LEGAL NOTICE



LEGAL NOTICE

Separate sealed proposals will be received by the Purchasing Agent of the County of Morris on Tuesday, December 13th, 2011 at 2:00 p.m. prevailing time in the Office of the Purchasing Agent, Room 517, fifth floor, Administration & Records Building, Court Street, Morristown, New Jersey for:

ONE NEW, UNUSED (1) 2012 FORD E-450 TEN (10) AMBULATORY OR EIGHT (8) WHEELCHAIR POSITION MINI-BUS

The specifications may be obtained at the Office of the Purchasing Agent, Room 517, fifth floor, Administration & Records Building, Court Street, Morristown, New Jersey.

Bids must be enclosed in a sealed envelope bearing the name and address of the bidder and the words “2012 Wheelchair Transport Mini-Bus” addressed to the Purchasing Agent of the County of Morris.

The bid must also be accompanied by a Non-Collusion Affidavit, a Certificate of Insurance, and a Stockholders Certificate.

BID PROPOSALS SHALL BE DELIVERED TO THE PURCHASING AGENT EITHER IN PERSON AT THE HOUR DESIGNATED, OR PREVIOUS THERETO, BY DELIVERY OR MAIL, AT THE MORRIS COUNTY PURCHASING DIVISION, ROOM 517, ADMINISTRATION & RECORDS BUILDING, PO BOX 900, MORRISTOWN, NEW JERSEY, 07963-0900. NO BIDS SHALL BE ACCEPTED AFTER THE DESIGNATED TIME, AND MORRIS COUNTY WILL NOT ASSUME RESPONSIBILITY FOR BIDS FORWARDED BY MAIL OR DELIVERY SERVICE.

The right to reject any or all bids and to waive immaterial formalities is reserved.

Bidders are required to comply with the requirements of N.J.S.A. 10:5-31 et seq. and N.J.A.C. 17:27.

This Proposal is being solicited through a fair and open process, in accordance with N.J.S.A. 19:44A-20.4 et seq.

James Abline

Purchasing Agent

The County of Morris

1/T: 11/21/11

PROPOSAL TO BID PROPOSAL: #11-40

BOARD OF CHOSEN FREEHOLDERS ADVERTISED: 11/21/11

COUNTY OF MORRIS RETURNABLE DATE: 12/13/11

MORRISTOWN, NEW JERSEY TIME: 2:00 PM

Ladies and Gentleman,

Pursuant to public advertisement, we the undersigned declare that we have carefully examined the proposal and bid form sheets attached hereto for One New, Unused (1) 2012 Model Ford E-450 Ten (10) Ambulatory or Eight (8) Wheelchair Position Mini-Bus, dated September 30th, 2011.

We propose to furnish the bid proposal according to the requirements of the specifications as follows:

2012 FORD E-450 MINI-BUS WITH TEN (10) AMBULATORY OR EIGHT (8) WHEELCHAIR POSITION

MAKE: ______________________________MODEL: _________________________________

UNIT PRICE: $__________________________________________________________________

DELIVERY: _____________________ Calendar Days after notification of award of contract, not to exceed 180 days.

We reserve the right to purchase additional vehicles at the submitted price for up to six months after award of contract.

Company Name: _____________________________________________________________

Address: _____________________________________________________________

_____________________________________________________________

Phone #: _____________________________________________________________

Contact Person: _____________________________________________________________

Email address: ______________________________________________________________

THE BELOW LISTED ITEMS MUST ACCOMPANY THIS PROPOSAL.

Please check appropriate line for compliance with each item.

____ 1. Review specifications and all pertinent material.

____ 2. Non-Collusion Affidavit completed, signed and notarized.

____ 3. Certificate of Insurance.

____ 4. List of names and addresses of all stockholders in the corporation or partnership who own ten percent or more of its stock.

____ 5. List of References.

It is understood that the attached general specifications are an integral part of the proposal and that the County Purchasing Agent reserves the right to reject any or all bids and to waive immaterial formalities.

CORPORATE DISCLOSURE STATEMENT

The undersigned is an - Individual - Partnership - Corporation

(please indicate with circle)

under the laws of the State of____________________________________________________

having principal offices at______________________________________________________

___________________________________________________________________________

RESPECTFULLY SUBMITTED BY___________________________________________

(Name of Corporation, Partnership or Individual)

WITNESS: ADDRESS ______________________________

TELEPHONE:_____________________________

S/____________________________ SIGNATURE:_____________________________

POSITION: ________________________ POSITION:_______________________________

SSAN (If Individual):_______________________

FED ID# (IF Incorporated):___________________

DATE:_______________________ DATE: ______________________________

NOTE: If Contractor is a CORPORATION, this proposal must be executed by its president, attested to by its secretary or assistant secretary, with the corporate seal affixed thereto. This proposal may be executed and attested to by other than the aforesaid corporate officers if they have been duly authorized to so act in behalf of the Contractor, pursuant to a resolution of the Corporate Board of Directors, or other authorization equivalent thereto. In that event, a certified copy of said resolution or authorization shall be attached to this proposal.

If Bidder is a PARTNERSHIP, then this proposal must be signed by at least one partner.

If Bidder is an INDIVIDUAL, please indicate Social Security Number in space provided above.

NON-COLLUSION AFFIDAVIT

STATE OF NEW JERSEY)

)ss.

COUNTY OF )

I,

in the County of , of the City of ,

of full age, being duly sworn according to law on my oath depose and say that:

I am

of the firm of

the bidder making the Proposal for the above named project, and that I executed the said Proposal with full authority to do so; that said bidder has not, directly or indirectly, entered into an agreement, participated in any collusion, or otherwise taken any action in restraint of free, competitive bidding in connection with the above named project; and that all statements contained in said Proposal and in this affidavit are true and correct, and made with full knowledge that the State of New Jersey, and/or the County of Morris relies upon 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 established commercial or selling agencies maintained by

____________________________________ .

(Name of Contractor)

(N.J.S.A. 52:34-15)

Subscribed and sworn to

before me this day

of , 20

_________________________________________

(Also type or print name of affiant under signature)

_________________________________________

Notary Public of

My commission expires , 20

OWNERSHIP STATEMENT

(This Certificate must accompany the Bid)

List the names and addresses of all stockholders who own ten (10%) percent or more of its stock. If none, so state.

If one or more such stockholders or partner is itself a corporation or partnership, the stockholders holding 10% or more of that corporation's stock, or the individual partners owning 10% of that corporation's stock, or the individual partners owning 10% or greater interest in that partnership, as the case may be, shall also be listed. The disclosure shall be continued until names and addresses of every non-corporate stockholder, and individual partner, exceeding the 10% ownership criteria established in this act, has been listed, in full compliance with Chapter 33 of the New Jersey Public Laws of 1977.

□ I certify that the list below contains the names and addresses of all stockholders holding 10% or more of the issued and outstanding stock of the undersigned.

□ I certify that no one stockholder owns 10% or more of the issued and outstanding stock of the undersigned.

Legal Name of Bidder:____________________________________________________________________

Name__________________________________________________________________________________

Address________________________________________________________________________________

Percentage of Ownership______%.

