Contract is signed. The Comprehensive General Liability
certificate must specifically state that Standard Contractual Liability Insurance is
in force insuring the Indemnification Clause and Indemnification Clause must be
typed on the certificate. All certificates must provide for 15 days prior written
notice to the Owner of policy cancellation or material change.
f.
Copies of the Insurance Policies must be filed with the Owner before any work is
started by the Contractor.
GC-3
g.
Policies shall Remain in Force until all work has been completed and until all
retained percentages and maintenance bonds have been released.
h.
Subcontractors shall be required by the Contractor to provide the same type of
insurance with the same limits. The Contractor shall not allow any subcontractor
to commence work until all similar insurance required of the subcontractor has
been so obtained and approved. Approval of the insurance by the Owner shall not
relieve or decrease the liability of the contractor hereunder. Certificates and
policies of insurance covering each subcontractor shall also be filed with the
Engineer and Owner before any work is begun by the subcontractor.
i.
Indemnification Clause: “Except as otherwise provided by applicable law, the
Contractor shall indemnify and save and hold harmless the Township of Upper,
its officers, employees and agents, each of them and all owners of property on
which work is being performed hereunder pursuant to easement or right-of-way
agreements, harmless from and against any damage, liability, loss, cost of claim
arising out of, resulting from or related to, the performance of the work provided
for in this agreement, and from all claims arising out of all actions, in action,
negligence or any other activity perpetrated by or on the behalf of all
subcontractors: their employees, agents or designates.”
These certificates shall be furnished at the time the Contractor delivers the
contracts to the Township for execution by the Township Committee. All
subcontractors shall furnish their Certificates of Insurance prior to beginning work
on any portion of the Project.
j.
Additional Insured: All insurance shall name the Township of Upper, including
all elected and appointed officials, all employees and volunteers, all boards,
commissions and/or authorities and their board members, employees and
volunteers as additional insured’s.
7.
MAINTAINING AND PROTECTING TRAFFIC
The Contractor will be required to conduct the work of this Contract in such a
manner as to cause the least possible interference with the traveling public on the streets
affected and on adjacent streets.
At all time when traffic is blocked at any point, barricades and lights shall be
placed at all adjacent street intersections. When vehicular or pedestrian traffic, or both,
are to be maintained over existing highways with the scope of the Project, the Contractor
shall plan and carry out his work to provide for the safe and convenient passage of such
traffic.
When the construction involves improvement of an existing road, the road shall
be kept open to traffic unless otherwise shown on the Plans or approved by the Engineer.
GC-4
The Contractor shall keep the portion of the Project which is open to traffic in
such condition that traffic will be adequately accommodated. The Contractor shall
provide and maintain in a safe condition temporary approaches or crossings and
intersections, and access to trails, roads, streets, businesses, parking lots, residences,
garages, and farms. The Contractor shall notify the owners of adjoining properties at
least 24 hours prior to the time he proposes to begin any work which will interfere with
their normal passage.
Equipment or machinery having crawler tracks or other treads that mar or damage
pavement shall not move over or operate on newly constructed or existing pavements
unless precautions are taken to prevent damage to the pavements.
Any damage to newly constructed or existing pavements within the limits of the
Project or adjacent thereto, which in the opinion of the Engineer was caused by the
Contractor’s operations shall be repaired by the Contractor as directed by the Engineer at
the Contractor’s expense or the repairs will be made by others and the cost of such repairs
will be deducted from monies due the contractor.
Any restriction of required traffic lane widths or diversion of traffic at any time
shall be subject to the approval of the Engineer.
Except as necessary during actual working hours, and then only with the specific
approval of the Engineer, the contractor shall not occupy with his equipment, materials,
or personnel, any roadway or sidewalk area within or adjacent to the Project that is open
to traffic.
Work, which closes or alters the use of existing roads and streets shall not be
undertaken until adequate temporary or permanent provisions for traffic have been
approved by the Engineer.
8.
FINAL CLEAN UP
Before final inspection and acceptance of the Project, any borrow and local
material sources and all areas occupied by the contractor in connection with the work
shall be cleaned of all rubbish, excess materials, temporary structures and equipment, and
all parts of the work shall be left in an acceptable condition.
Payment for final cleaning up shall be included in the price bid for the various
scheduled items of work.
9.
LEGAL RELATIONS AND RESPONSIBILITY TO PUBLIC
Legal Jurisdiction
The Contract shall be construed and shall be governed in accordance with the
Constitution and laws of the State of New Jersey.
Discrimination in Employment on Public Works
GC-5
Pursuant to NJSA 10:2-1, the Contractor agrees that:
(a)
In the hiring of persons for the performance of work under this Contract or
any subcontract hereunder, or for the procurement, manufacture, assembling of
furnishing of any such materials, equipment, supplies, or services to be acquired under
this Contract, no Contractor, nor any person acting on behalf of such Contractor or
Subcontractor, shall, by reason of race, creed, color, national origin, ancestry, marital
status, or sex, discriminate against any person who is qualified and available to perform
the work to which the employment relates:
(b)
No Contractor, Subcontractor, nor any person on his behalf shall, in any
manner, discriminate against or intimidate any employee engaged in the performance of
work under this contract or any subcontract hereunder, or engage in the procurement,
manufacture, assembling or furnishing of any such materials, equipment, supplies or
services to be acquired under such Contract, on account of race, creed, color, national
origin, ancestry marital status, or sex:
(c)
There may be deducted from the amount payable to the Contractor by the
Township, under this Contract, a penalty of $50.00 for each person for each calendar day
during which such person is discriminated against or intimidated in violation of
provisions of the contract; and
(d)
This contract may be canceled or terminated by the Township, and all
money due hereunder may be forfeited, for any violation of this Subsection of the
Contract occurring after notice of the Contractor from the Township of any prior
violation of this Subsection of the Contract.
It is the public policy of the State of New Jersey and of the United States that no
individual, group, firm or corporation working on or seeking to work on a public works
project should be discriminated against on the basis of age, race, creed, color, national
origin, ancestry marital status, or sex. To this end, affirmative action and minority
business enterprise regulations and requirements applicable to this Contract are contained
the Supplementary Specifications for this Project. Any conflicts between these
regulations and requirements and the other provisions of the Contract Documents shall be
resolved by the Engineer to further the above stated public policy.
Sanitary, Health, and Safety Provisions
The Contractor shall provide and maintain in a neat, sanitary condition such
accommodations for the use of his employees and as may be necessary to comply with
the requirements of the State and local health departments, or of other bodies or tribunals
having jurisdiction.
Attention is directed to Federal, State, and local laws, rules and regulations
concerning construction safety and health standards. The contractor shall not require any
worker to work in surroundings or under conditions, which are unsanitary, hazardous or
dangerous to his health or safety.
The Contractor shall submit copies of all pertinent MSDS sheets for materials
utilized during construction prior to the start of construction.
Public Convenience and Safety
GC-6
In carrying out any of the provisions of the Contract, or in exercising any power
or authority granted to them by or within the scope of the Contract, there shall be liability
upon the Township of Upper, Township Committee, its Engineer, or their authorized
representatives, either personally or as officials of the Township of Upper, it being
understood that in all such matters they act solely as agents and representatives of the
Township of Upper.
10.
PUBLIC UTILITIES
Cooperation with Utilities
Within the site of the Project there may be public utility structures, and not
withstanding any other clause or clauses of this Contract, the Contractor shall not proceed
with his work until he has made diligent inquiry at the offices of the Engineer, the utility
companies and municipal authorities or other owners to determine their exact location.
The Contractor shall notify, in writing, the utility companies and municipalities or other
owners involved of the nature and scope of the Project and of his operations that may
affect their facilities or property. Two copies of such notices shall be sent to the
Engineer.
Attention of the Contractor is directed to the fact that the approximate locations of
known utility structures and facilities that may be encountered within and adjacent to the
limits of the work are shown on the Plans. The accuracy and completeness of this
information is not guaranteed by the Township, and the Contractor is advised to ascertain
for himself all the facts concerning the location of these utilities.
It shall be the duty and responsibility of the Contractor to determine and locate all
underground utility lines including electric, telephone and television cables, gas mains
and laterals, water mains and laterals, sewer mains and laterals, before undertaking any
excavation in the project area. The Contractor shall notify all utilities concerned prior to
construction so that they may provide representatives at the site of the project.
The Contractor shall conduct his operations in such a manner as to avoid any and
all damage to existing concrete curb, driveway, and sidewalk, and any such damage shall
be repaired by the Contractor at his own expense, to the satisfaction of the Engineer.
The Contractor shall contact NJ One Call either by calling 800-272-1000 or
www/nj1-call.org and provide evidence to the Engineer that each project location has
been assigned a confirmation number.
Any and all public or private utility structures such as sewer mains or laterals,
water mains or laterals, gas mains or laterals, manholes, storm drains or sewers, catch
basins, poles, overhead lines, conduits, cables or appurtenances, shall be fully protected
during the work of this Contract; and damage thereto shall be the full responsibility of the
Contractor as to repairs and replacement to the satisfaction of the utility owner concerned
and to the satisfaction of the Engineer.
GC-7
Public Utilities (Gas – Electric – Telephone – Water)
In the event that any poles, structures, mains, laterals, conduits or street castings
belonging to the South Jersey Gas Company, Atlantic Township Electric Company, or
the Verizon New Jersey, Inc., or New Jersey American Water Company, require a change
of grade or change of location on account of the work of this Contract, it shall be the duty
and responsibility of the Contractor to notify the proper official of the utility concerned in
advance of the time of construction so that the necessary work may be completed without
delay to the progress to this Contract.
11.
CONSTRUCTION LAYOUT
The Contractor shall provide all Work required in connection with the layout for
construction of the Project, using the control points and data furnished by the Engineer.
The Contractor shall furnish all necessary qualified personnel and adequate
equipment to preserve such controls throughout the duration of the Contract and shall
layout therefrom all of the lines and grades necessary for the complete construction of the
Project.
The Contractor shall make all necessary computations to establish the exact
position of all the work from the control points which are shown on the Plans or
furnished by the Engineer. All the work shall be referenced to baselines which the
Contractor shall establish from the control points, reestablish when necessary and
maintain throughout the life of the contract so as not to delay the Engineer from making
necessary preliminary, interim, and final measurements and from checking the
Contractor’s layout if he so desires.
The Contractor shall be responsible for the preservation of all control points
furnished by the Township for his use in staking out the work. If such control points are
damaged, lost, displaced or removed, they shall be reset at no cost to the Township.
The Contractor shall provide and maintain offset stakes from each main roadway
baseline, from each ramp, jug handle, or turnaround baseline and from each local road
baseline, at each station, and outside the limits of grading and construction.
Each stake shall be identified and marked to show the offset distance from the
baseline and the Contractor shall furnish grade sheets showing the cut or full to the
finished profile lines with reference to the offset stakes. Grade sheets for construction of
subbase and underlayer preparation shall also include calculations to establish the typical
cross section from the profile grade stake. The Contractor shall provide adequate and
accurate offset lines during such construction that require occupation of the baseline
points by construction operations.
The Contractor shall be responsible for maintaining the points he has established.
Any error or apparent discrepancies found in the Plans or Specifications shall be called to
the Engineer’s attention in writing for interpretation prior to proceeding with the work.
GC-8
The Contractor shall be responsible for the finished Work conforming to the lines and
grades called for on the Plans, and he shall correct all errors caused by his personnel at no
cost to the State.
Attention is directed to the need for caution in laying out and constructing storm
drains or headwalls to ascertain that these items do not encroach on private property
where easements have not been obtained.
12.
SUPERINTENDENCE BY CONTRACTOR
The Contractor shall designate in writing before starting work, a competent,
English-speaking superintendent capable of reading and thoroughly understanding the
Contract Documents and thoroughly experienced in the type of work being performed.
Said superintendent shall have the authority to represent and act for the Contractor. An
alternate to the Superintendent, with authority equal to his, may also be designated.
Said superintendent or his alternate shall be present at the site of the Project at all
times while work is actually in progress on the Contract irrespective of the amount of
work subcontracted. He shall have full authority to execute orders or directions of the
Engineer, without delay, and to promptly supply such materials, equipment, tools, labor,
and incidentals as may be required. When work is not in progress and during periods
when work is suspended, arrangements acceptable to the Engineer shall be made for any
emergency work which may be required.
Whenever the Contractor or his superintendent is not present on the site or at the
location of any particular part of the work where it may be desired to give direction, the
Engineer may suspend all of the work or the particular work in reference until said
superintendent is present. Such suspension shall not be the basis of any claim against the
Township.
13.
CHANGES IN WORK
No changes in the work covered by the approved contract documents shall be
made without having prior written approval of the Owner. Charges or credits for the
work covered by the approved change shall be determined by one or more, or a
combination of the following methods:
(a)
Unit bid prices previously approved.
(b)
An agreed lump sum.
All other sections of the Standard Specifications shall remain in effect.
GC-9
14.
MUTUAL RESPONSIBILITY OF CONTRACTORS
If, through acts of neglect on the part of the Contractor, any other Contractor or
subcontractor shall suffer loss or damage on work, the Contractor agrees to settle with
such other contractor or subcontractor by agreement or arbitration if such other contractor
or subcontractor will so settle. If such other contractor or subcontractor shall assert any
claim against the Owner on account of any damage alleged to have been sustained, the
Owner shall notify the Contractor, who shall indemnify and save harmless the Owner
against any such claim.
15.
SUBCONTRACTING
(a)
The Contractor may utilize the service of specialty subcontractors on those
parts of the work which, under normal contracting practices, are
performed by specialty subcontractors.
(b)
The Contractor shall not award any work to any subcontractor without
prior written approval of the Owner, which approval will not be given
until the Contractor submits to the Owner a written statement concerning
the proposed award to the subcontractors, which statement will contain
such information as the Owner may require.
(c)
The Contractor shall be as fully responsible to the Owner for the acts and
omissions of his subcontractors, and of persons either directly or indirectly
employed by them, as he is for the acts and omissions of persons directly
employed by him.
(d)
The Contractor shall perform with his own organization contract work
amounting to not less than 50 percent of the total contract price, except
that any Pay Items designated as “Specialty Items” in the Contract
Documents may be performed by subcontractor and the amount of any
such “Specialty Items” so performed may be deducted from the total
contract price before computing the amount of work required to be
performed by the Contractor with his own organization. Where an entire
item is subcontracted, the value of work subcontracted will be based on
the Pay Item bid price. When a portion of an item is subcontracted, the
value of work subcontracted will be based on the estimated percentage of
the Pay Item bid price determined from information submitted by the
Contractor.
