1
BOROUGH OF NETCONG
MORRIS COUNTY, NEW JERSEY
+ (1) WHEELCHAIR POSITIONS MINI-BUS
Bidding Documents
Notice to Bidders
Table of Contents
Instructions and General Conditions
Exceptions to Specifications
Bid Proposal Form
Stockholders Disclosure
Business Registration of Public Contractors
Non-Collusion Affidavit
Qualification of Bidder
Corporate Acknowledgement
Individual Acknowledgement
Disbarment Affidavit
Workers and Community Right to Know
Americans with Disabilities Act
Hold Harmless Agreement
Sample Contract
Affirmative Action Language (Exhibit A)
Acknowledgement of Receipt of Changes
Bid Document Submission Check List
Detailed Specifications
Borough Council
Joseph A. Nametko Mayor
Edward Koster, Council President
Patricia Butler
Robert Hathaway
Cecelia Laureys
Elmer Still
Jack Sylvester
Ralph Blakeslee, Borough Administrator
Cynthia Eckert, Borough Clerk
Robert Olivio, Superintendent
EXACT NAME OF BIDDER _____________________________________________
Signature of Official______________________________________________________
1
NOTICE TO BIDDERS
BOROUGH OF NETCONG, MORRIS COUNTY, NEW JERSEY
PURCHASE OF ONE (1) WHEELCHAIR POSITIONS MINI-BUS
NOTICE IS HEREBY GIVEN that sealed bids will be received by the Borough of Netcong, County of Morris, State of
New Jersey, in Borough Hall, 23 Maple Avenue, Netcong, New Jersey on November 20, 2012, 11:00AM., and at that
time will be publicly opened and read for the PURCHASE OF ONE (1) WHEELCHAIR POSITIONS MINI-
BUS. Bid prices shall remain firm for a period of sixty (60) days.
All bids must be submitted on the Proposal Forms furnished by the Borough. Bids on any other forms will not be
accepted. Bid documents and specifications can be downloaded for no charge online at www.netcong.org or
picked up at the Borough Clerk's Office,23 Maple Avenue, Netcong, NJ from 8:30 A.M. – 4:30 P.M., Monday –
Friday for a non-refundable fee of $25.00. Payment must be in the form of cash, certified check or money order
made payable to the Borough of Netcong.
Bids shall be addressed to the Borough Clerk, Borough of Netcong,23 Maple Avenue, Netcong, New Jersey 07857.
Each Proposal must be enclosed in a SEALED ENVELOPE, properly endorsed with the name of the Bidder, with the
designation "BOROUGH OF NETCONG, SEALED BID, (1) WHEELCHAIR POSITIONS MINI-BUS,
**November 20 2012, 11:00 A.M." Any envelope that is received that is not properly marked causing it to be
opened prior to the bid will be invalidated. Bids may be received before the hour designated in this office, if they are
mailed or hand delivered in person. The Borough of Netcong will not be responsible for any bid that is sent by mail or
other form of carrier which is lost or which arrives after the bid date and time, November 20, 2012, 11:00 AM.
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.
In addition to the proposal, each bidder will be required to submit a statement of his or her qualifications, experience,
financial ability, and a non-collusion affidavit. Failure to submit same with the proposal may result in rejection of the
bid. The Borough of Netcong reserves the right to reject any or all bids and to waive any informalities therein and to accept
any bid that will be in the best interest of the Borough of Netcong, New Jersey according to N.J.S.A. 40A:11-1. The
Borough of Netcong reserves the right to make separate purchase awards for various sizes and kinds of materials or
equipment required, based on the low unit bids submitted on such items.
The Borough of Netcong reserves the right to delete sections of work from the contract after the award of the bid has
been made due to funding or other reasons. The prices bid for various items of work shall not be adjusted due to the
deletion of any work due to the variation of any quantity for the various items scheduled in the Proposals.
Ralph Blakeslee, Borough Administrator
2
TABLE OF CONTENTS
SECTION PAGE
Notice to Bidders 1
Table of Contents 2
Instructions and General Conditions 3
Exceptions to Specifications 6
Insurance Requirements 7
Bid Proposal Form 9
Stockholders Disclosure 11
Business Registration of Public Contractors 12
Non-Collusion Affidavit 15
Qualification of Bidder 16
Corporate Acknowledgement 17
Individual Acknowledgement 18
Disbarment Affidavit 19
Workers and Community Right to Know 20
Americans with Disabilities Act 21
Hold Harmless Agreement 22
Sample Contract 23
Affirmative Action Language (Exhibit A) 26
Acknowledgement of Receipt of Changes 28
Bid Document Submission Check List 29
Detailed Specifications 30
3
INSTRUCTIONS AND GENERAL CONDITIONS
1. “Authorized Signature”, “Authorized Representative”, “Affiant”, “Official
Signature”, “Signature of Official”, “Company Official” and all other similar
terms in this document denote the owner or OFFICIAL of the company who is
authorized to enter into this contract on the company’s behalf with the Borough
of Netcong. If the person executing these documents is NOT an owner or official
(President, Vice President), a resolution of the company authorizing said
individual to execute these documents and the contract MUST be included with
the bid submission.