Name__________________________________________________________________________________

Address________________________________________________________________________________

Percentage of Ownership______%.

Name__________________________________________________________________________________

Address________________________________________________________________________________

Percentage of Ownership______%.

Name__________________________________________________________________________________

Address________________________________________________________________________________

Percentage of Ownership______%.

(Note: Attach additional pages if necessary)

ATTENTION

The completion of this form by the bidder is mandatory

under the laws of the State of New Jersey.

New Jersey Business Registration Requirements (Goods and Services Contracts)

N.J.S.A. 52:32-44 imposes the following requirements on contractors and all subcontractors that knowingly provide goods or perform services for a contractor fulfilling this contract:

1) the contractor shall provide written notice to its subcontractors to submit proof of business registration to the contractor;

2) prior to receipt of final payment from a contracting agency, a contractor must submit to the contracting agency an accurate list of all subcontractors or attest that none was used;

3) during the term of this contract, the contractor and its affiliates shall collect and remit, and shall notify all subcontractors and their affiliates that they must collect and remit to the Director, New Jersey Division of Taxation, the use tax due pursuant to the Sales and Use Tax Act, (N.J.S.A. 54:32B-1 et seq.) on all sales of tangible personal property delivered into this State.

A contractor, subcontractor or supplier who fails to provide proof of business registration or provides false business registration information shall be liable to a penalty of $25 for each day of violation, not to exceed $50,000 for each business registration not properly provided or maintained under a contract with a contracting agency. Information on the law and its requirements is available by calling (609) 292-9292.

A.

EEO/AFFIRMATIVE ACTION COMPLIANCE NOTICE

N.J.S.A. 10:5-31 and N.J.A.C. 17:27

GOODS, PROFESSIONAL SERVICE AND GENERAL SERVICE CONTRACTS

All successful bidders are required to submit evidence of appropriate affirmative action compliance to the County and Division of Public Contracts Equal Employment Opportunity Compliance. During a review, Division representatives will review the County files to determine whether the affirmative action evidence has been submitted by the vendor/contractor. Specifically, each vendor/contractor shall submit to the County, prior to execution of the contract, one of the following documents:

Goods and General Service Vendors

1. Letter of Federal Approval indicating that the vendor is under an existing Federally approved or sanctioned affirmative action program. A copy of the approval letter is to be provided by the vendor to the County and the Division. This approval letter is valid for one year from the date of issuance.

Do you have a federally-approved or sanctioned EEO/AA program? Yes No

If yes, please submit a photostatic copy of such approval.

2. A Certificate of Employee Information Report (hereafter “Certificate”), issued in accordance with N.J.A.C. 17:27-1.1 et seq. The vendor must provide a copy of the Certificate to the County as evidence of its compliance with the regulations. The Certificate represents the review and approval of the vendor’s Employee Information Report, Form AA-302 by the Division. The period of validity of the Certificate is indicated on its face. Certificates must be renewed prior to their expiration date in order to remain valid.

Do you have a State Certificate of Employee Information Report Approval? Yes No

If yes, please submit a photostatic copy of such approval.

3. The successful vendor shall complete an Initial Employee Report, Form AA-302 and submit it to the Division with $150.00 Fee and forward a copy of the Form to the County. Upon submission and review by the Division, this report shall constitute evidence of compliance with the regulations. Prior to execution of the contract, the EEO/AA evidence must be submitted.

The successful vendor may obtain the Affirmative Action Employee Information Report (AA302) on the Division website state.nj.us/treasury/contract_compliance.

The successful vendor(s) must submit the AA302 Report to the Division of Public Contracts Equal Employment Opportunity Compliance, with a copy to Public Agency.

The undersigned vendor certifies that he/she is aware of the commitment to comply with the requirements of N.J.S.A. 10:5-31 and N.J.A.C. 17:27 and agrees to furnish the required forms of evidence.

The undersigned vendor further understands that his/her bid shall be rejected as non-responsive if said contractor fails to comply with the requirements of N.J.S.A. 10:5-31 and N.J.A.C. 17:27.

COMPANY: ____________________________ SIGNATURE: __________________________

PRINT NAME:__________________________TITLE: ________________________________

DATE: __________________

CORPORATE DISCLOSURE STATEMENT

The undersigned is an - Individual - Partnership - Corporation

(please indicate with circle)

under the laws of the State of____________________________________________________

having principal offices at______________________________________________________

___________________________________________________________________________

RESPECTFULLY SUBMITTED BY___________________________________________

(Name of Corporation, Partnership or Individual)

WITNESS: ADDRESS ______________________________

TELEPHONE:_____________________________

S/____________________________ SIGNATURE:_____________________________

POSITION: ________________________ POSITION:_______________________________

SSAN (If Individual):_______________________

FED ID# (IF Incorporated):___________________

DATE:_______________________ DATE: ______________________________

NOTE: If Contractor is a CORPORATION, this proposal must be executed by its president, attested to by its secretary or assistant secretary, with the corporate seal affixed thereto. This proposal may be executed and attested to by other than the aforesaid corporate officers if they have been duly authorized to so act in behalf of the Contractor, pursuant to a resolution of the Corporate Board of Directors, or other authorization equivalent thereto. In that event, a certified copy of said resolution or authorization shall be attached to this proposal.

If Bidder is a PARTNERSHIP, then this proposal must be signed by at least one partner.

If Bidder is an INDIVIDUAL, please indicate Social Security Number in space provided above.

COUNTY OF MORRIS, PURCHASING DIVISION

ROOM 517, ADMINISTRATION & RECORDS BUILDING

COURTHOUSE, MORRISTOWN, N.J. 07963-0900

TEN (10) AMBULATORY or EIGHT (8) WHEELCHAIR POSITIONS

MINI-BUS SPECIFICATIONS

SCOPE:

It is the intent to provide adequate description of the current need for a new 2012 ready for service dual rear wheel cutaway bus.

The bus shall meet all applicable FMVSS, State of New Jersey, ADA demand responsive service, EPA requirements and Society of Automotive Engineers (S.A.E.) recommended practices.

Exceptions to this specification package must be detailed on separate sheet of company letterhead listing the section and subsection.

1.0 CHASSIS SPECIFICATIONS:

2012 Ford E-450, or approved equal, with heavy-duty service package.

GVWR: 14,500 lb. minimum

AXLES: 5,000 lb. minimum front; 9,500 lb. minimum rear

WHEELBASE: minimum 176"

SPRINGS: Front - Heavy-duty coil type; Rear - leaf type with extra leaf on lift side of bus. Additionally, the rear spring suspension shall also include the installation of an Amtech brand Rollguard model counter spring system.

SHOCKS: Heavy duty, gas-filled commercial type. (2 front, 2 rear)

TRANSMISSION:

Torqshift 5-speed automatic transmission with over-drive

BRAKES: Front and rear, ABS power disc. Cable actuated rear drum parking brake.

EMISSIONS: Shall meet Federal standards.

POWER STEERING: Full power steering approved by chassis manufacturer with tilt wheel. FUEL TANK: Minimum 55 gallons, DOT safety approved in compliance with fuel system integrity FMVSS 301, as applicable.