(e)
All bids are subject to N.J.S.A. 40A:11-16., which states that in each
bid proposal "the names and addresses of all Subcontractors to whom
the bidder shall subcontract the furnishing of plumbing and gas
fitting, and all kindred work, and electrical work, structural steel and
ornamental iron work, each of which Subcontractors shall be
qualified in accordance with this act."
(f)
When required, failure to supply information in this secion with the
bid proposal shall be grounds for immediate rejection of the bid.
GC-10
17.
COMMENCEMENT OF WORK
Upon execution of the Contract by the Township, a fully executed copy thereof
together with a Notice to Proceed will be forwarded to the Contractor. Receipt of the
executed contract and Notice shall constitute the Contractor’s authority to enter upon the
site of the work, provided the Contractor has, prior thereto, submitted to the Engineer,
and he has accepted, the insurance certificates required under Subsection 6. Construction
operations shall not begin until the Contractor has supplied, and the Engineer has
accepted, the progress schedule, shop drawings and other certifications, forms, schedules
and nay other document required by the Contract Documents prior to the beginning of
construction operations.
Construction operations shall begin within 25 days of the date the Contract is
executed by the Township. Said twenty-fifth day shall be the first day of the Contract
time. Failure of the Contractor to begin construction operations within 25 days for any
reason shall constitute a default for which the Township may take whatever action it
deems appropriate under the Contract.
Contractor shall notify the New Jersey Department of Environmental Protection
and U.S. Army Corps of Engineers, Philadelphia District prior to start of any work in
accordance with the approved permits.
18.
CORRECTION OF WORK
All work, all materials, whether incorporated in the work or not, all processes of
manufacture, and all methods of construction shall be subject to the approval of the
Engineer who shall be final judge of the quality and suitability of the work, materials,
processes of manufacture, and methods of construction for the purposes for which they
are used. Should they fail to meet the Engineer’s approval, they shall be forthwith
reconstructed, made good, replaced and/or corrected, as the case may be, by the
Contractor at his own expense. Rejected material shall immediately be removed from the
site. If, in the opinion of the Engineer it is undesirable to replace any defective or
damaged materials or to reconstruct or correct any portion of the work injured or not
performed in accordance with the Contract Documents, the compensation to be paid to
the Contractor hereunder shall be reduced by such amount as in the judgment of the
Engineer shall be equitable.
19.
WAGE REPORTING REQUIREMENTS
The Contractor shall provide weekly payroll reports to the Township on the forms
to be provided by said Township. These reports shall be duly certified and submitted
within ten days following the payroll period for which they apply. A copy of the
reporting form will be provided to the Contractor at the time a contract is signed by the
Township.
GC-11
20.
PERMITS
Contractor shall comply with all permit conditions from the New Jersey
Department of Environmental Protection and U.S. Army Corps of Engineers,
Philadelphia District as shown on the Permit Plans prepared by Paul Dietrich, Municipal
Engineer dated November 3, 2015 revised February 11, 2016.
BID PACKAGE
B-1
Bid Document Submission Checklist
Township of Upper
Reconstruction Bayview Boat Ramp
Upper Township, Cape May County
A. Failure to submit the following documents are mandatory cause for the bid to be
rejected (N.J.S.A. 40A:11-23.2).
Document
Bidders Initials
Form of Bid (B-2 & 3)
Guarantee/Bid Bond
Certificate from Surety Company
Statement of Coporate Ownership (B-5)
Acknowledgement of receipt of any notice(s) or
Revisions(s) or addenda to this advertisement
NJ Business Registration Form (Prime & Subs)
Failure to submit the following documents may be cause for the bid to be rejected
(N.J.S.A. 40A:11-23.1b).
Document
Bidders Initials
Non-Collusion Affidavit (B-4)
Consent of Surety
A Certificate of Authority from Surety
Affirmative Action Requirements (B-9)
Two (2) copies & 1 Electronic Copy of Bid Package
Disclosure of Investment of Activities in Iran (B-10)
Bid Document Submission Checklist
Public Works Contr. Registration (Prime & Subs)
B. Signature: The undersigned hereby acknowledges and has submitted the above
listed requirements.
Name of Bidder:
By Authorized Representative:
Signature:
Print Name & Title:
Date:
B-2
FORM OF BID
FOR RECONSTRUCTION OF BAYVIEW BOAT RAMP, TOWNSHIP OF UPPER, CAPE
MAY COUNTY, NEW JERSEY.
Pursuant to and in compliance with your Advertisement for Bids and the Information for
Bidders relating hereto, the undersigned offers to furnish all labor, plant, materials, supplies,
equipment and other facilities and things necessary and proper for or incidental to the “
RECONSTRUCTION OF BAYVIEW BOAT RAMP, Township of Upper, Cape May County,
N.J.” as required by and in strict accordance with the applicable provisions of the Specifications
and all addenda issued by the owner and mailed to the undersigned by certified mail with return
receipt requested prior to the date of opening of bids, whether received by the undersigned or
not for the following unit prices.
ITEM
ESTIMATED
UNIT
NO.
DESCRIPTION
UNITS QUANTITY
PRICE
AMOUNT
1
Construction Layout
LS
1
$
$
2
Mobilization
LS
1
$
$
3
Clearing Site
LS
1
$
$
4
Wet Excavation
CY
600
$
$
5
Roadway Excavation
CY
475
$
$
6
Dense Graded Aggregate Base Course, 6"
Thick
SY
1470
$
$
7
HMA 19M64, Base Course 4" Th
Ton
350
$
$
8
HMA 9.5M64, Surface Course, 1 1/2" Th
Ton
140
$
$
9
Inlet, Type E
Unit
3
$
$
10
12" Ductile Iron Pipe
LF
70
$
$
11
8"x16" Concrete Vertical Curb
LF
675
$
$
12
Concrete Sidewalk, 4" Thick
SY
205
$
$
13
Concrete Driveway, 6" Thick
SY
30
$
$
14
Rock Backfill
Ton
200
$
$
15
Concrete Cable Mat
SF
1200
$
$
16
Sand
CY
400
$
$
17
Living Shoreline Plantings
LS
1
$
$
18
Piling
Unit
5
$
$
19
Bulkhead, 10’ Long Sheet
LF
201
$
$
20
Topsoiling
SY
177
$
$
21
Fertilizing & Seeding, Type A-3
SY
177
$
$
22
Fiber Mulching
SY
177
$
$
Total Amount Bid, Items 1 to 22 inclusive…………………………
$
B-3
FORM OF BID (Cont’d)
If written notice of the acceptance of this Bid is mailed, telegraphed or delivered to the
undersigned within thirty (30) days after the date of opening of bids, or any time thereafter
before the bid is withdrawn, the undersigned will within eight (8) days after the date of such
mailing, telegraphing, or delivering of such notice, execute, and deliver a contract in the form of
Contract attached to the information for Bidders.
The undersigned hereby designates as his office to which such notice of acceptance may be
mailed, telegraphed, or delivered.
This bid may be withdrawn at any time prior to the scheduled time for the opening of bids or
any authorized postponement thereof.
DATED
BY
ADDRESS
* Insert Bidder’s name. If a corporation, give State of incorporation using the phrase “a
corporation organized under the laws of
.”
If a partnership, give name of partners, using also the phrase “Co-partners trading and doing
business under the firm name and style
.”
If an individual using a trade name, give individual name, using also the phrase “an individual
doing business under the name and style of
.”
B-4
NON-COLLUSION AFFIDAVIT
STATE OF NEW JERSEY
COUNTY
ss.
I
of
the Township of
in the County of
and the State of
of full age, being duly sworn
according to law on my oath depose and say that:
I am
of the firm of
the bidder making the Proposal for the above named project, and that I executed the said
Proposal with full authority so to do; that the said bidder has not, directly or indirectly, entered
into any agreement, participated in any collusion, or otherwise taken any action in restraint of
free, competitive bidding in connection with the above named project; and that all statements
contained in said Proposal and in this affidavit are true and correct, and made with full
knowledge that the State of New Jersey relies upon the truth of the statements contained in said
Proposal and in the statements contained in this affidavit in awarding the contract for the said
project.
I further warrant that no person or selling agency has been employed or retained to solicit or
secure such contract upon an agreement or understanding for a commission, percentage,
brokerage or contingent fee, except bona fide employees or bona fide established commercial or
selling agencies maintained by
(N.J.S.A. 52:34-15)
Subscribed and sworn to
Before me this
day
Of
2016
Contact Name:
email:
Contact Phone:
Fax:
Company Address:
Federal Tax ID No.:
(above information to be typed)
B-5
STATEMENT OF OWNERSHIP
NO BID WILL BE CONSIDERED UNLESS THIS FORM IS COMPLETED AND IS
SUBMITTED WITH THE BID. THE LAWS OF NEW JERSEY (N.J.S.A. 52:25-24.2)
PROHIBIT THE AWARD OF A CONTRACT IF YOU FAIL TO COMPLY WITH THIS
REQUIREMENTS.
[ ]
CHECK THIS BOX if the bidder is a business owned by one person, and is not a
corporation or partnership. Insert name and address of owner below at (A).
[ ]
CHECK THIS BOX if the bidder is a partnership owned by two or more persons, and is
not a corporation. Insert name and address of each owner of 10% or more interest in the
partnership below at (A), (B), etc.
[ ]
CHECK THIS BOX if the bidder is a corporation. Insert name and address of each
owner of 10% or more of the corporate stock below at (A), (B), etc., and give the state of
incorporation.
PERCENTAGE
OF OWNERSHIP
A.
NAME
ADDRESS
B
NAME
ADDRESS
C
NAME
ADDRESS
D
NAME
ADDRESS
E
NAME
ADDRESS
INCORPORATED IN THE STATE
SIGNED
OF
TITLE
B-6
EQUIPMENT CERTIFICATION
INSTRUCTION FOR COMPLETING THE EQUIPMENT CERTIFICATION
If the Bidder owns, leases, or controls all the necessary equipment required, he shall complete
Part 1. Should the Bidder not own, lease, or control the necessary equipment, he shall provide
documentation of how Bidder will complete the project. This certification must be attached to
and submitted with the Proposal.
Part 1
“This is to certify that I, the Bidder signing the attached Proposal, own, lease or control all the
necessary equipment required to accomplish the work shown and described on the Contract
Drawings and in the Contract Specifications.”
Date
Signature of Owner or Controller
of Equipment
Name of Bidder
Signature of Owner or Controller
of Equipment
List of Equipment
(Attach Additional Sheets as Required)
B-7
STATEMENT OF RESPONSIBILITY
Previous work of similar nature completed within the past five years. (List three)
(Projects performed for government agencies other than in Upper Township)
1.
Town or Utility
Phone No.
Township or Utility Business Address
Type of Work
Contract Price $
Extra Work Required $
Approx. Date of
Approx. Date of
Contract Award
Completion
Name, Address, & Phone No. of Town’s or Utility’s Engineer or Superintendent
2.
Town or Utility
Phone No.
Town or Utility Business Address
Type of Work
Contract Price $
Extra Work Required $
Approx. Date of
Approx. Date of
Contract Award
Completion
Name, Address, & Phone No. of Town’s or Utility’s Engineer or Superintendent
3.
Town or Utility
Phone No.
Town or Utility Business Address
Type of Work
Contract Price $
Extra Work Required $
Approx. Date of
Approx. Date of
Contract Award
Completion
Name, Address, & Phone No. of Town’s or Utility’s Engineer or Superintendent
B-8
List approximate volume of work of similar nature completed within the past five years.
$
List of Equipment required for this job which you now own
General Business References (List two or three)
Name
Occupation
Business Address
Phone No.
A.
B.
C.
Bank Reference
Name
Occupation
Business Address
Phone No.
Number of Permanently Employed Persons in your Organization
It is understood and agreed that the execution of this statement of responsibility is made solely
at the risk, cost, and expense of the marker; is given in consideration of the agreement of the
Township of Upper to make available to the maker the plans and contract documents for
bidding purposes, and no rights, causes or claims at law or inequity shall arise on behalf of the
maker against the township of Upper for any use made thereof by the Township of Upper
including the refusal to the maker of the right to bid on said work.
By
Date
Title
B-9
AFFIRMATIVE ACTION REQUIREMENTS
Construction Contracts
“Bidder is required to comply with the requirements of N.J.S.A. 10:5-31 et. Seq. and N.J.A.C.
17:27.
1. All successful contractor(s) must submit, to the agencies named below, after notification
of award but prior to the singing of the contact an Initial Project Workforce Report
(Forma AA201) for any contract award that meets or exceeds the Township of Upper
bidding threshold.
2. The Successful contractor(s) must submit the appropriate copies of the Initial Project
Workforce Report (Form AA201) to the Division of Contract Compliance and the
appropriate copy to the Township of Upper.
3. The successful contractor(s) must submit a copy of the Monthly Workforce Report
(Form AA202) once a month thereafter for the duration of this contract o the Division
and the Township of Upper’s Compliance Officer.
The undersigned certifies that he/she is answer of this commitment to comply with the
requirements of N.J.A.C. 10:5-31 et. Seq. and N.J.A.C. 17:27 and agrees to furnish the required
forms of evidence.
The undersigned further understands that his/her bid may be rejected as non-responsive if the
requirements of N.J.S.A. 10:5-31 et. Seq. and N.J.A.C. 17:27.
Subscribed and sworn to before me this
Signature
Day of
, 2016
Title
Notary Public of
My Commission expires:
Seal:
B-10
DISCLOSURE OF INVESTMENT ACTIVITIES IN IRAN
Pursuant to Public Law 2012, c. 25, any person or entity that submits a bid or proposal or otherwise proposes to
enter into or renew a contract must complete the certification below to attest, under penalty of perjury, that
the person or entity, or one of the person or entity's parents, subsidiaries, or affiliates, is not identified on a list
created and maintained by the Department of the Treasury as a person or entity engaging in investment
activities in Iran. If the Department of Treasury finds a person or entity to be in violation of the principles which
are the subject of this law, the Department of Treasury shall take action as may be appropriate and 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 person or entity. You can view this list
on: http://www.state.nj.us/treasury/purchase/pdf/Chapter25List.pdf
I certify, pursuant to Public Law 2012, c. 25, that the person or entity listed below for which I am
authorized to bid:
is not providing goods or services of $20,000,000 or more in the energy sector of Iran, including a person or
entity that provides oil or liquefied natural gas tankers, or products used to construct or maintain pipelines used
to transport oil or liquefied natural gas, for the energy sector of Iran, AND
is not a financial institution that extends $20,000,000 or more in credit to another person or entity, for 45 days or
more, if that person or entity will use the credit to provide goods or services in the energy sector in Iran.