COOLING SYSTEM: Super engine cooling package protected to a minus 30 degrees with permanent anti-freeze.

ELECTRICAL: Alternator shall be chassis OEM supplied single 225 amp minimum size.

Dual battery system shall consist of two (2) 12 volt, maintenance free, 78 amp/650 CCA minimum each. A fully enclosed, skirt mounted, galvanized steel battery box with a stainless steel sliding tray and stainless steel slides for the battery on a ball bearing slide in lieu of frame mounted battery. Tray shall also be top hinged equipped with a rod latch when stowed. Compartment shall be weather-sealed with a laminated door with trim. Electrical switches amperage capacity must exceed the amperage draw, fuses and circuit breakers must exceed draw for OEM body and chassis.

A 150 amp continuous-duty relay shall be installed and activated by the ignition switch for the purpose of providing electrical current to the body accessories.

The body electrical control panel shall consist of fuses and relays.

A master disconnect switch shall be included.

TIRES: Seven (7) radial, all season, single front and dual rear with valve stem extensions. All wheels (rims) will be painted white, including a spare tire mounted in an underneath tire carrier.

There shall be wheel trim on each side of the bus over the rear wheels, made of ABS/fiberglass composite.

Front and rear mud flaps, 3/16” thick rubber, shall be installed.

ENGINE: 6.8 liter EFI V-10 gasoline engine.

REAR EXHAUST: The exhaust pipe shall exit out the rear of the bus and through the rear bumper on the driver’s side of the bus.

MISCELLANEOUS:

Heavy-duty oil filter and heavy duty air cleaner.

Dual electric horns.

Rust resistant muffler.

Amp, oil and temperature gauges.

High output dash heater with defroster.

Windshield wipers - two speed electric, with washer and intermittent feature.

Vehicle shall be equipped with a warning light system to activate when the coolant temperature rises above 210 degrees F.

Chassis OEM front dash air conditioner.

Chassis custom slim line engine cover with integrated driver control body-switch panel shall be installed. Auxiliary heater and air conditioner connection package.

Trip odometer.

Tilt & Cruise Control.

Integral transmission oil cooler and integral engine oil cooler.

Chassis supplied front bright chrome grille and bumper with license plate holder attached.

Drive shaft guard installed.

Chassis OEM supplied AM/FM Clock radio with CD player, system shall have four (4) stereo speakers in the body and one (1) in the driver’s door.

Driver’s side 12” diamond plated running board

Two (2) rear tow hooks shall be installed.

2.0 BODY SPECIFICATIONS

CAPACITY:

Vehicle capacity of ten (10) ambulatory passengers + four (4) forward facing wheelchair passengers; (or 6+5 or 8 wheelchair positions). Four (4) double foldaway seats shall be supplied on the curb side so that when there are no wheelchairs in that area, the seats can be folded down and used.

DIMENSIONS:

Total outside width of 96” minimum

Total outside length of 308” minimum

Exterior height 126” maximum

Interior width 92” at hip level

Interior height at center aisle 78”minimum

Entrance step: 12” maximum from the ground

CONSTRUCTION:

All body structures must be fixture welded, including roadside wall, curbside wall, rear wall and roof. All components making up these structures must be welded together. Mechanically fastening or bonding together is not acceptable (Exception is window radius which can be mechanically fastened). All body frame construction shall be 1.5” square tube steel, fully galvanized (inside and out) on the floor, walls and roof. The galvanized steel shall be triple coated with 99.99% pure zinc, and a conversion and clear organic coating. All welds shall be coated with G60 after all factory welding.

The roadside and curbside wall structures shall be constructed of 1 ½” x 1 ½” 18 ga. fully galvanized wall bows welded on uniform 24” centers top to bottom, with a modified galvanized C-Channel bottom rail and 1 ½” galvanized angle top rail. Exterior skin shall be made up of .024 galvanized steel laminated to Azdel SuperLite composite insulation panel. Interior panels shall be white Filon laminated to Azdel SuperLite composite insulation panel. All cavities of wall structure with exception of window locations are to be filled with 1½” block foam insulation. All components making up sidewalls shall be vacuum laminated using a water activated urethane adhesive. Insulation in walls and ceiling shall have an R-9.5 value, minimum.

The rear wall structure shall be constructed of 1½” x 1½” 18 ga. fully galvanized tubing. Exterior skin shall be made up of .024 galvanized steel laminated to Azdel SuperLite composite insulation panel. Interior panels shall be fully covered with carpet laminated to Azdel SuperLite composite insulation panel. All cavities of wall structure with exception of window or door locations shall be filled with 1½” block foam insulation. All components making up rear wall shall be vacuum laminated using a water activated urethane adhesive. A five piece ABS rear cap shall be installed. Lower caps in the left and right rear crash zone shall be 12 inches for serviceability and easy repair or replacement in case of an accident.

The interior rear wall shall be covered with carpet.

The roof structure shall be constructed of 1½” x 1½” 18 ga. fully galvanized formed bows welded on 24” centers. Roof bows shall be seated into 1½” galvanized C-Channel bottom rail. Exterior skin shall be made up of one piece FRP composite. Interior panels shall be white Filon laminated to Azdel SuperLite composite insulation panel. All cavities of roof structure shall be filled with 1” of expandable dual component polyurethane spray foam with exception of roof hatches and fluorescent lights. All components, making up roof shall be compression laminated using a water activated urethane adhesive.

The side, roof, wall and floor sub-assemblies shall be bolted together at every wall stud and roof bow rather than welded. The side wall structure shall be bolted to the roof and floor with 5/16” zinc plated bolts. Bolts shall be used to allow enough flexing with the movement of the chassis. The walls shall not be welded to avoid cracking due to added stress points. The construction shall have been tested to meet or exceed FMVSS 220 for bus roll-over protection and FMVSS 221 for body joint strength. Sidewalls shall be fastened to the floor structure by means of 5/16”-18 grade 5 bolts. These bolts shall go through the sidewall bottom c-channel into mounting tabs welded to the floor cross members every 24”.

The roof shall be fastened to the sidewall structures by means of 5/16”-18 grade 5 bolts. These bolts shall go through the roof c-channel into the sidewall top angle every 24”.

Rear wall shall be welded to the sidewalls, roof and floor structure at mounting tab locations at points around perimeter of rear wall.

All fasteners that will be exposed to the elements shall be zinc or stainless steel.

A continuous rain gutter shall be installed down both sides of vehicle ensuring water is diverted from entrance and window locations.

Undercoating: The entire underside of the body, including but not limited to; floor, skirts, wheel housings, sub-floor structure, rear bumper mounting brackets and braces shall be undercoated with rust-proofing material.

Interior Finish: Headliner: The passenger area headliner shall be finished with white Filon material, laminated to Azdel SuperLite composite insulation panel.

Walls: The sidewalls shall be finished with a light color Filon material laminated to Azdel SuperLite composite insulation panel. The interior side walls from the seat rail to the windows and the rear wall are to be covered with carpeting.