In the event that a person or entity is unable to make the above certification because it or one of its parents,
subsidiaries, or affiliates has engaged in the above-referenced activities, a detailed, accurate and precise
description of the activities must be provided below to the Township of Upper under penalty of perjury.
PLEASE PROVIDE FURTHER INFORMATION RELATED TO INVESTMENT ACTIVITIES IN IRAN
You must provide a detailed, accurate and precise description of the activities of the bidding person/entity, or
one of its parents, subsidiaries or affiliates, engaging in the investment activities in Iran outlined above by
completing the boxes below.
PROVIDE INFORMATION RELATIVE TO THE ABOVE QUESTIONS. PLEASE PROVIDE THOROUGH ANSWERS TO
EACH QUESTION. IF YOU NEED TO MAKE ADDITIONAL ENTRIES, USE ADDITIONAL PAGES
Name:
Relationship to
Bidder/Vendor:
Description of Activities:
Duration of Engagement
Bidder/Vendor
Contact Name:
Contact Phone Number:
Certification: I, being duly sworn upon my oath, hereby represent and state that the foregoing information and
any attachments thereto to the best of my knowledge are true and complete. I attest that I am authorized to
execute this certification on behalf of the below-referenced person or entity. I acknowledge that the Township of
Upper 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 contracts with the Township to notify the
Township 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 agreements(s) with the Township of Upper and that the Township at its option may declare
contract(s) resulting from this certification void and unenforceable.
Full Name (Print)_______________________________
Signature____________________________________
Title___________________________Date____________________Bidder/Vendor__________________
CONTRACT PACKAGE
C-1
CONTRACT
This agreement made the
day of
in the year of
our Lord
, between the
Township of Upper, Cape May County, New Jersey, party of the first part, and
, and party of the second part.
WITNESSETH, That the said party of the second part, for and in consideration
of the payments hereinafter specified and agreed to be made by the Party of the first part,
hereby covenants and agrees to furnish and deliver all materials, to do and perform all
work and labor required to be furnished and delivered, done and performed in and about
the
In strict conformity with the plans and specifications hereto annexed, and which said
plans and specifications are hereby made part of this agreement as fully and with the
same effect as if the same had been set forth at length in the body of this agreement.
The party of the second part agrees to make payment of all proper charges for
labor and materials required in the aforementioned work, and indemnify and save
harmless the party of the first part, its officers, agents and servants and each and every
one of them, against all damages to which the said party of the first part or any of its
officers, agents or servants may be put, by reason of the injury to the person or property
of others resulting from carelessness in the performance of said work, or through the
negligence of the said party of the second part, or through any improper or defective
machinery, implements or appliances used by the said party of the second part in the
aforesaid work, or through any act or omission on the part of the said party of the seconds
part, or his agent or agents.
In consideration of the premises the party of the first part agrees to pay to the
party of the second part for said work, when completed in accordance with said plans and
specifications, the sum of
Dollars
($
), payments to be made as provided in said specifications upon
presentation of the proper certificates of the Engineer and upon the terms set forth in the
annexed specifications.
This contract is to be binding upon the party of the first part, its successors or
assigns, and upon the party of the second part.
C-2
IN WITNESS WHEREOF, the said party of the first part has caused this
instrument to be signed by its Presiding Officer, attested by its Secretary, and its
corporate seal to be hereto affixed, pursuant to a resolution of said party of the first part
passed for the purpose, and the said part of the second part has set hand and seal the day
and the year first above written.
Richard Palombo, Mayor
(SEAL)
Attest:
Barbara L. Young
Township Clerk
Signed, sealed, and delivered in the
Presence of
Contractor
C-3
PERFORMANCE AND
LABOR AND MATERIAL PAYMENT BOND
KNOW ALL MEN BY THESE PRESENTS, that we, the undersigned,
of
,
a corporation of the State of
as Obligee, in the
penal sum of
dollars
($
) for the payment of which, well and truly to be made administrators,
successors, and assigns.
THE CONDITION OF THIS OBLIGATION IS SUCH, that whereas the above
named Principal did on the
day of
, 2016 ,
enter into contract with Obligee for
which contract is made part of this bond the same as though set forth herein:
NOW, if the said principal shall well and faithfully do and perform the things
agreed by the said principal to be done and performed according to the terms of said
contract, and shall pay all lawful claims of subcontractors, materialmen, laborers,
persons, firms or corporations of the labor performed or materials, provisions, provender
or other supplies or teams, fuel, oils, implements or machinery furnished, used or
consumed in the carrying forward, performing or completing of said contract, we
agreement and assenting that this undertaking shall be for the benefit of any
subcontractor, materialman, laborer, person, firm or corporation having a just claim, as
well as for the Obligee herein; 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 hereby stipulates and agrees that no modifications, omissions or
additions in or to the terms of the said Contract or in or to the specifications therefore
shall in any wise affect the obligation of said Surety on its bond.
The bond is given in compliance with the requirements of the statutes of the State
of New Jersey in respect to bonds of contractors on public works, Revised Statutes of the
State of New Jersey, N.J.S.A. 2A:44-143 to 2A:44-147, both inclusive, and liability
hereunder is limited as in said statutes provided.
C-4
Signed, sealed and dated this
day of
, 2016.
PRINCIPAL
WITNESS
TITLE
(Seal)
SURETY
(Seal)
WITNESS
TITLE
Supplementary Specifications
T-1
401.03.03
HMA Courses
This Subsection is replaced by the following:
H.
Air Void Requirements.
Pavement lots are defined as approximately 15,000 square yards of pavement in Surface area. If
pavement lot area is less than 5000 square yards, the Regional District Local Aid Office may waive
the air voids requirements.
The RE will designate an independent testing agency (Laboratory) to perform the quality
assurance sampling, testing and analysis. The Laboratory is required to be accredited by the
AASHTO Accreditation Program (www.amrl.net). The Laboratory’s accreditation must include
AASHTO T 166 and AASHTO T 209.
The Laboratory Technician who performs the quality assurance sampling shall be certified by the
Society of Asphalt Technologists of New Jersey as an Asphalt Plant Technologist, Level 1.
The Laboratory will determine air voids from 5 (Five) 6 inch diameter cores taken from each lot in
random locations within the traveled way and at least one core in each travel lane. The
Laboratory will determine air voids of cores from the values for the maximum specific gravity of
the mix and the bulk specific gravity of the core. The Laboratory will determine the maximum
specific gravity of the mix according to NJDOT B-3 and AASHTO T 209, except that minimum
sample size may be waived in order to use a 6-inch diameter core sample. The Laboratory will
determine the bulk specific gravity of the compacted mixture by testing each core according to
AASHTO T 166.
The Laboratory will calculate the in-place air voids of each completed lot outside
the acceptable range of 2 percent air voids to 8 percent air voids.
The RE will assess a reduction in lot due to nonconformance to air voids
according to the Table 401.03.03-3.
Table 401.03.03-3 Reduction for Nonconformance to Air Voids Requirements
Lot Average Air Void Value
(Five Samples)
Reduction Per Lot
(Percent of Lot)
0.0 to 1.9
10
2.0 to 8.0
0
8.1 to 9.0
5
9.1 to 10.0
15
10.1 to 12.0
30
Over 12.0
Remove & Replace
If the average air voids for the lot is greater than 12.0 percent, remove and replace the lot. The
replacement work is subject to the same requirements as the initial work.
401.03.03
I THICKNESS REQUIREMENTS
THIS SUBSECTION IS REPLACED BY THE FOLLOWING:
T-2
I.
Thickness Requirements.
Thickness requirements will apply when full-depth, uniform-thickness HMA
pavement construction is shown.
Pavement lots are defined as approximately 15,000 square yards of pavement area. The
Engineer will not include areas consisting of different HMA mixtures or thicknesses in the same
lot. If thickness lot area is less than 5000 square yards, the Regional District Local Aid Office may
waive the thickness requirements.
The RE will designate an independent testing agency (Laboratory) to perform the quality
assurance sampling, testing and analysis. The Laboratory is required to be accredited by the
AASHTO Accreditation Program (www.amrl.net). The Laboratory’s accreditation must include
AASHTO T 166 and AASHTO T 209.
The Laboratory Technician who performs the quality assurance sampling shall be certified by the
Society of Asphalt Technologists of New Jersey as an Asphalt Plant Technologist, Level 1.
The Laboratory will test for thickness using the full-depth cores taken for surface
course air voids, evaluated according to NJDOT B-4. The Laboratory will base
acceptance on total thickness and thickness of the surface course.
1.
Total Thickness. The Laboratory will calculate the percent defective (PD) as the percentage of
the lot that is less than the design thickness. The Department will base total thickness
acceptance on the percentage of the lot estimated to fall below the specified thickness as
follows:
a.
Sample Mean ( X ) and Standard Deviation (S) of the N Test Results (X1, X2,..., XN).
(
)
(
)
(
)
1
...
2
2
2
2
1
−
−
+
+
−
+
−
=
N
X
X
X
X
X
X
S
N
b.
Quality Index (QI).
QL = ( X − Tdes)/S, and Tdes is the design thickness.
c.
Percent Defective (PD). Using NJDOT ST for the appropriate sample size, determine the
percentage of material (PD) falling below the design thickness associated with QL (lower
limit).
d.
Reduction in Payment. The Department will determine the reduction in payment based
on the quantity of the surface course multiplied by the percent reduction in payment
from Table 401.03.03-5.
Table 401.03.03-5 Reduction in Payment for Nonconformance to Requirements for Total
Thickness
Percent Defective
Percent Reduction
0 to 25.0
0
25.1 to 30.0
2
30.1 to 35.0
5
35.1 to 40.0
10
40.1 to 45.0
20
(
)
N
X
X
X
X
N
+
+
+
=
...
2
1
T-3
Over 45.0
Remove & Replace
e.
Removal and Replacement. If the lot PD ≥ 45, remove and replace, or mill and overlay,
the lot. The replacement work is subject to the same requirements as the initial work.
2.
Surface Course Thickness. The Laboratory will evaluate the surface course solely to determine
whether a remove-and-replace or an overlay condition exists, not for pay adjustment. The
Laboratory will calculate the percent defective (PD) as the percentage of the lot that is less than
the allowable thickness for the nominal maximum aggregate used in the surface course. The
Laboratory will accept pavement lots with PD ≤ 25 and will reject pavement lots with PD > 25.
The Laboratory will base surface thickness acceptance on the percentage of the lot estimated
to fall below the allowable thickness as follows:
a.
Sample Mean ( X ) and Standard Deviation (S) of the N Test Results (X1, X2,..., XN).
Calculate using the formula as specified in 401.03.03.I.1.
b.
Quality Index (Q).
QL = ( X – Tall)/S, where Tall is the minimum allowable thickness from Table 401.03.03-6.
Table 401.03.03-6 Surface Course Thickness Requirements
HMA Mix Design Size
Designation
Minimum Allowable Compacted Lift Thickness
(Tall)
4.75 MM
0.75 inch
9.5 MM
1.00 inch
12.5 MM
1.25 inches
19 MM
2.00 inches
c.
Percent Defective. Using NJDOT ST for the appropriate sample size, determine the
percentage of material (PD) falling below the allowable thickness associated with QL
(lower limit).
d.
Removal and Replacement. If the surface course fails to meet the acceptance
requirement with a PD ≤ 25, the Department will require removal and replacement of the
lot. The replacement work is subject to the same requirements as the initial work.
Replace 401.03.03.J with the following:
J.
Ride Quality Requirements. The Department may evaluate the HMA surface
course placed in travel lanes using the International Roughness Index (IRI)
according to ASTM E 1926. Other areas will be tested with a ten foot straight
edge. The Department will use the measured IRI and straight edge to
compute pay adjustment (PA). The PA will be negative for defective work.
The RE will designate an independent testing agency to perform the ride
quality testing and analysis. The testing agency is required to comply with
certification requirements according to NJDOT R-1.
The Department will calculate the Pay Adjustment (PA) as specified in Table 401.03.03-7 and
will base PA on lots of 0.01mile length for each travel lane.
1. Smoothness Measurement.
T-4
The testing agency will test the longitudinal profile of the HMA surface
course for ride quality with a Class 1 Inertial Profiling System according to
AASHTO MP 11 approved according to AASHTO PP 49.
The testing agency will test the full extent of the pavement in the
direction of travel in each wheel path. The single IRI value reported for
each 0.01-mile lot of pavement is the average of 3 runs.
2. Other Areas.
In addition to the above, a 10-foot straightedge shall be used for the
following areas: transverse profile of the finished riding surface,
longitudinal and transverse profile of shoulders and ramps, utility
hardware, drainage inlets and manholes, and any other areas so
designated in the Special Provisions. Any areas that have more than a
1/4-inch deviation between any two contact points of the straightedge
shall be corrected by the Contractor using infrared heating to rework the
material in a manner approved by the Engineer. Following correction,
the area will be retested to verify compliance, each individual non-
complying location will be assessed $250 negative PA.
3. Control Testing.
Perform control testing during HMA placement to ensure compliance
with the ride quality requirements specified in Table 401.03.03-7.
4. Preparation for IRI Testing.
Provide the necessary traffic control when the testing agency performs
IRI testing. Perform required mechanical sweeping of the surface course
before IRI testing. To facilitate auto triggering on laser profilers, place a
single line of preformed traffic marking tape perpendicular to the
roadway baseline 300 feet before the beginning of each lane to be
tested.
5. Acceptance.
The Engineer will determine acceptance and make payment adjustments
based on the following:
i.
Pay Adjustment.
The pay equations in Table 401.03.03-7 express the pay adjustment
in dollars per lot of 0.01 mile. For lots of any other length, the
Engineer will scale the pay adjustment up or down in proportion to
the actual length of the lot. IRI numbers are in inches per mile.
Table 401.03.03-7 Pay Equations for IRI Ride Quality for 0.01 Mile
Local Roadways with
Posted Speed ≥ 45 MPH
IRI ≤ 100
PA = $0
100 < IRI ≤ 170
PA = (IRI − 100) × (− $1.43)
T-5
IRI > 170
Remove & Replace
Local Roadways with
Posted Speed < 45 MPH
IRI ≤ 120
PA = $0
120 < IRI ≤ 220
PA = (IRI − 120) × (− $1.00)
IRI > 220
Remove & Replace
ii.
Retest provision.
After testing, if the IRI exceeds the Remove and Replace value
(RRV) in Table 401.03.03-7, the testing agency will retest the lot.
The testing agency will average the IRI values from the initial test
and the retest to determine the final result.
iii.
Removal and Replacement.
If the average IRI is greater than the RRV after a retest is
performed, remove and replace the lot. Any replacement work is
subject to the same requirements as the initial work. If only a
small percentage (less than 8 percent) of paving lots falls under
the RRV, the RE may allow the Contractor to submit a plan for
corrective action. If the Contractor’s plan for corrective action is
not approved, the RE may require removal and replacement, or
may allow the lot to remain in place and the lot will be subject to
the pay adjustment as computed in Table 401.03.03-7. If the
Contractor’s plan for corrective action is approved and the lot is
reworked, the testing agency will test and evaluate it as a new lot
that must meet the same requirements as the initial work.
401.04 MEASUREMENT AND PAYMENT
The following is added:
The Owner will not make separate payment for Tack Coat but it will be included in the cost of
Hot Mix Asphalt 12.5M64 Surface Course, 1 ½” Thick.
The Owner will make a payment adjustment for HMA air void quality by the following formula:
Pay Adjustment = Q x BP x PPA
Where:
BP = Bid Price
Q= Air Void Lot Quantity
PPA= air void PPA as specified in 401.03.03H.
The Department will make a payment adjustment for HMA thickness quality by the following
formula:
Pay Adjustment = Q x BP x PPA
Where:
BP = Bid Price
T-6
Q= Thickness Lot Quantity
PPA= thickness PPA as specified in 401.03.03I.
The Department will make a payment adjustment for HMA ride quality, as specified in
401.03.03J.
The Owner will not make separate payment for Tack Coat but it will be included in the
cost of
603.02.01 MATERIALS
The following is added:
Rock backfill shall utilize Coarse Aggregate (No. 57) in accordance with 901.03.
902.02.03 MIX DESIGN
THE FOLLOWING IS ADDED TO THE FIRST PARAGRAPH:
UNLESS OTHERWISE APPROVED BY THE ENGINEER, ONLY ONE SOURCE OF
SUPPLY FOR HOT MIX ASPHALT SURFACE COURSE MAY BE USED ON THE
PROJECT.
902.02.04 SAMPLING AND TESTING (ALTERNATE)
THE SECOND PARAGRAPH IS CHANGED TO:
THE PRODUCER’S QUALITY CONTROL TECHNICIAN SHALL BE PRESENT DURING
PERIODS OF MIX PRODUCTION FOR THE SOLE PURPOSE OF PERFORMING
QUALITY CONTROL AND ACCEPTANCE TESTING. THE QUALITY CONTROL
TECHNICIAN SHALL BE CERTIFIED AS AN ASPHALT PLANT TECHNICIAN, LEVEL 2
BY THE SOCIETY OF ASPHALT TECHNICIANS OF NEW JERSEY. THE QUALITY
CONTROL
TECHNICIAN
WILL
PERFORM
ALL
REQUIRED
VOLUMETRIC
ACCEPTANCE TESTING AND QUALITY CONTROL COMPOSITION TESTING. THE
TEST RESULTS WILL BE SUBMITTED TO THE ENGINEER ON A DAILY BASIS ALONG
WITH A CERTIFICATION OF COMPLIANCE.
THE FOLLOWING IS ADDED TO 902.02.04:
F.
REQUIREMENTS FOR LABORATORY PERFORMING QUALITY
ASSURANCE TESTING
ANY INDEPENDENT TESTING AGENCY AND/OR LABORATORY PERFORMING THE
SERVICES NECESSARY FOR QUALITY ASSURANCE SAMPLING, TESTING AND/OR
ANALYSIS SHALL BE ACCREDITED BY THE AASHTO ACCREDITATION PROGRAM.
ALONG WITH THE TEST RESULTS SUBMITTED TO THE ENGINEER, THE
LABORATORY SHALL ALSO SUBMIT THE TESTING WORKSHEETS SHOWING THE
TEST METHODS USED, INCLUDING THE CALCULATIONS. ALL RESULTS WILL BE
COMPARED TO THE QUALITY CONTROL TEST RESULTS FOR THE PROJECT.
T-7
THE TECHNICIAN WHO PERFORMS THE QUALITY ASSURANCE TESTING FOR THE
TESTING AGENCY AND/OR LABORATORY SHALL BE CERTIFIED BY THE SOCIETY
ASPHALT TECHNOLOGISTS OF NEW JERSEY, INC. AS AN ASPHALT PLANT
TECHNOLOGIST, LEVEL 2.
ALL TESTING AGENCIES AND/OR LABORATORIES MUST BE IN POSSESSION OF A
CERTIFICATE
OF
ACCREDITATION
FROM
THE
AASHTO
ACCREDITATION
PROGRAM IN ORDER TO PROVIDE THE REQUIRED SERVICES. THE CERTIFICATE
OF ACCREDITATION (ON WWW.NIST.GOV/AMRL) SHALL BE FOR, AT LEAST, THE
FOLLOWING TEST METHODS:
AASHTO T30 - MECHANICAL ANALYSIS OF EXTRACTED AGGREGATE.
AASHTO T164 - QUANTITATIVE EXTRACTION OF BITUMEN FROM
BITUMINOUS PAVING MIXTURES OR AASHTO T308 - DETERMINING THE
ASPHALT BINDER CONTENT OF HOT MIX ASPHALT (HMA) BY THE IGNITION
METHOD.
AASHTO T166 - BULK SPECIFIC GRAVITY OF COMPACTED BITUMINOUS
MIXTURES.
AASHTO T209 - MAXIMUM SPECIFIC GRAVITY OF BITUMINOUS.
G.
QUALITY ASSURANCE SAMPLING AND TESTING
FOR QUALITY ASSURANCE PURPOSES THE AGENCY MAY TAKE 8-INCH DIAMETER
CORES FROM THE ROADWAY FOR CONFIRMATION OF THE QUALITY CONTROL
COMPOSITION RESULTS. THE TESTING WILL BE PERFORMED BY AN
INDEPENDENT TESTING AGENCY AND/OR LABORATORY.
CONFIRMATION OF THE QUALITY CONTROL COMPOSITION RESULTS SHALL BE
DETERMINED ON THE BASIS OF THE AVERAGE OF FIVE 8-INCH DIAMETER
DRILLED CORES TAKEN FROM RANDOM LOCATIONS IN A LOT. A LOT SHOULD BE
A MAXIMUM OF 10,000 SQUARE YARDS IN AREA AND WILL APPLY TO ALL
PROJECTS WHETHER THE PROJECT PAYMENT QUANTITIES FOR HOT MIX
ASPHALT SURFACE COURSE, HOT MIX ASPHALT INTERMEDIATE COURSE OR HOT
MIX ASPHALT BASE COURSE ARE MEASURED ON A SQUARE YARD OR TON BASIS.
WHEN A DRILL FAILS TO PROCURE A WHOLE CORE, THE DRILL SHALL BE MOVED
A DISTANCE OF NOT MORE THAN 5 FEET AND AN ALTERNATE CORE OBTAINED.
WHEN A PROJECT INVOLVES THE IMPROVEMENT OF SEVERAL INDIVIDUAL
STREETS, OR SEVERAL SECTIONS OF THE SAME STREET, THE LOT SHALL BE
DETERMINED BY THE AREA OF EACH STREET AND IF LESS THAN THE REQUIRED
LOT AREA, THE NEXT STREET OR SECTION PAVED SHALL BE ADDED TO
COMPLETE THE APPROXIMATE AREA OF THE LOT. ALL LOTS SHALL BE
APPROXIMATELY EQUAL IN SIZE. THE NUMBER OF LOTS FOR THE PROJECT
SHALL BE BASED ON THE NEXT HIGHER WHOLE NUMBER DERIVED BY DIVIDING
THE TOTAL PAVEMENT SQUARE YARDAGE BY 10,000.
THE AVERAGE OF THE TEST RESULTS FOR THE FIVE SAMPLES OF A LOT SHALL BE
COMPARED TO THE AVERAGE OF THE QUALITY CONTROL TEST RESULTS
REPRESENTATIVE OF THE LOT. THE AVERAGE QUALITY ASSURANCE TEST
T-8
RESULTS SHALL BE WITHIN THE APPLICABLE TOLERANCES OF TABLE 920-7
902.02.04-2 AS COMPARED TO THE QUALITY CONTROL TEST RESULTS. PAYMENT
FOR ANY LOT, WHICH DOES NOT COMPLY, WITH THESE REQUIREMENTS SHALL
BE REDUCED IN ACCORDANCE WITH TABLE 902.02.04-3. THE ENGINEER MAY
ORDER REMOVAL OF ANY LOT SUBJECT TO THE MAXIMUM REDUCTION.
TABLE 902.02.04-2 TOLERANCE from QUALITY CONTROL TEST RESULTS
FOR AVERAGE OF FIVE SAMPLES
SIEVE SIZE
ALL PLANTS
TOLERANCE PERCENTAGE
(Plus or Minus)
No. 8
5.5
No. 200
1.6
Asphalt
0.55
TABLE 902.02.04-3 REDUCTION PER LOT DUE TO NONCONFORMANCE OF
QUALTIY ASSURANCE TESTING AS COMPARED TO THE QUALITY
CONTROL TESTING
DEVIATION OF AVERAGE OF FIVE
QUALITY ASSURANCE SAMPLES AS
COMPARED TO THE REPRESENTATIVE
QUALITY CONTROL SAMPLES BEYOND
APPLICABLE TOLERANCES IN TABLE 920-7
REDUCTION
(PERCENT OF TOLERANCE ABOVE)
PER LOT
1 TO 50
2%
51 TO 100
5%
OVER 100
10%
T-9
The reconstruction of the Bayview Boat Ramp shall include
the following:
•
removing the old bulkhead and piling under clearing
site
•
removing the old boat ramp and rock/ rubble adjacent
to the boat ramp under wet excavation
•
install truline vinyl bulkhead, 10’ long sheets
•
install concrete cable mats, 20’x60’
•
install mooring piling (coordinate with floating dock
contractor)
•
install drainage and concrete curb & sidewalk
•
regrade road and pave with hot mix asphalt
•
backfill area adjacent to boat ramp with clean sand
area beneath the plantings
•
install coir logs and plant the wetland grasses and
upland shrubs
T-10
CONCRETE CABLE MAT
A. Description
Concrete Cable Mat is an articulated concrete block system. This system shall be
made up of 4’ x 16’ or 8’ x 16’ mattresses, which are placed side by side and
clamped together to provide one homogeneous system. The mats are made up of
concrete blocks interconnected by integrally woven stainless steel cables or 20mm
polyester revetment rope, which are poured within each block. The size of the
concrete blocks shall be 15.5” square at the base and 11.5” square at the top face
(a truncated pyramid shape). The blocks shall be poured in the block pans, to
provide closed area within the block. The standard 7 to 8 oz/sy geotextile fabric is
attached to the mat during fabrication. The mats release hydrostatic pressure and
allow vegetation growth around the perimeter of each block. Concrete Cable Mat
shall be manufactured by Bethlehem Precast, 835 North St., Bethlehem, PA 18017
(610-691-1336) or approved equal.
Contractor shall remove existing bulkhead & piling under clearing site and remove
old boat ramp and rock/ruble around boat ramp under wet excavation. Wet
excavation shall remove material to clean sand is encountered or maximum of 2.5’.
Clean bedding stone shall be placed on filter fabric (included in cost of the bedding
stone) to the proper line and grade. Concrete Cable Mat shall be installed on top of
the bedding stone in accordance with the manufacturer’s recommendation.
B. Concrete
The minimum required concrete strength should be 4000 PSI @ 28 days. Air
entrainment of 4% to 7% shall also be added. All ASTM standards will be met in the
production of the concrete. The finished concrete product shall consist of a
minimum density of 140lbs/sf, in an average of 3 units. No individual block shall
consist of a minimum concrete density lower than 135 lbs/sf.
C. Cables 0r Polyester Revetment cable (see cable or polyester specs)
The cables shall be made of stainless steel aircraft cable of type 302 or 304,
depending on the specific use and conditions of the project. The cable shall be of
type 1 x 19 construction. Cables shall be integral (poured into) to the concrete
block, and shall traverse through each block in both longitudinal & lateral directions
of the mat system. Polyester rope may be substituted for stainless steel cable in
design, but UV degradation protection must be maintained. The rope mats must be
covered with rock or topsoil and vegetated. This cover will provide UV degradation
protection.
D. Geotextile
The geotextile used is to be specified by the governing project engineer. The
standard geotextile material used on non-specific projects is a 7 to 8-oz, needle
punched non-woven fabric. The geotextile extends out two feet on three sides of the
T-11
mat. This allows placement in a shingled affect to prevent water getting under the
system.
E. Clamps
Sufficient stainless steel or galvanized wire rope clamps shall be used to secure
loops of adjoining Concrete Cable mats.
The number of loop connections is based on the typical detail sheets (or see the
Guide for the Design and Placement of Concrete Cable Mats). Clamping in field
must follow project layout details to be acceptable. Details available showing the
proper method of clamping.
F. Installation
The supplier shall have a technician experienced in the installation of the Concrete
Cable Mat System available at the start of an installation where the engineer or
contractor have not had experience with the product to assist in any special
techniques needed to assure a proper installation.
The mats shall be laid from the downstream end of project to the upstream end, so
the geotextile joints are shingled to direct flow over the joint and to prevent
undermining. Intimate contact with the subsurface is critical to the systems
performance in the field. The gaps between each mat shall not be greater then 2”,
preferably 1” or the gap must be closed using a grout mixture. The outside edges of
the mat shall be entrenched and buried at least one block into the ground.
Compacted granular fill or grout may be used to fill the entrenched edges.
G. Payment
Payment will be by the square foot of Concrete Cable Mat installed.