Sub-floor Structure

a. The floor structure shall be constructed of 2” x 2” 13 ga. fully galvanized cross members welded on 24” centers. A galvanized longitudinal hat channel shall run entire length of floor welded to cross members. Floor shall be flat with no interior wheel wells. Floor structure shall be covered with 3/4” marine grade plywood by means of screws into cross members and adhesive.

b. The floor shall be mounted to the chassis using continuous contact (1 5/8”thick, 11 gauge) hat channel following the chassis frame full length while still utilizing factory mounting points using 1/2”-13 grade 8 bolts. Isolator rubber, ¼” thick shall be attached the full length of the rail, for a unified weight load distribution, reduction of vibration and road noise. Chassis “Puck-Mounts” are to be removed, so the load doesn’t compress and distribution stays even, putting less stress on floor structure. Two die springs shall be installed in the front section of the frame for better ride quality and to protect the cab to body transition.

c. The entire floor structure shall be sealed to keep exhaust, water, dust or any other outside elements from entering the vehicle by means of expandable dual component polyurethane spray foam. Entire under body structure shall be undercoated following chassis manufactures guidelines.

SEATS:

Five Freedman, Mid-high notch back model double foldaway to be supplied and mounted on the street side for a capacity of 10 ambulatory passengers. The bottom cushion of the first seat shall be mounted 20.5” minimum from the modesty panel and the seat spacing shall be a minimum 39”.

Seats shall be covered entirely with CMI Enterprise FXE Striker Blue material with Nanocide.

All passenger seats are to have Freedman under-seat retractable (USR) belts.

Padded grab rails shall be installed on each aisle side seat back excluding the rear wall side seat.

Aisle side US arm rests shall be installed.

Two 24 inch seat belt extenders shall be installed.

All seats are to meet all applicable Federal specifications including FMVSS 210 standards. Each seat shall be mounted with a minimum of 3 bolts in the floor assembly and a minimum of 2 bolts in the seat rail.

Bidders shall include a detailed (dimensions) floor plan with their bid submissions including all dimensions for seat spacing and wheelchair tracking.

DRIVER’S SEAT:

The driver seat shall be a Ford OEM Driver’s Seat, high back with lumbar support and right side armrest. The upholstery shall be CMI Enterprise FXE Striker Blue material with Nanocide.

GLASS:

Windshield: One piece, tinted.

Side windows: The side passenger windows are to be dual pane, solid transit type with black frames, as opposed to the school bus type. The passenger windows shall be 46” wide by 32” high”. Two push out windows shall be supplied per side and be in compliance with FMVSS 217. The pushout windows shall be offset from each other. There shall be no window ajar audible signal supplied on pushout windows. Pushout window latches must be durable and able to withstand the rigors of transit use. Bidders may be asked to submit samples of proposed pushout window handle designs for the County’s approval prior to award.

Rear Windows: Shall be located in the rear wall beside the emergency door on each side; nominal measurement of 12” x 22”.

More-view-Window: Shall be located in the transition panel forward of the entrance door. This one-piece window shall be installed in a molded fiberglass panel finished with flush fasteners so minimal seams are apparent.

ENTRANCE DOOR:

The entrance door shall be an electrically operated in-cab transit style door with two outward opening panels.

There shall be a red-handled latch or mechanism located adjacent to the door, to manually open the door in case of electric door failure or emergency.

Signage shall be posted to readily identify the location of the emergency release latch. The entrance door shall have a clear opening of 30”x 83”.

The entrance door panels shall consist of 3/16” tempered safety glass.

The door frame shall be extruded aluminum.

Step wells, door hinges and entire door surround shall be stainless steel.

Entrance step depth shall be twelve (12) inches minimum with eight (8) inch risers for passenger entrance and egress.

The door hinges shall be stainless steel.

EMERGENCY DOOR:

All buses shall be equipped with a single center rear emergency exit door with fixed upper and lower glass. The emergency door shall be equipped with a 3 point-fastening device. The emergency door shall be equipped with padding at the top edge of the door opening. This padding shall have a smooth and even surface and no fasteners shall be visible on the surface of the padding.  

Two 2” decals reading “EMERGENCY DOOR” shall be applied to the outside and to the inside of the door.  An emergency door warning buzzer is to be provided to indicate when door is unlatched.  A red door light shall be mounted over the door. The door hinges shall be stainless steel.

FLOORING:

Entire floor shall be covered in Altro Transflor/Chroma/Cyber 2.2 mm thick minimum flooring. Flooring shall cover the main floor and shall be coved using coving strips under the flooring material 10” up the wall, wheel wells shall also be powder coated galvanized steel. Flooring material shall be installed over smoothed 3/4” marine grade plywood to assure there are no ridges or gaps in the surface and all seams shall be heat welded to make flooring seamless.

The entrance steps shall be the same Altro Transflor/Chroma/Cyber material; nosing shall be Altro Aluminum extrusion with North American Yellow Altro Step Nosing.

Four sets of ‘L’ tracking shall be installed from front to back on both sides of the bus. The ‘L’ tracks shall be recessed into the flooring to leave a smooth floor surface. The tracking installation shall comply with the mounting standards of the wheelchair securement manufacturer. The floor plan shall show all the dimensions of the proposed tracking.

LIGHTING:

Exterior:

Self-canceling directional switch, 4-way warning light flashers to work independently of brake lights. Two (2) LED red stop lights and a high mounted center LED brake (all stop/brake lights to work independently of all other lights), two (2) LED back-up lights, two (2) LED amber turn signals. The rear lights shall be stacked vertically on the rear wall. Three (3) LED front amber cluster lamps, three (3) LED rear red cluster lamps, two (2) front amber clearance lamps, and two (2) rear red clearance lamps are to be supplied. Side mounted

LED directional signals are to be located on the bus skirt. Two (2) outside ADA flush mounted lights, one located at the lift area the other located at the entrance door. An LED-type license plate light shall be supplied.

Four (4) 3” diameter red reflectors shall be installed at the rear corners of the bus.

Interior:

A 3” rectangular surface mounted LED light shall be supplied in the wall radius over each side window; Four (4) on the driver’s side and three (3) on the curb side, plus an additional dome light for driver and one (1) flush mounted interior light to be installed over the entrance door activated when the entrance door opens. Two additional “Maxima” low profile 14” x 3” Led lights with on/off switch shall be mounted in the ceiling over the aisle. An LED type step well light that is activated when entrance door is opened shall be installed. The entrance door and a LED type step well light should only be operational when vehicle engine is either running or ignition is in accessory mode.

A red light shall be located above each emergency egress window.

HEATERS:

The front heater shall be maximum size offered by the chassis manufacturer, to be controlled from driver's seat. A horizontal, wall mounted rear heater shall be supplied one with a rating of 50,000 BTU’s minimum. An auxiliary heater pump shall be installed.

Two shut-off valves shall be installed under the vehicle located behind the driver location for the heater system. Valves shall be protected with a steel enclosed box which shall be labeled for identification. Defroster shall be sufficient capacity to be able to keep windshield clear of fog, ice and snow.

A caged fan shall be provided in the driver area to supplement windshield defrosting.