I. Test Standards and Specifications
ASTM C31
Practice for Making and Curing Concrete Test Specimens in the Field
ASTM C33
Specifications for Concrete Aggregates
ASTM C39
Compressive Strength of Cylindrical Concrete Specimens
ASTM C42
Obtaining & Testing Drilled Cores and Sawed Beams of Concrete
ASTM C140
Sampling and Test Concrete Masonry Units
ASTM C150
Specification for Portland Cement
ASTM C207
Specification for Hydrated Lime Types
ASTM C595
Specifications for Blended Hydraulic Cements
ASTM C618
Specifications for Fly Ash and Raw or Calcined Natural Pozzolans for
use in Portland Cement Concrete.
ASTM D18.25.04
Specifications for Articulated Concrete Block Systems (In design)
ASTM D698
Laboratory Compaction Characteristics of Soil Using Standard Effort
ASTM D3786
Hydraulic Burst Strength of Knitted Goods and Non-woven Fabrics
T-12
ASTM D4355
Deterioration of Geotextiles from Exposure to Ultraviolet Light and
Water
ASTM D4491
Water Permeability of Geotextiles by Permittivily
ASTM D4533
Trapezoidal Tearing Strength of Geotextiles
ASTM D4632
Breaking Load and Elongation of Geotextiles (Grab Method)
ASTM D4751
Determining Apparent Opening Size of a Geotextile
ASTM D4833
Index Puncture Resistance of Geotextiles, Geomembranes and Relate
Products
ASTM D5101
Measuring the Soil-Geotextiles System Clogging Potential by the
Gradient Ratio
ASTM D5567
Hydraulic Conductivity Ratio Testing of Soil/Geotextile Systems
AASHTO T88
Determining the Grain-size Distribution of Soil
AASHTO M288-96
Standard Specification for Geotextiles
Concrete Cable Mat – Closed Cell Block Specifications.
CC 45
45 lbs. / s.f.
AREA
64 s.f. / 128 s.f.
MAT
WEIGHT
3100 lbs. / 6200
lbs.
BLOCKS/MAT
36 / 72
SPACING @
BASE
0.5 in.
BLOCKS
SPACING @ TOP
4.5 in.
WEIGHT
80.0 lbs.
LENGTH / WIDTH
CABLE
DIAMETER
5/32 in. / 1/8 in.
CONSTRUCTION
1 x 19
BREAKING
STRENGTH
3300 lbs. / 2100
lbs.
T-13
Stainless Steel & Polyester Revetment Cable Specifications for Concrete Cable Mats
1 x 19
PREFORMED STAINLESS STEEL STRAND
NON-FLEXIBLE TYPE 302/304
MILITARY SPECIFICATION
MiI-W-871 61. September 1982 Wire Strand. Non-
Flexible for Aircraft Application Type II. Composition B:
Corrosion-Resistant Steel. Construction Right Lay:
Construction 2 – Left Lay, Superseding Mil-W-5693.
December 1965: Mil-W-6940. August 1969.
COMMERCIAL GRADE Specification
SD 117. Oil Free – Dry Condition
CODE
APPROX.
WEIGHT
100 FT.
IN LBS.
MINIMUM
BREAK
STRENGTH
IN LBS.
PART NUMBER
DIAM
IN INCHES
.55
.55
.85
375
375
500
SF 04719
SC 04719*
SF 06319
3/64
3/64
1/16
.85
1.4
1.4
500
800
800
SC 06319*
SF 07819
SC 07819
1/16
5/64
5/64
2.0
2.0
2.7
1,200
1,200
1,600
SF 09419
SC 09419*
SF 10919
3/32
3/32
7/64
2.7
3.5
3.5
1,600
2,100
2,100
SC 10919
SF 12519
SC 12519
7/64
1/8
1/8
5.5
5.5
7.7
3,300
3,300
4,700
SF 15619
SC 15619*
SF 18819
5/32
5/32
3/16
7.7
10.2
10.2
4700
6300
6300
SC 18819*
SF 21919
SC 21919*
3/16
7/32
7/32
13.5
13.5
17.0
8,200
8,200
10,300
SF 25019
SC 25019*
SF 28119
1/4
1/4
9/32
17.0
21.0
21.0
10,300
12,500
12,500
SC 28119*
SF 31319
SC 31319*
9/32
5/16
5/16
29.4
29.4
41.0
17,500
17,500
22,500
SF 37519
SC 37519*
SC 43819
3/8
3/8
7/16
52.1
67.0
85.5
30,000
36,200
47,000
SC 50019
SC 56319
SC 62519
1/2
9/16
5/8
124.0
51,750
SC 75019
3/4
This is the
cable used to
manufacture
CC-45
T-14
CABLE CLAMP SPECIFICATIONSMALLEABLE WIRE ROPE CLIPS/GALVANIZED
SPECIFICATIONS for CONCRETE CABLE MATS
Right Way
Malleable, galvanized wire rope clips. Standard clips are
designed for maximum holding strength. Heavy duty construction
throughout. For in-between sizes such as 5/32”, 7/32”, etc., use
next size larger clip.
Wire rope clips of the type on this page are not to be used on plastic coated cable
without first stripping off plastic. Wire rope clips must be installed over bare cable
only.
(All Dimensions in Inches Except Nut Sizes)
Part No.
To fit Cable Dia. In.
Cable
Dia.
MM
C
E
F
G-1
&
G-2
H
L
S
Nut
Size
MM
Weight
Per
100
pcs.
CP 7-2 * 1/16-5/64-3/32
2
.55
.55
.44 .28 .094
.71
.39
3
2.2
CP 7-4 * 1/8-5/32
4
.75
.71
.55 .39 .125
.95
.51
4
3.3
CP 7-6 * 3/16-7/32
6
1.10
.87
.71 .55 .197 1.30
.59
6
7.7
CP 7-8 * 1/4-9/32
8
1.38 1.10 .83 .71 .250 1.56
.79
8
17.6
CP 7-10
*
5/16-3/8
10
1.78 1.38 .95 .87 .315 1.97 1.10
10
30.8
Rugged Stainless Steel Saddles with grooved deep recess to hold cable securely.
Stainless Steel U Bolt and Nuts. Use Clips as recommended above
(under Malleable Clips) to give maximum strength.
NOTE: THE NUTS ON THESE CLIPS ARE METRIC SIZES!
Recommended
Part Number
To Fit Cable
Dia
To give
Maximum
Strength
Estimated
Weight Per
100 in
Lbs.
CP 2-4P *
1/8”
2
3.0
CP 2-6P *
3/16”
2
6.0
CP 2-8P *
¼”
3
12.7
CP 2-10P *
5/16”
3
13.2
CP 2-12P*
3/8”
4
20.4
CP 2-14P*
7/16”
4
22.0
CP 2-16P*
½”
4
35.0
T-15
Piling Specifications
Piling shall be nonpolluting material meeting the NJDEP specifications, 30’ long
with minimum 6” tip and 8” butt. Material data sheets or catalog information shall
be submitted with bid package.
Top of pile shall be set at elevation 10.00 NAVD 1988.
T-16
Bulkhead Specifications
Bulkhead used shall be Truline vinyl bulkhead Series 800 as manufactured by
TRULINE LLC, 1415 Panther Lane, Suite 234, Naples, Florida 34109 (239-591-
6234) or approved equal. Sheets shall be 10’ long and be installed as shown on the
plans.
T-17
T-18
Coir Log Installation
1. Final grade should be smooth, free of rocks, sticks, and existing vegetation.
Do not install vegetated coir logs on hard, compacted soil.
2. Logs should maintain solid contact with the soil and be installed in a
manner that minimizes gaps between the bottom of the log and the
underlying substrate.
3. Install logs at the approximate normal water level. Between 1/3 to 2/3 of
the log should be submerged.
4. If installing non-vegetated, pre-drilled logs, install them with the holes on top
for later planting.
5. Drive alternately spaced hardwood stakes into the soil along either side of
the log until the top of the stake is approximately 4” above the log. The
stakes should be between 6 to 8’ long, depending upon application, a
minimum of 1.25” thick, and spaced 2 to 3’ apart..
6. Notch hardwood stakes approximately 4” below the top of the log deep
enough to fit a 3/16” nylon rope. Crisscross the rope over the top of the log.
When complete, drive stakes down until rope is tight against the log. Cut off
excess from stakes so that they are flush with the top of the installed log.
7. If installing multiple logs, install all at the same elevation along the water
line. Couple adjacent logs together with supplemental rope, wire ties, or
cable ties.
8. Supplemental plantings can be installed within the log, on the front and
back sides, if desired.
Shall be paid for under Living Shoreline Plantings (provide 7 – 30’ long logs)
Living Shoreline Planting
Spartina alterniflora (2” plugs) will be installed at 12” centers within the proposed
living shoreline area between elevation -2.41 (MLWL) and elevation 1.47 (MHWL).
Spartina patens (2” plugs) will be installed at 12” centers within the proposed living
shoreline area between elevation 1.47 (MHWL) and 2.25.
Baccharis halimifolia and Iva frutescens (18”-24” – No. 1 containers) will be
installed at 5-foot centers above elevation 2.25.
Plant material shall be obtained from an approved nursery located in the same
hardiness zone as the project site and within a one hundred mile radius of the
project site.
Nursery managers should be given advance notice of site water’s salinity levels (in
PPT) in order for the plants to be acclimated to the proper level prior to shipping and
installation.
T-19
Plant material will be inspected upon arrival at the job site for conformity to these
specifications. Contractor will provide a delivery schedule at least 10 days before
the first day of delivery. Plants will be rejected for heat-stressed, dry, moldy, or
yellow plugs. Plant material must be installed within 3 days of delivery.
Plant Installation
The herbaceous plantings must be installed between April 15th and May 15th.
The woody species may be installed between April 15th and June 15th or between
September 15th and October 15th.
Herbaceous plantings shall be installed by during low tide events and by creating a
hole with a spade or dibble, placing the plants in the hole and firmly packing the soil
around them.
Woody shrubs to be installed by creating a hole with a shovel or gas powered hand
held auger.
Notice
TO ALL PUBLIC WORKS EMPLOYERS:
Please be advised that effective February 18, 1992 Regulation N.J.A.C. 12:60-2.1 and 6.1
of the New Jersey Prevailing Wage Act, N.J.S.A. 34:11-56.25 et seq requires that
certified payroll records must be submitted to the public body for each employee on the
project. The General Contractor is responsible for ensuring that each sub-contractor
submits the certified payroll within ten (10) days of the payment of wages. The public
body shall receive, file and make available for inspection during normal business hours
the certified payroll records.
A copy of the certified payroll form may be obtained by contacting the New Jersey
Department of Labor, Division of Workplace Standards, Public Contracts Section, CN
389, Trenton, NJ 08625-0389, telephone (609) 292-2259.
Contractor Registration Advertisement
Public Works Projects
A new law, known as “The Public Works Contractor Registration Act” (P.L. 1999,
c.238), will become effective April 11, 2000. Under the Act, no contractor/subcontractor
will be permitted to bid on or engage in any contract for public work, as defined in
section 2 of P.L. 1963, c. 150 (C.34:11-56.26), unless that contractor/subcontractor is
registered with the New Jersey Department of Labor. The Act provides that upon
registration with the Department, a public works contractor/subcontractor will be issued a
certificate by the Department indicating compliance with the Act’s requirements. The
registration fee has been set at $300 per year. Upon the effective maintenance shall be
regarded as active date of the Act, public bodies will be expected to request production of
such a certificate from those bidding on or engaging in public works projects.
It is important to note that the term “contractor,” is defined in the Act as, “a person,
partnership, association, joint stock company, trust, corporation or other legal business
entity or successor thereof who enter into a contract which is subject to the provision of
the “New Jersey Prevailing Wage Act,” P.L. 1963, c.150 (C.34:11-56.25, et seq.) for the
construction, reconstruction, demolition, alternation, repair or maintenance of a public
building regularly open to and used by the general public or a public institution, and
includes any subcontractor or lower tier subcontractor as defined herein, except that, for
the purposes of the act, no pumping station, treatment plant or other facility associated
with utility and environmental construction, reconstruction, demolition, alteration, repair
or maintenance shall be regarded as a public building regularly open to and used by the
general public or a public institution.”
Registration forms, copies of the Act, and other relevant information will be available
January 2000. To be placed on our mailing list please contact:
Contractor Registration Unit
New Jersey Department of Labor
Division of Wage & Hour Compliance
PO Box 389
Trenton, NJ 08625-0389
Telephone: (609) 292-9464
Fax: (609) 633-8591
Email: contreg@dol.state.nj.us
EXHIBIT A
AMERICANS WITH DISABILITIES ACT OF 1990
Equal Opportunity for Individuals with Disability
The contractor and the _____________ of _______________, (hereafter “owner”) do hereby
agree that the provisions of Title 11 of the Americans With Disabilities Act of 1990 (the "Act") (42
U.S.C. S121 01 et seq.), which prohibits discrimination on the basis of disability by public entities
in all services, programs, and activities provided or made available by public entities, and the
rules and regulations promulgated pursuant there unto, are made a part of this contract. In
providing any aid, benefit, or service on behalf of the owner pursuant to this contract, the
contractor agrees that the performance shall be in strict compliance with the Act. In the event that
the contractor, its agents, servants, employees, or subcontractors violate or are alleged to have
violated the Act during the performance of this contract, the contractor shall defend the owner in
any action or administrative proceeding commenced pursuant to this Act. The contractor shall
indemnify, protect, and save harmless the owner, its agents, servants, and employees from and
against any and all suits, claims, losses, demands, or damages, of whatever kind or nature
arising out of or claimed to arise out of the alleged violation. The contractor shall, at its own
expense, appear, defend, and pay any and all charges for legal services and any and all costs
and other expenses arising from such action or administrative proceeding or incurred in
connection therewith. In any and all complaints brought pursuant to the owner’s grievance
procedure, the contractor agrees to abide by any decision of the owner which is rendered
pursuant to said grievance procedure. If any action or administrative proceeding results in an
award of damages against the owner, or if the owner incurs any expense to cure a violation of the
ADA which has been brought pursuant to its grievance procedure, the contractor shall satisfy and
discharge the same at its own expense.
The owner shall, as soon as practicable after a claim has been made against it, give written
notice thereof to the contractor along with full and complete particulars of the claim, If any action
or administrative proceeding is brought against the owner or any of its agents, servants, and
employees, the owner shall expeditiously forward or have forwarded to the contractor every
demand, complaint, notice, summons, pleading, or other process received by the owner or its
representatives.