MIRRORS:

Exterior Mirrors: Rosco M715, fully adjustable remote operated and heated mirrors shall be provided. An LED turn signal shall be provided on both exterior mirrors.

Interior Mirrors: Shall consist of an OEM windshield mounted rearview mirror and a 6” x 16” minimum mounted mirror on fully adjustable arm.

PAINTING AND LETTERING:

Exterior of bus is to be white with two stripes, matching the County’s fleet design. The vehicle is to be painted White with Sikkens low VOC high gloss acrylic Urethane paint using a hot sprayed on baked enamel process. The galvanized steel shall be pre-primed and the entire exterior hand sanded before painting.  The vehicle shall then be final washed and primed. High quality paint shall be used to stripe and letter each bus with the County’s current fleet design consisting of white base paint and two-color stripes.  Two coats of acrylic urethane shall be applied and air dried. Current fleet reference paint codes are White DuPont 28072, Dark Blue DuPont N0226 and Light Blue DuPont 5351.

Interior paint shall be Oxford white.

Lettering is to be applied on both sides per the County’s direction at time of order. Lettering as required under the ADA shall be provided and installed.

Emergency exits shall be lettered in accordance with State and Federal regulations. This requirement includes windows and doors.

Exterior height of vehicle, including emergency hatch shall be posted in clear view of the seated driver.

A “NO SMOKING, NO EATING, NO DRINKING” sign shall be posted in the front interior of the vehicle in view of all passengers.

A “THIS VEHICLE STOPS AT ALL RAILROAD CROSSING” sign shall be affixed to the rear exterior of the vehicle, in view of vehicles directly behind the bus. This sign shall be red lettering or white letters on red background per the County’s current fleet design.

WIRING:

Wires are to be function, color and number coded and loomed to prevent rubbing or chaffing. No wiring is to be located under the vehicle engine hood. An “as built” wiring diagram shall be provided along with trouble shooting and maintenance guides. All wiring and connections shall be of a non-corrosive material. In addition to the electrical panel over the driver’s area in the front of the bus, there shall be an access panel to the electrical wires in the upper rear driver’s side of the bus for easy access to wires in the rear and troubleshooting problems.

Four (4) spare wires are to be provided.

MISCELLANEOUS:

5 lb Fire extinguisher, triangle road reflectors, body fluid/spill kit and a 24 piece first aid kit shall be provided. The fire extinguisher, triangles and first aid kit shall be securely mounted in passenger compartment at seat level or lower.

A double profile school bus type rub rail constructed of metal shall be installed on the exterior sides at the seat level of the bus to provide additional body side impact protection to passengers. Regularly used switches shall be located below seated driver’s eye level in the console mounted on the custom slim line engine cover. All switches must be permanently labeled and back lighted.

An anti-ride rear bumper shall be supplied and installed. Bumper must meet NJMVC requirements. A glove box shall be installed in the front cap above the windshield with a min. capacity of 1400 cu. in.

Two seat belt cutters for use in emergencies. Cutter shall be designed to prevent injuries during use and be secured in a safe location, one in the driver's area and one located in the lift area. Specific locations to be determined after bid award.

Three sets of keys, (ignition, door locks and vandal lock) to be supplied at delivery.

A water infiltration test shall be performed to certify that each window, rivets and joints are water tight. Certification is to be supplied with each vehicle at time of delivery.

AIR CONDITIONING:

Chassis dash front OEM air conditioning shall be installed. Rear passenger compartment air conditioning shall be Trans Air TA733 Super system, rated at 70,000 BTU with a throttle position sensor and dual compressor and quick connect hoses. The evaporator shall be upgraded with an auxiliary heater pump adding 60,000 Btu of heating capacity. The final location of rear air conditioning evaporator is to be determined by MORRIS County and the awarded bidder.

3.0 ACCESSIBILTY FEATURES

WHEELCHAIR LIFT:

A fully automatic Braun NCL954IB3454-2 Century ADA wheelchair lift with hand held control pendant shall be located behind the rear axle on the curbside of the bus, meeting all ADA and FMVSS 403/404 requirements. Lift shall have a minimum useable platform width of 34”. A manual switch shall be installed to prevent operation of the lift until the doors are open. The lift shall have a rated lifting capacity of 1,000 pounds minimum. The manufacturer shall use a 2” galvanized square tube, 13 ga. steel, surrounding the wheel chair lift mounting area. A 3/16” thick steel plate shall be welded to the steel tube and floor structure to form a solid structure for supporting the lift.

INTERLOCK:

Vehicle shall have a lift interlock with dash mounted LED subsystem status display panel which requires the transmission to be in “Park” position before lift can be operated. The system shall use “Plug & Play” type wiring connections to connect with the vehicle chassis. A fast idle system shall be supplied, and shall be of similar design with dash mounted controls.

WHEELCHAIR LIFT DOOR:

The wheelchair lift door shall be located on the curbside, behind the rear axle. Door shall be 2 leaf-style doors and shall meet ADA-requirements pertaining to the door height. The wheelchair lift door/doors shall have a window.  The glass shall be made of tempered AS3 glazing with a 20% light transmittance tinted.

All doors shall be weather-sealed with bulb-type seal trim made of EPDM rubber. The door hinge shall be of heavy-duty type and their openings shall be accessible for easy adjustment. Each door hinge shall have a non protruding integrated door stop to prevent the doors from hitting the side of the bus.

There will be a positive door latch or latching system in place to secure door when doors are open to prevent door movement.

A lamp shall be mounted on the interior roof panels directly over the lift entrance. The lens of the lamp shall be made of polycarbonate. The lamp shall have an output of at least 15 candlepower. A lamp shall be mounted outside of the bus just below the lift door. The lens of the lamp shall be made of polycarbonate.

The lamp shall have an output of at least 32 candlepower.

The required Altro Transfloor must be level over this area.

There shall be a dash-mounted red light that illuminates when the lift door is open (door ajar warning).

TIE DOWN AND RESTRAINT SYSTEM:

Wheelchair Securements: Eight forward facing tie-down systems that have been crash tested at 30mph/20g shall be provided at the rear wall of the vehicle next to the lift. The Q’Straint QRT MAX model Q-8300-A1 systems or equal shall include heavy-duty retractors with “J” hook ends with adjustable and retractable lap/shoulder combo. The belts shall attach to, front fittings shall be installed 30 inches apart, rear fittings shall be installed 14 inches apart and front to rear fittings shall be installed 50 inches apart on the street side and 46” apart on the curbside. A Slide N’ Click Floor Anchor system shall be installed next to the wheelchair lift in addition to the ‘L’ track mounted positions. Eight Q-Straint storage pouches shall be installed on the side walls in a location to be discussed and reviewed with the successful bidder.

Also included shall be (two each) 12 inch and a 20 inch lap belt extensions model # Q5-6340-12-INT & # Q5-6340-20-INT.

STANCHIONS/GRAB RAILS:

Yellow painted grab handles shall be placed at entrance area on the left side and on the right side parallel to the steps and a yellow handrail shall be mounted on the forward and rear leaf of the entrance doors. Hand holds in the entrance area are required to have a textured design or finish to assist against hand slippage. The right side (forward) step handrail shall be fastened to the body at approximately the middle of the front bulkhead and the lower fastening point shall be approximately at the upper step. The single piece piping shall be curved to minimize encroachment into the path of the passengers as they board or disembark but be located so as to provide easy hand-hold access.