It is expressly agreed and understood that any approval by the owner of the services provided by
the contractor pursuant to this contract will not relieve the contractor of the obligation to comply
with the Act and to defend, indemnify, protect, and save harmless the owner pursuant to this
paragraph.
It is further agreed and understood that the owner assumes no obligation to indemnify or save
harmless the contractor, its agents, servants, employees and subcontractors for any claim which
may arise out of their performance of this Agreement. Furthermore, the contractor expressly
understands and agrees that the provisions of this indemnification clause shall in no way limit the
contractor’s obligations assumed in this Agreement, nor shall they be construed to relieve the
contractor from any liability, nor preclude the owner from taking any other actions available to it
under any other provisions of the Agreement or otherwise at law.
(REVISED 9/07)
EXHIBIT B
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
CONSTRUCTION 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,
effectional or sexual orientation, gender identity or expression, disability, nationality or sex.
Except with respect to affectional or sexual orientation and gender identity or expression, the
contractor will take affirmative action to ensure that such applicants are recruited and employed,
and that employees are treated during employment, without regard to their age, race, creed,
color, national origin, ancestry, marital status, affectional or sexual orientation, gender identity or
expression, disability, nationality or sex. Such action shall include, but not be limited to the
following: employment, up-grading, demotion, or transfer; recruitment or recruitment advertising;
layoff or termination; rates of pay or other forms of compensation; and selection for training,
including apprenticeship. The contractor agrees to post in conspicuous places, available to
employees and applicants for employment, notices to be provided by the Public Agency
Compliance Officer setting forth provisions of this nondiscrimination clause.
The contractor or subcontractor, where applicable will, in all solicitations or advertisements for employees
placed by or on behalf of the contractor, state that all qualified applicants will receive consideration for
employment without regard to age, race, creed, color, national origin, ancestry, marital status, affectional
or sexual orientation, gender identity or expression, disability, nationality or sex.
The contractor or subcontractor, where applicable, will send to each labor union or representative
of workers with which it has a collective bargaining agreement or other contract or understanding,
a notice, to be provided by the agency contracting officer advising the labor union or workers'
representative of the contractor's commitments under this act and shall post copies of the notice
in conspicuous places available to employees and applicants for employment.
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.
When hiring or scheduling workers in each construction trade, the contractor or subcontractor
agrees to make good faith efforts to employ minority and women workers in each construction
trade consistent with the applicable employment goal prescribed by N.J.A.C. l7:27-7.3; provided,
however, that the Division may, in its discretion, exempt a contractor or subcontractor from
compliance with the good faith procedures prescribed by the following provisions, A, B and C, as
long as the Division is satisfied that the contractor or subcontractor is employing workers provided
by a union which provides evidence, in accordance with standards prescribed by the Division,
that its percentage of active "card carrying" members who are minority and women workers is
equal to or greater than the applicable employment goal established in accordance with N.J.A.C.
l7:27-7.3. The contractor or subcontractor agrees that a good faith effort shall include compliance
with the following procedures:
(A)
If the contractor or subcontractor has a referral agreement or arrangement with
a union for a construction trade, the contractor or subcontractor shall, within three business days
of the
contract award, seek assurances from the union that it will cooperate with the
contractor or subcontractor as it fulfills its affirmative action obligations under this contract and in
accordance with the rules promulgated by the Treasurer pursuant to N.J.S.A. 10:5-31 et. seq., as
supplemented and amended from time to time and the Americans with Disabilities Act. If the
contractor or subcontractor is unable to obtain said assurances from the construction trade union
at least five business days prior to the commencement of construction work, the contractor or
subcontractor agrees to attempt to hire or schedule minority and women workers directly,
consistent with the applicable employment goal. If the contractor's or subcontractor's prior
experience with a construction trade union, regardless of whether the union has provided said
assurances, indicates a significant possibility that the trade union will not refer sufficient minority
and women workers consistent with the applicable employment goal, the contractor
or subcontractor agrees to be prepared to hire or schedule minority and women workers directly,
consistent with the applicable employment goal, by complying with the hiring or scheduling
procedures prescribed under (B) below; and the contractor or subcontractor further agrees to take
said action immediately if it determines or is so notified by the Division that the union is not
referring minority and women workers consistent with the applicable employment goal.
(B)
If the hiring or scheduling of a workforce consistent with the employment goal has not
or cannot be achieved for each construction trade by adhering to the procedures of (A) above, or
if the contractor does not have a referral agreement or arrangement with a union for a
construction trade, the contractor or subcontractor agrees to take the following actions consistent
with the applicable county employment goals:
(l) To notify the public agency compliance officer, the Division, and minority and women referral
organizations listed by the Division pursuant to N.J.A.C. 17:27-5.3, of its workforce needs, and
request referral of minority and women workers;
(2) To notify any minority and women workers who have been listed with it as awaiting available
vacancies;
(3) Prior to commencement of work, to request that the local construction trade union refer
minority and women workers to fill job openings, provided the contractor or subcontractor has a
referral agreement or arrangement with a union for the construction trade;
(4) To leave standing requests for additional referral to minority and women workers with the local
construction trade union, provided the contractor or subcontractor has a referral agreement or
arrangement with a union for the construction trade, the State Training and Employment Service
and other approved referral sources in the area until such time as the workforce is consistent with
the employment goal;
(5) If it is necessary to lay off some of the workers in a given trade on the construction site, to
assure, consistent with the applicable State and Federal statutes and court decisions, that
sufficient minority and women employees remain on the site consistent with the employment
goal; and to employ any minority and women workers laid off by the contractor on any other
construction site on which its workforce composition is not consistent with an employment goal
established pursuant to rules implementing N.J.S.A. 10:5-31 et. seq.;
(6) To adhere to the following procedure when minority and women workers apply or are referred
to the contractor or subcontractor:
(i) If said individuals have never previously received any document or certification signifying a
level of qualification lower than that required in order to perform the work of the construction
trade, the contractor or subcontractor shall determine the qualifications of such individuals and if
the contractor's or subcontractor's workforce in each construction trade is not consistent with the
applicable employment goal, it shall hire or schedule those individuals who satisfy appropriate
qualification standards. However, a contractor or subcontractor shall determine that the individual
at least possesses the requisite skills, and experience recognized by a union, apprentice program
or a referral agency, provided the referral agency is acceptable to the Division. If necessary, the
contractor or subcontractor shall hire or schedule minority and women workers who qualify as
trainees pursuant to these rules. All of the requirements, however, are limited by the provisions of
(C) below.
(ii) If the contractor's or subcontractor's workforce is consistent with the applicable employment
goal, the name of any interested women or minority individual shall be maintained on a waiting list
for the first consideration, in the event the contractor's or subcontractor's workforce is no longer
consistent with the applicable employment goal.
(iii) If, for any reason, said contractor or subcontractor determines that a minority individual or a
woman is not qualified or if the individual qualifies as an advanced trainee or apprentice, the
contractor or subcontractor shall inform the individual in writing of the reasons for the
determination, maintain a copy of the determination in its files, and send a copy to the public
agency compliance officer and to the Division.
(7) To keep a complete and accurate record of all requests made for the referral of workers in any
trade covered by the contract, on forms made available by the Division and submitted promptly to
the Division upon request.
(C) The contractor or subcontractor agrees that nothing contained in (B) above shall
preclude the contractor or subcontractor from complying with the union hiring hall or
apprenticeship policies in any applicable collective bargaining agreement or union hiring hall
arrangement, and, where required by custom or agreement, it shall send journeymen and
trainees to the union for referral, or to the apprenticeship program for admission, pursuant to such
agreement or arrangement. However, where the practices of a union or apprenticeship program
will result in the exclusion of minorities and women or the failure to refer minorities and women
consistent with the county employment goal, the contractor or subcontractor shall consider for
employment persons referred pursuant to (B) above without regard to such agreement or
arrangement; provided further, however, that the contractor or subcontractor shall not be required
to employ women and minority advanced trainees and trainees in numbers which result in the
employment of advanced trainees and trainees as a percentage of the total workforce for the
construction trade, which percentage significantly exceeds the apprentice to journey worker ratio
specified in the applicable collective bargaining agreement, or in the absence of a collective
bargaining agreement, exceeds the ratio established by practice in the area for said construction
trade. Also, the contractor or subcontractor agrees that, in implementing the procedures of (B)
above, it shall, where applicable, employ minority and women workers residing within the
geographical jurisdiction of the union.
After notification of award, but prior to signing a construction contract, the contractor shall submit
to the public agency compliance officer and the Division an initial project workforce report (Form
AA 201) provided to the public agency by the Division for distribution to and completion by the
contractor, in accordance with N.J.A.C. 17:27-7. The contractor also agrees to submit a copy of
the Monthly Project Workforce Report once a month thereafter for the duration of this contract to
the Division and to the public agency compliance officer.
The contractor agrees to cooperate with the public agency in the payment of budgeted funds, as
is necessary, for on-the-job and/or off-the-job programs for outreach and training of minorities and
women.
(D) The contractor and its subcontractors shall furnish such reports or other documents to
the Division of Contract Compliance & EEO as may be requested by the Division from time to
time in order to carry out the purposes of these regulations, and public agencies shall furnish
such information as may be requested by the Division of Contract Compliance & EEO for
conducting a compliance investigation pursuant to Subchapter l0 of the Administrative Code
(NJAC 17:27).
--- Document: Miscellaneous Paving ---
TOWNSHIP OF UPPER
CAPE MAY COUNTY
NEW JERSEY
NOTICE TO BIDDERS
Sealed Bids for the Miscellaneous Paving, Upper Township, Cape May County, New Jersey, will
be received by the Upper Township Committee at the Upper Township Municipal Building,
Tuckahoe Road, Petersburg, New Jersey, on Wednesday, December 9, 2015 at 1:00 PM,
Prevailing Time, and then opened and read aloud at said Municipal Building.
The Information for Bidders, Form of Bid, Form of Contract, Plans and Specification prepared
by Paul E. Dietrich, Township Engineer, has been filed in the office of said engineer at
Township Hall, Petersburg, New Jersey and may be examined by prospective bidders during
business hours. Copies may be obtained upon request from the Upper Township Clerk’s Office,
2100 Tuckahoe Road, PO Box 205, Tuckahoe, NJ 08250-0205, or 609-628-2011 ext. 200 or
clerk@uppertownship.com.
The Township Committee of the Township of Upper reserves the right to waive any informalities
in or to reject any or all bids.
The bids must be submitted prior to the time designated above for receipt and opening bids, and
may be submitted either by mail or in person by the bidder or his agent. No bids will be received
after the time designated above for their receipt.
Each bidder must deposit with his bid a certified check, cashier’s check, or bid bond in the
amount of not less than ten (10) percent of the total lump sum bid but not in excess of
$20,000.00, and a certified statement from a bonding company guaranteeing the furnishing of a
Performance Bond. Bids must be enclosed in sealed envelopes bearing the name and address of
the bidder and marked “Miscellaneous Paving , Upper Township, Cape May County, New
Jersey” and addressed to the Township Committee, Township of Upper Municipal Building,
2100 Tuckahoe Road, Petersburg, New Jersey, 08250.
The award of the contract shall not be binding upon the Township of Upper until the contract, in
accordance with the Specifications, is actually executed by the successful bidder and the
Township Committee and the New Jersey Department of Transportation.
Bidders are required to comply with the requirements of N.J.S.A. 105-31 (P.L. 1974, C. 127,
Law Against Discrimination Affirmative Action Supplement). Bidders are required to submit a
statement of ownership with the bid, in compliance with N.J.S.A. 52:25-24.2 (P.L. 1977, C. 33).
The Township of Upper reserves the right to award a contract within the funds available.
No Bidder may withdraw his bid within 60 days after the actual date of opening thereof.
By order of the Township Committee.
Barbara L. Young, Township Clerk
--- Document: License of Space on Ground & Tower at 1721 Mt. Pleasant Rd. – Bid Open 10-27-15 ---
TOWNSHIP OF UPPER
CAPE MAY COUNTY
NEW JERSEY
NOTICE TO BIDDERS
ADVERTISEMENT
NOTICE is hereby given that on Tuesday, October 27, 2015, sealed bids will be received by the
Township of Upper at Township Hall, 2100 Tuckahoe Road, Petersburg, New Jersey, at the hour of
2:00 PM prevailing time, for the LICENSE OF SPACE ON GROUND AND TOWER located at 1721
MT. PLEASANT ROAD, WOODBINE, TOWNSHIP OF UPPER, CAPE MAY COUNTY, NJ, at
which place and time the said bids will be publicly opened and read.
Specifications may be obtained at the office of the Township Clerk, Township Hall, 2100 Tuckahoe
Road, Petersburg, New Jersey or via email at clerk@uppertownship.com. Bids must be enclosed in a
sealed envelope and plainly marked in the lower quadrant: BID ENCLOSED FOR THE LICENSE OF
SPACE ON GROUND AND TOWER. The name and address of the bidders shall be on the envelope.
The Form of Bid and License Agreement supplied by the Township of Upper must be used in bidding.
Award may be given to different bidders for each of the items listed on the Form of Bid. Bids must be
submitted prior to the time designated above for receipt and opening of bids, and must be submitted
either by mail or in person by the bidder or his agent. No bids will be received after the time
designated above for their receipt.
Bids must be addressed to the Township Committee, Township of Upper, 2100 Tuckahoe Road,
Petersburg, New Jersey, 08270. Each bidder must deposit with his bid a certified check, cashier's
check, or bid bond in the amount of ten percent (10%) of the total first year's annual rent bid (but not in
excess of $20,000.00 pursuant to N.J.S.A. 40A:11-21). The right is reserved to reject any or all bids or
to waive minor irregularities in any bid presented. Award, if any, will be made to the best responsible
bidder at a formal meeting of Township Committee.
No bidder may withdraw its bond within sixty (60) days after the actual date of opening.
Bidders are required to comply with the requirements of N.J.S.A. 105-31 (P.L. 1974, C. 127, Law
Against Discrimination Affirmative Action Supplement). Bidders are required to submit a statement of
ownership with the bid, in compliance with N.J.S.A. 52:25-24.2 (P.L. 1977, C. 33).