Two yellow painted steel grab rails running the length of the vehicle shall be installed in the ceiling attached to roof bows for increased strength and safety.

A floor to ceiling stanchion and a wall to stanchion guardrail shall be located behind the driver’s seat and behind the step well. All rails shall be finished in yellow paint. There shall be vinyl covered color coordinated modesty panel attached to these assemblies.

All stanchions and grab rails must meet NJMVC requirements for deviated/fixed route service. A stanchion /guardrail and modesty panel shall be located behind driver’s seat.

All piping, cutch eons and hangers, and hardware must be of transit grade quality, machine bended with smooth finished edges on the complete assemblies including fasteners.

4.0 ROOF HATCH:

Specialty brand Pro-Lo model #9215-0200 or equal deluxe roof hatch/vent shall be installed in the ceiling.

5.0 BACKING WARNING SYSTEM:

Intermotive “Hawkeye”, or approved equal, reversing distance sensor or equal shall be flush mounted using a total of two sensors mounted on the rear of the vehicle.

The monitor shall be installed within easy sight of the seated vehicle operator on the rear view mirror or other prior approved location. The system shall be installed such that it is only in operation when the transmission is in reverse.

6.0 EXTERIOR LIGHT MONITOR:

Doran Universal LED light monitor (reference p/n 00070838) shall be installed within the view of the seated driver that has indicators to show the rear exterior brake, tail, back-up, and turn signal lights are operating

7.0 DELIVERY:

7.1 Delivery of the buses shall commence within 180 days of receipt of purchase order.

7.2 Vehicles shall be delivered with no less than ¾ of a tank of fuel.

7.3 The unit and associated equipment furnished will receive a detailed pre-delivery inspection to assure the compliance with specifications in all aspects of the unit as well as subcontracted components or accessories. The vendor must receive approval in all areas before acceptance of the unit will be processed.

8.0 SERVICE FACILITY:

The bidder is required to indicate below the closest authorized body and body component warranty repair facility to our location, County of Morris Motor Services Center, West Hanover Avenue, Cedar Knolls, New Jersey. If a facility’s name and address is different than the bidder’s, a letter from the owner of that facility must accompany the bid indicating it is authorized by the body manufacturer, all bus component manufacturers and the bidder to perform warranty work on the bus bid. The bidder must provide for pick up and delivery at the County Garage of the vehicle in the event that a repair is required while still under warranty. Should the vehicle be out of service for more than 72 hours, bidder shall provide for a “loaner” vehicle until the repairs are completed, free of charge.

List the address of repair facility below.

9.0 WARRANTY:

New vehicle limited warranty should be at a minimum:

Bumper to Bumper, chassis- 3 years/36,000 miles

Body Conversion; installation, assembly and structure – 5 years/100,000 miles

Corrosion - 5 years/unlimited miles

Body and components- 1 year/12,000 miles

Bidder is to supply copies of warranties as supplied with bid including air conditioning, chassis, body, and lift components.

10.0 MANUALS:

• Wiring: An “AS BUILT” wiring manual shall be supplied with each bus delivered.

• Operations: A body manufacturer’s operations manual shall be supplied with each Purchase Order.

• Components: Air conditioner, wheelchair lift, wheelchair tie down, and other component service and operation manuals shall be supplied at delivery. One owner’s manual per bus, one parts book, repair manual, and an as-wired electrical diagram manual per Purchase Order shall be supplied at delivery.

• Chassis: Two complete sets of chassis service manuals shall be supplied per Purchase Order plus one CD or DVD format manual set, if available from manufacturer.

11.0 SERVICE TRAINING:

The successful bidder shall be available for training on or about the day of delivery in order to instruct MORRIS County personnel on the proper operation and maintenance of the vehicle, in addition an authorized technician from lift manufacturing company shall supply one day training for maintenance and supervisory personnel.

APPENDIX A: GENERAL DIMENSIONS

|16.1 |PASSENGER SEATING CAPACITY |10 + 8 WHEELCHAIRS (OR 20) |

|16.2 |OVERALL LENGTH |308” MINIMUM |

|16.3 |OVERALL WIDTH |96” MINIMUM |

|16.4 |OVERALL HEIGHT |126” MAXIMUM |

|16.5 |INTERIOR WIDTH |92” MINIMUM |

|16.6 |INTERIOR HEIGHT |78” |

|16.7 |STEP HEIGHT FROM GROUND |12” |

|16.8 |RISER HEIGHT |9” |

|16.9 |ENTRY DOOR DIMENSIONS (Clear) |32” x 80” |

|16.10 |GVWR |14,500 LBS. |

|16.12 |WHEELBASE |176” MINIMUM |

|16.13 |EXTERIOR SIDE WINDOWS |46”w x 32”h MINIMUM |

MODEL INFORMATION REQUIRED ON ALL EQUIPMENT BID

The manufacturer, make and exact models bid shall be submitted with all proposals.

PRE-DELIVERY INSPECTION

The unit and associated equipment furnished will receive a detailed pre-delivery inspection to assure the compliance with specifications in all aspects of the unit as well as subcontracted components or accessories.

The vendor must receive approval in all areas before acceptance of the unit will be processed.

MODEL INFORMATION REQUIRED ON ALL EQUIPMENT BID

The manufacturer, make and exact models bid shall be submitted with all proposals.

PRODUCT LIABILITY INSURANCE

The awarded vendor shall provide a Certificate of Insurance stating “products completed operations coverage”, as well as warranty coverage, in the amount of $1,000,000 per occurrence on the product being purchased.  The coverage will name the County of Morris as additional insured and shall cover for a period of three (3) years from the date of receipt by the County of Morris in acceptance of the vehicle.

Each certificate shall require that a thirty (30) day notice be given to the County Risk Manager by registered mail, return receipt requested, if any policy or any coverage is altered or cancelled.  Certificates of Insurance shall be delivered with the executed contracts prior to the date of delivery of the product being purchased.

DEFINITIONS

FORM OF CONTRACT

The form of contract which will be signed by the successful bidder shall be that as furnished by the County Counsel, a copy of which is on file with the Morris County Purchasing Division and may be inspected by any of the bidders upon request.

PROPOSAL GUARANTY (not pertaining to this bid)

The proposal, when submitted, shall be accompanied by a Proposal Guaranty, in the form of a certified check, bid bond, or cashier’s check, at the option of the bidder, payable to the Morris County Treasurer, in the sum of not less than ten percent (10%) of the amount of the proposal, except that the amount need not exceed $20,000.00, which the bidder agrees is to be forfeited as liquidated damages, and not as a penalty, if the contract is awarded to the bidder and the bidder shall fail to execute the contract or furnish the Bond and Insurance Certificates required within ten (10) days of the award. Otherwise the check shall be returned to the bidder.

CERTIFICATE OF GUARANTY BOND (not pertaining to this bid)

Each bid must be accompanied by a Certificate from a Surety Company, duly authorized to do business in the State of New Jersey, agreeing to furnish a Performance Bond if the bidder is successful, stating that such Surety Company will provide the bidder with the Guaranty Bond as required in the specifications, conditioned upon the faithful performance of any and all provisions of the contract.

GUARANTY BOND (not pertaining to this bid)

If the bid is accepted, the Contractor is required to furnish a Performance Bond in New Jersey Statutory Form, said Performance Bond to inure to the County of Morris.

CORPORATION OWNERS OR STOCKHOLDERS

In accordance with Chapter 33 of the Public Laws of 1977, the vendor shall submit 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.

QUALIFICATION OF THE BIDDER

The bidder must be an established concern in the business of providing the product bid and must satisfactorily prove to the County Purchasing Agent, upon request, that he has adequate facilities to perform all requirements in event of award.

RIGHT TO KNOW LABELING

All containers, including shipping cartons, shall bear a label indicating the chemical name(s) and Chemical Abstract Service number(s) of all hazardous substances, and all other substances which are among the five (5) most prominent substances in the container, or their trade secret registry number. (N.J.A.C. 8:59-5)

Container means a receptacle used to hold a liquid, solid or gaseous substance such as bottles, bags, barrels, boxes, cans, cylinders, drums and shipping cartons. (N.J.A.C. 8:59-1.3)

GENERAL INSTRUCTIONS TO BIDDERS

1. It shall be understood by the bidder that the bid is submitted on the basis of specifications prepared by the County, and the fact that any bidder is not familiar with the specifications or conditions will not be accepted as an excuse for the bidder’s failure to comply with the specifications.

2. Bidders must use the proposal form furnished by the County when submitting their bids. Each bid must be signed in ink or ball point pen by a person authorized to do so.

3. The Morris County Board of Chosen Freeholders shall award a contract or reject bids within sixty (60) days, except that the bids of any bidders who consent thereto may, at the request of the County, be held for consideration for such longer period as may be agreed.

4. In case of default by the bidder, the County reserves the right to purchase services on the open market and hold the bidder responsible for any losses resulting from the bidder’s default.

5. Affirmative Action Requirements: The provisions of Chapter 127, Public Laws of 1975, are applicable to this contract. Bidders are required to comply with the statutes.

6. Prices/percentages quoted on the proposal form must remain firm for a period of sixty (60) days after receipt of bids unless stated otherwise in the specifications.

7. Stockholder’s Certificate: In accordance with Chapter 33 of the Public Laws of 1977, each bidder shall complete the Stockholder’s Certificate which forms part of the bid package. New Jersey State Law requires rejection of any bidder not completing the form.

8. Bidders must complete and sign Public Disclosure Form, Stockholder’s Statement, and Non-Collusion Affidavit, and include them as part of his/her bid proposal. Failure to supply these documents shall be cause for rejection of bid.

9. Bidder must be an established concern in the business of providing the product/service bid and must prove to the County Purchasing Agent’s satisfaction, upon request, that he has adequate facilities to perform all requirements in event of award.

10. Prices shall be net, and include all charges for furnishing all the material and/or labor described in the specifications. Prices will include charges for packing, crating, containers, etc. and all transportation charges fully prepaid by the contractor, F.O.B. destination and placement at locations specified by the County. No additional charges will be allowed for any transportation costs resulting from partial shipments at the vendor’s convenience when a single shipment is ordered. All prices shall be less Federal Excise and State sales tax.

11. Bidders shall comply with 40A:11-18, Local Public Contract Law: American goods and products to be used where possible.

12. Failure to supply all necessary legal documents to the Purchasing Department within fourteen (14) days of notification of award of contact may be cause to reject bid.

13. The form of contract which shall be signed by the successful bidder shall be that as furnished by County Counsel, a copy of which is on file with the Morris County Purchasing Division and may be inspected upon request.

14. The successful bidder shall maintain sufficient insurance to protect against all claims under Workers’ Compensation, general liability and automobile. Certificates shall be subject to approval for adequacy of protection. Certificates shall be provided to the County when requested.

15. The County reserves the right to reject any or all bids, to waive any informalities in the bids, and unless otherwise specified by the bidder, to accept any item, items or services in the bid, should it be deemed in the best interests of the County to do so.

16. Equal or tie bids: The County of Morris reserves the right to award at its discretion to any one of the bidders.

17. Payments will be made upon the approval of a signed purchase order or voucher, and invoices submitted by the successful bidder, in accordance with the requirements of the Board of Chosen Freeholders and subject to the Board’s customary procedures.

18. The County of Morris is exempt from any State sales tax or Federal excise tax.

19. The successful bidder agrees to protect, defend, and save harmless the County against damage of payment for the use of any patented material, process, article, or device that may enter into the manufacture, construction, or form a part of the work covered by either order or contract.

20. The successful bidder will protect, defend, indemnify and hold harmless the County of Morris, the Board of Chosen Freeholders, their Employees, Agents and Servants from and against any and all losses, penalties, damages, settlements, costs, charges, professional fees or other expenses or liabilities, arising out of or resulting from the performance of the work or the completed operations provided that any such claim, loss or expense is attributed to bodily injury, sickness, disease, or death, or to injury to or destruction of the tangible property including the loss of the use resulting therefrom; and is caused in whole or in part by any negligent or willful act or omission of the Contractor and Sub-contractor (s), anyone directly or indirectly employed by any of them or anyone for whose acts they may be liable.

In any and all claims against the County of Morris or any of their Agents or Employees, by an employee of the Contractor or any Sub-Contractor, or anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable, the indemnification obligation of the Contractor shall not be limited in any way by the amount or type of damages, compensation or benefits payable by or for any contractor or any Sub-Contractor under Worker’s Compensation Acts, Disability Benefits Acts, or other Employee Benefits Acts.

21. Brand names and/or descriptions used in this bid proposal are to acquaint bidders with the type of commodity desired and will be used as a standard by which alternate or competitive materials offered will be judged. Competitive items must be equal to the standard described and be of the same reputation for quality and workmanship. Variations between the materials described and materials offered are to be fully explained by the bidder in an accompanying letter. In the absence of any changes by the bidder, it will be presumed and required that materials, as described in these specifications, be delivered. For purpose of evaluation, where an equivalent product is being offered, bidder must indicate any variation to the specifications, no matter how slight. If no variations are indicated, it will be construed that the bid fully complies with the specifications.

22. Prevailing Wage Rates: The provisions of Chapter 150 of the Laws of 1963, as amended by Chapter 64 of the Laws of 1974, New Jersey Statutes, prevailing wage rates of public contracts, as determined by the Department of Labor and Industry, may be applicable to this contract. Please contact Purchasing Agent if unsure.

23. Quantities shown are approximate, and the County reserves the right to increase or decrease quantities by 20% at the unit price bid. Bidders agree to permit any agency receiving County funds to purchase additional items at the quoted bid price.

24. In the event Morris County Offices are closed, bids will be accepted on the next day that offices are opened, at the same location and the same time.

25. Reasonable efforts will be taken by Morris County to keep information of a confidential or proprietary nature confidential during and after the procurement process as permitted by law, when such information is properly identified by the Proposer.