BY ORDER OF THE TOWNSHIP COMMITTEE
Barbara L. Young
Township Clerk
--- Document: Architectural Services for Renovation of Old Town Hall, Due June 29, 2018 ---
TOWNSHIP OF UPPER
CAPE MAY COUNTY
NEW JERSEY
NOTICE TO RECEIVE QUOTES FOR
PROFESSIONAL ARCHITECTURAL SERVICES
Upper Township is soliciting quotes to provide architectural services for the renovation of the
Old Townhall Building on Mt. Pleasant Tuckahoe Rd in Tuckahoe. Quotes will be received by
the Upper Township Municipal Engineer at the Upper Township Municipal Building, Tuckahoe
Road, Petersburg, New Jersey, on Friday, June 29, 2018 by 4:00 PM, Prevailing Time, and can
be submitted via mail, email or FAX.
The Request for Quotes has been prepared by Paul E. Dietrich, Township Engineer and copies
may be obtained upon request from the Upper Township Clerk’s Office, Physical Address: 2100
Tuckahoe Road, Petersburg, NJ 08270; Mailing Address: PO Box 205, Tuckahoe, NJ 08250-
0205, or 609-628-2011 ext. 200 or clerk@uppertownship.com.
No quotes will be received after the time designated above for their receipt.
By order of the Township Committee.
Barbara L. Young,
Township Clerk
--- Document: Cell Tower, Due Oct 27, 2015 ---
Township of Upper
License of Space on Ground and Tower
at
1721 Mt. Pleasant Road, Tuckahoe
Township of Upper, Cape May County, NJ
1
I.
II.
III.
IV.
V.
VI.
VII.
VIII.
IX.
Χ.
XI.
XII.
XIII.
XIV.
TABLE OF CONTENTS
ADVERTISEMENT FOR BID
INSTRUCTIONS TO BIDDERS &
GENERAL SPECIFICATIONS
DETAILED BID SPECIFICATIONS*
FORM OF BID
STOCKHOLDER DISCLOSURE CERTIFICATION*
NON-COLLUSION AFFIDAVIT*
DISCLOSURE INVESTMENT ACTIVITIES IN IRAN*
AFFIRMATIVE ACTION COMPLIANCE NOTICE*
MANDATORY EQUAL EMPLOYMENT
OPPORTUNITY LANGUAGE
FORM OF LICENSE AGREEMENT
TOWER LICENSE AREAS AVAILABLE
TOWER STRUCTURAL INFORMATION
BID DOCUMENT SUBMISSION CHECKLIST*
BILL OF SALE FOR TOWER
* Items marked with asterisk need to be submitted with bid
2
I
TOWNSHIP OF UPPER
CAPE MAY COUNTY
NEW JERSEY
NOTICE TO BIDDERS
ADVERTISEMENT
NOTICE is hereby given that on Tuesday, October 27, 2015, sealed bids will be received by the
Township of Upper at Township Hall, 2100 Tuckahoe Road, Petersburg, New Jersey, at the hour of
2:00 PM prevailing time, for the LICENSE OF SPACE ON GROUND AND TOWER located at 1721
MT. PLEASANT ROAD, WOODBINE, TOWNSHIP OF UPPER, CAPE MAY COUNTY, NJ, at
which place and time the said bids will be publicly opened and read.
Specifications may be obtained at the office of the Township Clerk, Township Hall, 2100 Tuckahoe
Road, Petersburg, New Jersey or via email at clerk@uppertownship.com. Bids must be enclosed in a
sealed envelope and plainly marked in the lower quadrant: BID ENCLOSED FOR THE LICENSE OF
SPACE ON GROUND AND TOWER. The name and address of the bidders shall be on the envelope.
The Form of Bid and License Agreement supplied by the Township of Upper must be used in bidding.
Award may be given to different bidders for each of the items listed on the Form of Bid. Bids must be
submitted prior to the time designated above for receipt and opening of bids, and must be submitted
either by mail or in person by the bidder or his agent. No bids will be received after the time designated
above for their receipt.
Bids must be addressed to the Township Committee, Township of Upper, 2100 Tuckahoe Road,
Petersburg, New Jersey, 08270. Each bidder must deposit with his bid a certified check, cashier's
check, or bid bond in the amount of ten percent (10%) of the total first year's annual rent bid (but not in
excess of $20,000.00 pursuant to N.J.S.A. 40A:11-21). The right is reserved to reject any or all bids or
to waive minor irregularities in any bid presented. Award, if any, will be made to the best responsible
bidder at a formal meeting of Township Committee.
No bidder may withdraw its bond within sixty (60) days after the actual date of opening.
Bidders are required to comply with the requirements of N.J.S.A. 105-31 (P.L. 1974, C. 127, Law
Against Discrimination Affirmative Action Supplement). Bidders are required to submit a statement of
ownership with the bid, in compliance with N.J.S.A. 52:25-24.2 (P.L. 1977, C. 33).
BY ORDER OF THE TOWNSHIP COMMITTEE
5
Barbara L. Young
Township Clerk
3
II
TOWNSHIP OF UPPER
INSTRUCTIONS TO BIDDERS AND GENERAL SPECIFICATIONS
INSTRUCTIONS TO BIDDERS AND STATUTORY REQUIREMENTS
SUBMISSION OF BIDS
A. The Township of Upper, Cape May County, New Jersey (hereinafter referred to as
"TOWNSHIP") invites sealed bids pursuant to the Notice to Bidders.
B. Sealed bids will be received by the designated representative at 2:00 p.m. prevailing time on
Tuesday, October 27, 2015, at which time said bids will be publicly opened and read aloud.
C. The bid form shall be submitted, in a sealed envelope: (1) addressed to the TOWNSHIP, (2)
bearing the name and address of the bidder written on the face of the envelope, and (3) clearly
marked "BID ENCLOSED FOR THE LICENSE OF SPACE ON GROUND AND TOWER".
Two (2) paper copies (1 original, 1 copy) and one (1) electronic copy (CD-ROM or Flash Drive)
of all bid documents must be submitted.
D. It is the bidder's responsibility to see that bids are presented to the TOWNSHIP on or prior to
the hour designated and at the place designated. Bids may be hand delivered or mailed; however,
the TOWNSHIP disclaims any responsibility for bids forwarded by regular or overnight mail. If
the bid is sent by overnight mail, the designation in section C, above, must also appear on the
outside of the delivery company envelope. Bids received after the designated time and date will
be returned unopened.
E. Sealed bids forwarded to the TOWNSHIP before the time of opening of bids may be
withdrawn upon written application of the bidder who shall be required to produce evidence
showing that the individual is or represents the principal or principals involved in the bid. Once
bids have been opened, they must remain firm for a period of sixty (60) calendar days.
F. All prices and amounts must be written in ink or preferably typewritten. Bids containing any
conditions, omissions, unexplained erasures or alterations, items not called for in the bid form,
attachment of additive information not required by the specifications, or irregularities of any
kind, may be rejected by the TOWNSHIP. Any changes, white-outs, strike-outs, etc. on the bid
page must be initialed in ink by the person responsible for signing the bid. Bidders may not
materially change the bid specifications through conditions on the bid sheet.
4
STATUTORY AND OTHER REQUIREMENTS
A. Stockholder Disclosure
Chapter 33 of the Public Laws of 1977 provides that no corporation or partnership shall be
awarded any contract for the performance of any work or the furnishing of any materials or
supplies, unless, prior to the receipt of the bid or accompanying the bid of said corporation or
partnership, there is submitted a statement setting forth the names and addresses of all
stockholders in the corporation or partnership who own ten percent or more of its stock of any
class, or of all individual partners in the partnership who own a ten percent or greater interest
therein. The Stockholder Disclosure Form shall be completed and attached to the bid.
B. Non-Collusion Affidavit
The Non-Collusion Affidavit, which is part of these specifications, shall be properly executed
and submitted with the bid.
C. Non-Assignment of Contract
The bidder shall not assign, transfer, convey, sublet or otherwise dispose of the contract, or his
rights, title or interest in or to the same of any part thereof without the prior written consent of
the TOWNSHIP, except as otherwise provided in the License Agreement attached hereto.
METHOD OF AWARD
A. The TOWNSHIP will award the license on the basis of the bid amount and the bidder's
preference as to tower placement, to be determined based on height of placement on the
tower.
B. Each successful bidder will receive a License Agreement in executable form, with the first
years annual license fee in the amount equal to the submitted bid price.
C. Awards shall be made to those responsible bidders whose bid amount for non-conflicting
height preferences is the highest. Should multiple bidders have identical height preferences,
an award of that particular height preference shall be made to the bidder whose bid amount is
highest. For example, if two bidders have listed a primary height preference of 180 feet,
placement at that height shall be awarded to whichever of the two bidders has the higher bid
amount. This process would repeat for the unsuccessful bidder's second and third
preferences.
D. In the event that a bidder does not receive an award for any of the bidder's listed height
preferences, the TOWNSHIP will offer the bidder any remaining space on the tower, if
available, at a price equal to the lowest successful bid amount. Upon receiving said offer, the
bidder shall have sixty (60) days to accept the offer by executing the License Agreement.
7
REJECTION OF BIDS
A. Reservation of Rights
TOWNSHIP reserves the right to waive any informalities, irregularities or minor defects in the
bids received and to report any and all bids. In addition, TOWNSHIP reserves the right to reject
any and all bids for reasons that the TOWNSHIP deems appropriate, and where said rejection is,
in the judgment of the TOWNSHIP, determined to be in the best interest of the municipality.
B. Multiple Bids Not Allowed
More than one bid from an individual, a firm or partnership, a corporation or association under
the same or different names shall not be considered. The bidders may only bid on the proposed
license. Any language offering a different price for a greater term will cause the entire
submission to be rejected.
C. Unbalanced Bids
Bids which are obviously unbalanced may be rejected.
D. Unsatisfactory Past Performance
Bids received from bidders who have previously failed to complete contracts within the time
scheduled therefor, or who have performed prior work for the TOWNSHIP in an unacceptable
manner, may be rejected. Bidders may also be rejected for "prior negative experience" pursuant
to N.J.S.A. 40A:11-4.
E. Failure to Enter License Agreement
Should the bidder(s), to whom the license is awarded, fail to enter into the License Agreement
within sixty (60) days, Sundays and holidays excepted, the TOWNSHIP may then, at its option,
accept the bid of the next highest responsible bidder.
GOVERNING LAW
This contract shall be governed by and construed in accordance with Local Public Contracts Law
of the State of New Jersey (N.J.S.A. 40A: 11-1 et. seq.) and the Local Lands and Buildings Law,
(N.J.S.A. 40A:12-1 et seq.)
8
III
TOWNSHIP OF UPPER
DETAILED BID SPECIFICATIONS
The Township of Upper is accepting sealed bids from qualified firms for a 5-year agreement,
with an option for three (3) successive five (5) year renewal terms, to license space on
TOWNSHIP-owned property, including an existing 150-foot lattice tower ("Tower"), which was
previously owned by AT&T. The Tower was designed to accommodate an 30' extension
section. A non-exclusive route for access and utilities to the area licensed to winning bidder(s)
will also be provided as part of the License Agreement.
The Tower is located at 1721 Mount Pleasant Road, Tuckahoe, NJ ("Property"). The
spaces available for bid are shown on Exhibit XI.
Specific requirements for award and operation of the license.
1. The TOWNSHIP intends to enter into one or more license agreements with the firms who
present the best financial offer(s) to license space on the Ground and Tower at the
Property.
2. The bid price shall represent the annual license fee for the first year of the License
Agreement. After the first year, the annual license fee shall be increased on each
anniversary of the commencement date of the License Agreement by three percent (3%)
of the annual license fee for the previous year.
3. A copy of the License Agreement for the space at the Tower and ground area near the
Tower is attached to this bid package. Each bidder should carefully review the License
Agreement in considering whether to make a bid for space on the Tower. Modifications
to the License Agreement will not be accepted, except for the firm's specific legal name
and address to be used for the purposes of delivering legal notice. Each successful bidder
will be provided with a License Agreement for execution.
4. No wireless telecommunication infrastructure may interfere with the TOWNSHIP's own
telecommunication systems or operational uses or with any emergency response,
regardless of when the TOWNSHIP or emergency response installations occur.
5. The TOWNSHIP shall have the right to terminate the License Agreement if it is
determined by a federal regulatory agency having jurisdiction, that termination is in the
public interest because of a threat to the public safety, health or welfare.
6. The term of the License Agreement shall be for an initial term of five (5) years.
Following the initial term, the License Agreement may, at Licensee's option, be renewed
for three (3) additional and successive five (5) year terms.
7. The TOWNSHIP reserves the exclusive right to install, provide access to lease space
and/or negotiate financing agreements on additional TOWNSHIP property or other
locations, and to contract in the best interest of the TOWNSHIP. Successful bidders shall
9
have no rights to areas within the TOWNSHIP borders outside of the specific area
licensed to the successful bidder(s).
8. Each successful bidder shall pay for all utilities used by it at its licensed space, and shall
have a separate meter installed at its sole cost and expense.
9. The minimum annual license fee bid acceptable for this License Agreement is Twenty
Thousand Dollars ($20,000.00). Each bidder shall be responsible for any and all taxes,
assessments, franchise fees and other similar charges arising out of or assessed against its
occupancy of a portion of the subject property and/or Tower.
10. The License shall be signed and returned to the Township within sixty (60) days of the
award of the bid(s).
11. All bids are subject to the loading capacity of the Tower and the TOWNSHIP reserves the
right to reject any and all bids to the extent such bid would result in the Tower's
structural capacity being exceeded. Tower structural information is provided in Exhibit
XII. This information was provided by the American Tower Corporation, whom
performed the last structural analysis for AT&T.
12. Any successful bidder whom wish to go above the 150' existing height shall be
responsible any costs to structurally modify the Tower and necessary engineering
calculations. Engineering calculations would have to be submitted and approved prior to
the execution of the License Agreement. Additionally, any permits required to be
obtained from the N.J. Pinelands Commission must be secured by the successful bidder.
Bidders shall supply the following information:
1. Full name, tax identification number and main address of your firm.
2. A brief history of the business.
3. Information detailing the financial stability of the firm. Confidential information will be
reviewed and returned if so mark by the bidder.
4. Number of years in business, date of incorporation.
5. Certification that no member of the firm has a conflict of interest with Township of
Upper.
6. State whether any of the employees or officers of your firm have been named as a
defendant in any litigation brought as a result of any contract operations for operation and
maintenance. If so, name the individual, describe the circumstances, including the
outcome.
10
7. State whether your firm has ever been terminated, fired or replaced on a project other than
those contracts that have been terminated due to completion. If so, name the owner and
describe the circumstances.