26. This Proposal is being solicited through a fair and open process, in accordance with N.J.S.A. 19:44A-20.4 et seq.

27. Revised Contract Language for BRC Compliance Goods and Services Contracts (including purchase orders)

N.J.S.A. 52:32-44 imposes the following requirements on contractors and all subcontractors that knowingly provide goods or perform services for a contractor fulfilling this contract: 1) the contractor shall provide written notice to its subcontractors to submit proof of business registration to the contractor; 2) prior to receipt of final payment from a contracting agency, a contractor must submit to the contracting agency an accurate list of all subcontractors or attest that none was used; 3) during the term of this contract, the contractor and its affiliates shall collect and remit, and shall notify all subcontractors and their affiliates that they must collect and remit to the Director, New Jersey Division of Taxation, the use tax due pursuant to the Sales and Use Tax Act, (N.J.S.A. 54:32B-1 et seq.) on all sales of tangible personal property delivered into this State.

A contractor, subcontractor or supplier who fails to provide proof of business registration or provides false business registration information shall be liable to a penalty of $25 for each day of violation, not to exceed $50,000 for each business registration not properly provided or maintained under a contract with a contracting agency. Information on the law and its requirements is available by calling (609) 292-9292.

Americans With Disabilities Act

Equal Opportunity For Individuals With Disabilities

The Contractor and the County of Morris do hereby agree that the provisions of Title II of the Americans With Disabilities Act of 1990 (the “Act”) (42 U.S.C. 12101 et. seq.), which prohibits discrimination on the basis of disability by public entities in all services, programs, and activities provided or made available by public entities, and the rules and regulations promulgated pursuant thereunto, are made a part of this contract. In providing any aid, benefit, or service on behalf of the County 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 County in any action or administrative proceeding commenced pursuant to this Act. The Contractor shall indemnify, protect, and save harmless the County, 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 County’s grievance procedure, the Contractor agrees to abide by any decision of the County which is rendered pursuant to said grievance procedure. If any action or administrative proceeding results in an award of damages against the County or if the County 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 County 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 County or any of its agents, servants, and employees, the County shall expeditiously forward or have forwarded to the Contractor every demand, complaint, notice, summons, pleading, or other process received by the County or its representatives.

It is expressly agreed and understood that any approval by the County 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 County pursuant to this paragraph.

It is further agreed and understood that the County 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 County from taking any other actions available to it under any other provisions of this Agreement or otherwise at law.

(REVISED 4/10)

EXHIBIT A

MANDATORY EQUAL EMPLOYMENT OPPORTUNITY LANGUAGE

N.J.S.A. 10:5-31 et seq. (P.L. 1975, C. 127)

N.J.A.C. 17:27

GOODS, PROFESSIONAL SERVICE AND GENERAL SERVICE CONTRACTS

During the performance of this contract, the contractor agrees as follows:

The contractor or subcontractor, where applicable, will not discriminate against any employee or applicant for employment because of age, race, creed, color, national origin, ancestry, marital status, affectional or sexual orientation, gender identity or expression, disability, nationality or sex. Except with respect to affectional or sexual orientation and gender identity or expression, the contractor will ensure that equal employment opportunity is afforded to such applicants in recruitment and employment, and that employees are treated during employment, without regard to their age, race, creed, color, national origin, ancestry, marital status, affectional or sexual orientation, gender identity or expression, disability, nationality or sex. Such equal employment opportunity shall include, but not be limited to the following: employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided by the Public Agency Compliance Officer setting forth provisions of this nondiscrimination clause.

The contractor or subcontractor, where applicable will, in all solicitations or advertisements for employees

placed by or on behalf of the contractor, state that all qualified applicants will receive consideration for employment without regard to age, race, creed, color, national origin, ancestry, marital status, affectional or sexual orientation, gender identity or expression, disability, nationality or sex.

The contractor or subcontractor will send to each labor union, with which it has a collective bargaining agreement, a notice, to be provided by the agency contracting officer, advising the labor union of the contractor's commitments under this chapter and shall post copies of the notice in conspicuous places available to employees and applicants for employment.

The contractor or subcontractor, where applicable, agrees to comply with any regulations promulgated by the

Treasurer pursuant to N.J.S.A. 10:5-31 et seq., as amended and supplemented from time to time and the Americans with Disabilities Act.

The contractor or subcontractor agrees to make good faith efforts to meet targeted county employment goals established in accordance with N.J.A.C. l7:27-5.2.

The contractor or subcontractor agrees to inform in writing its appropriate recruitment agencies including, but not limited to, employment agencies, placement bureaus, colleges, universities, and labor unions, that it does not discriminate on the basis of age, race, creed, color, national origin, ancestry, marital status, affectional or sexual orientation, gender identity or expression, disability, nationality or sex, and that it will discontinue 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, 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 state.nj.us/treasury/contract_compliance)

The contractor and its subcontractors shall furnish such reports or other documents to the Division of

Public Contracts Equal Employment Opportunity Compliance as may be requested by the office from time to time in order to carry out the purposes of these regulations, and public agencies shall furnish such information as may be requested by the Division of Public Contracts Equal Employment Opportunity Compliance for conducting a compliance investigation pursuant to Subchapter 10 of the Administrative Code at N.J.A.C.

17:27.

[pic]

|STANDARD BID DOCUMENT REFERENCE |

| |Reference: VII-A |

|Name of Form: |AFFIRMATIVE ACTION COMPLIANCE NOTICE |

|Statutory Reference: |N.J.S.A. 10:5-31 (P.L 1975, c.127) and N.J.A.C 17:27-1 et seq. |

|Instructions Reference: |Statutory and Other Requirements VII-A-1 |

|Description: |To assure vendor compliance with State affirmative action requirements. |

Each 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:

1. 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

2. A photocopy of a Certificate of Employee Information Report approval, issued in accordance with N.J.A.C. 17:27-4; or

3. 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.

This form provides the bidder guidance on the requirements. It is advisory in nature only and is a non-mandatory, waiveable form.

For information on the requirements of the Affirmative Action Law, contact:

Division of Contract Compliance & Equal Employment Opportunity in Public Contracting

Department of the Treasury

State of New Jersey

P.O. Box 209

Trenton, NJ 08625-0209

609-292-5473

E-mail: state.nj.us/treasury/contract_compliance/ccmail.shtml

Agency website: state.nj.us/treasury/contract_compliance

AFFIRMATIVE ACTION COMPLIANCE NOTICE

N.J.S.A. 10:5-31 and N.J.A.C. 17:27

GOODS AND SERVICES CONTRACTS

(INCLUDING PROFESSIONAL SERVICES)

This form is a summary of the successful bidder’s requirement to comply with the requirements of N.J.S.A. 10:5-31 and N.J.A.C. 17:27-1 et seq.

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. 17:27.1 et seq. 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. 17:27-1 et seq.

COMPANY: _______________________________ SIGNATURE: ____________________________

PRINT NAME: _____________________________ TITLE: __________________________________

DATE: __________________

................
................

In order to avoid copyright disputes, this page is only a partial summary.

Google Online Preview   Download