8. Bids shall be accompanied by the bid security in an amount equal to ten percent (10%)
(not to exceed $20,000.00 pursuant to N.J.S.A. 40A:11-21) of the license fee bid price in
the form of cash, certified check or bank treasurer's check, which down payment shall be
promptly returned to unsuccessful bidders. Failure to include a ten percent (10%) down
payment is cause for a declaration of non-compliance of the bid.
11
IV
TOWNSHIP OF UPPER
FORM OF BID
License of Space on Ground and Tower
at 1721 Mt. Pleasant Road, Tuckahoe, Township of Upper, Cape May County, NJ
The undersigned, as bidder, declares that s/he has carefully examined the specifications and is
familiar with the work to be bid and will enter into the License Agreement on the locations
identified within the bid specification, for the total annual license fee payment of:
TOTAL BASE BID:
In words:
In numbers: $
HEIGHT PREFERENCES - Height preferences must be stated in feet, and must be no higher
than 180 feet. Please list top three (3) options:
Height Preference #1:
Height Preference #2:
Height Preference #3:
Ground Space Preference #1:
Size:
Ground Space Preference #2:
Size:
Name of Bidder:
Address of Bidder:
Phone Number:
FAX
Email:
Signature of Bidder:
Date:
Print Name:
VENDOR SHALL USE THIS PAGE TO SUBMIT BID
12
V
TOWNSHIP OF UPPER
STOCKHOLDER DISCLOSURE CERTIFICATION
N.J.S.A 52:25-24.2 (P.L. 1977 c33)
Failure of the bidder/respondent to submit the required information is cause for automatic rejection
Legal Name of Bidder:
I certify that the list below contains the names and home addresses of all stockholders; partners or
individuals holding ten percent (10%) or more of the issued and outstanding stock or interest of the
undersigned.
I certify that no one stockholder, partner or individual owns ten percent (10%) or more of the issued and
outstanding stock or interest 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
Complete if the bidder/respondent is one of the 3 types of Corporations:
Date Incorporated:
Business Address:
Street Address
Where Incorporated:
City
State
Zip
Telephone #
Fax #
13
Listed below are the names and addresses of all stockholders, partners or individuals who own ten percent (10%) or
more of its stock of ay classes, or who owns ten percent (10%) or greater interest therein. Sign and notarize the form
below, and, if necessary, complete the stockholder list below.
Stockholders/Member/Partner:
Name:
Home Address:
Name:
Home Address:
Subscribed and sworn before me this
(Notary Public)
2
My Commission expires:
day of
14
Name:
Home Address:
Name:
Home Address:
(Affiant)
(Print name & title of affiant)
(Corporate Seal)
VI
TOWNSHIP OF UPPER
NON-COLLUSION AFFIDAVIT
State of New Jersey
County of
I,
(name of affiant)
ss:
residing in
(name of municipality)
in the County of
and State of
being duly sworn according to law on my oath depose and say that:
I am
entitled
of the firm of
(title or position)
(name of firm)
the bidder making this Bid
,
(title of bid)
and that I executed the said Bid with
full authority to do so, that said bidder has not, directly or indirectly entered into any agreement,
participated in any collusion, or otherwise taken any action in restraint of free, competitive bidding
in connection with the above named project; and that all statements contained in said Bid and in this
affidavit are true and correct, and made with full knowledge that the Township of Upper 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.
I further warrant that no person or selling agency has been employed or retained to solicit or secure
such contract upon an agreement or understanding for a commission, percentage, brokerage, or
contingent fee, except bona fide employees or bona fide established commercial or selling agencies
maintained by
Subscribed and sworn to
Before me this day
Notary public of
Signature
20
(Type or print name of affiant under signature)
My Commission expires:
15
(Seal)
VII
DISCLOSURE OF INVESTMENT ACTIVITIES IN IRAN
Pursuant to Public Law 2012, c. 25, any person or entity that submits a bid or proposal or otherwise proposes
to enter into or renew a contract must complete the certification below to attest, under penalty of perjury,
that the person or entity, or one of the person or entity's parents, subsidiaries, or affiliates, is not identified on a
list created and maintained by the Department of the Treasury as a person or entity engaging in investment
activities in Iran. If the Department of Treasury finds a person or entity to be in violation of the principles which
are the subject of this law, the Department of Treasury shall take action as may be appropriate and 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 person or entity. You can view this
list on: http://www.state.nj.us/treasury/purchase/pdf/Chapter25List.pdf
I certify, pursuant to Public Law 2012, c. 25, that the person or entity listed below for which I am
authorized to bid:
is not providing goods or services of $20,000,000 or more in the energy sector of Iran, including a
person or entity that provides oil or liquefied natural gas tankers, or products used to construct or
maintain pipelines used to transport oil or liquefied natural gas, for the energy sector of Iran, AND
is not a financial institution that extends $20,000,000 or more in credit to another person or entity, for
45 days or more, if that person or entity will use the credit to provide goods or services in the energy
sector in Iran.
In the event that a person or entity is unable to make the above certification because it or one of its parents,
subsidiaries, or affiliates has engaged in the above-referenced activities, a detailed, accurate and precise
description of the activities must be provided below to the Township of Upper under penalty of perjury.
PLEASE PROVIDE FURTHER INFORMATION RELATED TO INVESTMENT ACTIVITIES IN IRAN
You must provide a detailed, accurate and precise description of the activities of the bidding person/entity, or
one of its parents, subsidiaries or affiliates, engaging in the investment activities in Iran outlined above by
completing the boxes below.
PROVIDE INFORMATION RELATIVE TO THE ABOVE QUESTIONS. PLEASE PROVIDE THOROUGH ANSWERS TO
EACH QUESTION. IF YOU NEED TO MAKE ADDITIONAL ENTRIES, USE ADDITIONAL PAGES
Name:
Description of Activities:
Duration of Engagement
Bidder/Vendor
Contact Name:
Relationship to
Bidder/Vendor:
Contact Phone Number:
Certification: I, being duly sworn upon my oath, hereby represent and state that the foregoing information
and any attachments thereto to the best of my knowledge are true and complete. I attest that I am authorized to
execute this certification on behalf of the below-referenced person or entity. I acknowledge that the Township of
Upper 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 contracts with the Township to notify the
Township 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 agreements(s) with the Township of Upper and that the Township at its option may declare
contract(s) resulting from this certification void and unenforceable.
Full Name (Print)
Signature
Title
Date
Bidder/Vendor
16
VIII
AFFIRMATIVE ACTION COMPLIANCE NOTICE
N.J.S.A. 10:5-31 and N.J.A.C. 17:27
This form is a summary of the successful bidder's requirement to comply with the
requirements of N.J.S.A. 10:5-31 and N.J.A.C. 17:27.
The successful bidder shall submit to the public agency, after notification of award but prior to
execution of this contract, one of the following three documents as forms of evidence:
(a) A photocopy of a valid letter that the contractor is operating under an
existing Federally approved or sanctioned affirmative action program (good
for one year from the date of the letter);
OR
(b) A photocopy of a Certificate of Employee Information Report approval,
issued in accordance with N.J.A.C. 17:27-4;
OR
(c) A photocopy of an Employee Information Report (Form AA302)
provided by the Division and distributed to the public agency to be
completed by the contractor in accordance with N.J.A.C. 17:27-4.
The successful vendor may obtain the Affirmative Action Employee Information Report
(AA302) from the contracting unit during normal business hours.
The successful vendor(s) must submit the copies of the AA302 Report to the Division of
Contract Compliance and Equal Employment Opportunity in Public Contracts (Division). The
Public Agency copy is submitted to the public agency, and the vendor copy is retained by the
vendor.
The undersigned vendor certifies that he/she is aware of the commitment to comply
with the requirements of N.J.S.A. 10:5-31 and N.J.A.C. 17:27 and agrees to furnish the
required forms of evidence.
The undersigned vendor further understands that his/her bid shall be rejected as non-
responsive if said contractor fails to comply with the requirements of N.J.S.A. 10:5-31
and N.J.A.C. 17:27.
COMPANY:
PRINT NAME:
SIGNATURE:
TITLE:
DATE:
Page 17
IX
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. 17:27 5.2.
The contractor or subcontractor agrees to inform in writing its appropriate recruitment agencies including, but not
limited to, employment agencies, placement bureaus, colleges, universities, and labor unions, that it does not
discriminate on the basis of age, race, creed, color, national origin, ancestry, marital status, affectional or sexual
orientation, gender identity or expression, disability, nationality or sex, and that it will discontinue the use of any
recruitment agency which engages in direct or indirect discriminatory practices.
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,
Page 18
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.
Page 19
Χ
FORM OF LICENSE AGREEMENT
ΧI
TOWER LICENSE AREAS AVAILABLE
Existing Stone Drive
Existing
2' Gate
LEASE AREA #1
20'x45'
Existing Ice Bridge
A
VAVA
Existing Public Works
Building
Existing
180' Latice
Tower
LEASE AREA #2
10'x20'
LEASE AREA #3
10'x20'
LEASE AREA #4
10'x20'
PREPARED BY:
PraD
Sr
PAUL E. DIETRICH, SR
PROFESSIONAL ENGINEER
N.J.P.E. LICENSE NO. 41738
1708
UPPER TOWNSHIP ENGINEER'S OFFICE
2100 TUCKAHOE ROAD, P.O. BOX 205
TUCKAHOE, N.J. 08250-0205
609-628-2011 Ext. 244 FAX 609-628-3092
email: engineer@uppertownship.com
CELL TOWER LICENSE AREAS
1721 MT. PLEASANT TUCKAHOE ROAD
TOWNSHIP OF UPPER
CAPE MAY COUNTY, NEW JSERSEY
DRAWN: PED
CHECKED:
DATE: 3/27/15 SCALE: N.T.S.
SHEET 1 of 1
DWG. NO.:
XII
TOWER STRUCTURAL INFORMATION
7
:
150'/180' "SST"
Site: Upper Township, N.J.
Job# 8087
Erection
Metrophone/Comcast
Jan. 6, 1995
(TABLE OF CONTENT) UPPER TOWNSHIP, N.J.
ITEM
QTY.
DESCRIPTION
1 160/180' "SELF SUPPORT TOWER"
TOWER:
50 KSI SOLID BARS LEG
2 PLATFORM
N/A
REMARK
3 CLIMB LADDER:
1 SET 150' CLIMBING LADDER
4 W.G. LADDER:
2 SETS 150' W.G. LADD. 18 HLS @ 3/4"Ø ON 2 3/4" C/C
5 W.G. BRIDGE:
N/A
6 GROUNDING:
1 STANDARD GROUNDING W/
3/4"Ø X 8'-0" LIGHTNING ROD
LIGHTING:
N/A
8 PAINT:
FACTORY GALVANIZE
9 BOOM MOUNT:
3 6'-6" BOOM STAND-OFF @EL 144'±
10 ANT. MOUNT:
11 SAFETY CLIMB
DEVICE:
N/A
1 SET FULL HEIGHT @ 150'
1/6/95
P.O. BOX 8597 FORT WORTH, TX 76124-0597
(817) 457-3060
ASTM
FWT
FAX (817) 429-6010
PAUL J. FORD AND COMPANY
STRUCTURAL ENGINEERS
350 East Brood Street Surte 500 Columbus, Chlo 43215
(614)-221-6679
FAX (614)-221-2540
4'-0"
180'
TRUE
Page
1
10
2
By
KPB
Date
12-15-1994
Sketch No. 637
Revision No.
Job No. 1994994
STRAIGHT
Owner
Design
-
160'
150'
FUTURE EXTENSION
Site
Location
150 FT (FUTURE 180 FT) SELF SUPPORT
UPPER TOWNSHIP, NEW JERSEY
"TUCKAHOE" CAPE MAY COUNTY
COMCAST
85 MPH/74 MPH + 1/2" RADIAL ICE
According to ANSI/EIA 222-E 1991
ANTENNA LIST. LOAD CASE #
ON
EL
ANTENNA AZ FEEDLINE
1,2
TOP (2)DB-560
-
(2)-1 5/8"
3,4
(2) PD10017 TOP
-
(2)-7/8"
S
176' HP-8
0
EW52
6
176' HP-B
180°
EWS2
7
140'
166' HP-B
0
EW52
5-0"
8
166
HP-8
180°
EWS2
9-12
160
(4)ALP9212 30
(4)-1 5/8"
13-16
160
(4) ALP9212 150
(4)-1 5/8"
17-20 160′
(4) ALP9212 270°
(4)-1 5/8"
160'
SECTORIZED ANTENNA MOUNT
21.22 150'
(2)PD400
(2)-7/8"
120'
23,24 140 (2)PD128
(2)-7/8"
25,26 130 (2)PD114
(2)-7/8"
ANTENNA LIST LOAD CASEProtected 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
"...Each bidder must deposit with his bid a certified check, cashier’s check, or bid bond in the amount of not less than ten (10) percent of the total lump sum bid but not in excess of $20,000.00, and a certified statement from a bonding company guaranteeing the furnishing of a Performance Bond...."
liquidated damages
Evidence Detected
"...The Contractor and the Township of Upper recognize that delay in completion of the Contract will result in damage to the Township in terms of the effect of the delay on the use of the Project, upon the public convenience and economic development of the Township, and will also result in additional cost to the Township of engineering, inspection, and administration of the contract...."
Quick Actions
Visit Bid PortalConstruction of Beesley’s Pt Park, Bids Due February 5, 2021Addendum #1Bid ResultsLowest BidderVehicle Wash, Bids due September 22, 2020Bid ResultsResolution for rejection of BidsBid TabulationLowest Bidder – Duchman Contracting2020 Paving Project, Bids due July 8, 2020Bid TabulationLowest Bidder – Arawak PavingReconstruct Commonwealth Ave PH1 and Bayview Dr PH3, Due March 19, 2019 @2:00 pm.Webster Avenue Park ImprovementsReconstruction of Webster Ave BulkheadNotice of Intent to Award Contract for Dump TruckBayview Drive Boat RampMiscellaneous PavingLicense of Space on Ground & Tower at 1721 Mt. Pleasant Rd. – Bid Open 10-27-15Architectural Services for Renovation of Old Town Hall, Due June 29, 2018Cell Tower, Due Oct 27, 2015
Contacts
Barbara Ludy
Chief Financial Officer, Qualified Purchasing Agent
hidden@email.com
Unlock(***) ***-****
Unlock(***) ***-****
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