2. The terms „vendor‟, „bidder‟ and „contractor‟ are used interchangeably throughout this text, as are „bid‟
and „proposal‟.
3. Bids must be submitted in ink or typewritten only. In all cases where the respondent is asked to
“type” the information (i.e. “Type Bidder‟s Name”), the respondent should type or print legibly in
ink the information requested.
4. The Proposal (cover) sheet should be completed and signed by a company official in order to be
accepted by the Borough of Netcong as a valid bid.
5. All erasures or corrections must be initialed by each signatory to the proposal.
6. A bid cannot be withdrawn after the expiration of the time set for receiving bids, nor can any changes
in price or other details be made by letter, telegram or verbal statement.
7. The Borough of Netcong awards contracts or rejects all bids within sixty (60) days. Exception to this
schedule would be in accordance with N.J.S.A. 40A:11-24, which provides that “bids of any bidders
who consent thereto may, at the request of the contracting unit, be held for consideration for such
longer period as may be agreed.” All prospective bidders are advised of this schedule since bids must
be firm when bid and must remain so for the sixty (60) days or longer if otherwise agreed to by the
Borough of Netcong and the bidder.
8. The successful vendor shall not assign, convey, transfer, sublet or otherwise dispose of the contract or
any part and/or to any other person, company or corporation without the prior written consent of the
Borough of Netcong Council.
9. The successful bidder whose bid is accepted will be held responsible for any loss or error arising from
his/her failure or misunderstanding of the requirements listed in the specifications.
10. The successful bidder will provide all necessary tools, equipment and power to start and complete the
job.
11. After notification of award but prior to execution of a Goods and Services Contract and/or
Professional Services Contract, the successful bidder must submit the appropriate Affirmative Action
evidence (see Exhibit A following the contract which details the 3 acceptable types of evidence) to the
Borough of Netcong.
12. Bidders should sign the attached Non-Collusion Affidavit and have it notarized.
4
13. Bidders MUST complete and include the Statement of Individuals Owning 10% or More of Stock or
Interest in the Bidder‟s Business Entity (Stockholders Disclosure); otherwise the bid will be
rejected.
14. The Contractor, by submitting a bid, attests to the fact that neither he nor she, his or her company, nor
any subcontractors are prohibited from receiving the award under N.J.S.A. 34A:11-56.38 (regarding
State of New Jersey list of debarred contractors and subcontractors).
15. In the case of equal or tie bids, the Borough of Netcong reserves the right to award at its discretion to
any one of the tie bidders in any procedure it deems in the best interest of the Borough of Netcong.
16. The Borough of Netcong is exempt from all taxes including Federal Excise Tax, Transportation Taxes,
State Excise and Sales Tax and local taxes.
17. Bid prices are to remain firm for a period of not less than sixty (60) days to allow the Borough of
Netcong to determine the lowest bid that shall most economically serve the intentions of this bid.
18. It is understood and agreed that all prices bid are firm and not subject to any increase during the life of
the contract.
19. Successful bidder(s) shall indemnify and save and keep harmless the Borough of Netcong against any
and all claims for royalties, patent infringements or suits for information thereon which may be
involved in the manufacture or use of the items to be furnished.
20. The Borough reserves the right to waive defects and informalities in any and all bids and also reserves
the right to select the successful bidder whose proposal does, in the opinion of the Borough, best meet
the needs of the Borough of Netcong. The Borough may select the base bid and no options or the base
bid and some options.
21. Each proposal must be enclosed in a sealed envelope, properly endorsed with the name of the
Bidder, with the designation "BOROUGH OF NETCONG, SEALED BID, (1) WHEELCHAIR
POSITIONS MINI-BUS **November 20, 2012, 11:00AM If a bidder utilizes delivery service, the
outside envelope must state, “SEALED BID, + (1) WHEELCHAIR POSITIONS MINI-BUS” in
addition to the inner sealed envelope containing the above-required information. Any envelope
that is received that is not properly marked causing it to be opened prior to the bid opening will
be invalidated.
22. All equipment purchased by the Borough of Netcong shall be non-proprietary.
23. Only manufactured and farm products of the United States, wherever available, shall be used in
connection with this undertaking, pursuant to 40A:11-18 of the Revised Statutes of the State of New
Jersey.
24. The Contractor shall comply with all New Jersey State and Federal Laws as they pertain to the
performance under the contract.
25. Should any differences arise between the contracting parties as to the meaning or intent of these
instructions or specifications, the Borough of Netcong‟s Purchasing Agent‟s decision shall be final and
conclusive.
5
26. Where the Borough states a manufacturer‟s name, it is to be read as “brand name or equivalent” and it
is provided to advise bidders of the standard of the quality and an approved make of equipment. Any
bidder bidding alternative equipment shall ensure the unit proposed as an equivalent, at minimum,
meets the performance requirements and contains not less than specified requirements.
27. Bidders shall not change or modify any of the Borough of Netcong‟s requirements listed in this
specification.
28. Any prospective bidder who wishes to challenge a bid specification may file such challenges in writing
with the contracting agent no less than three (3) business days prior to the opening of the bids.
Challenges filed after that time shall be considered void and have no impact on the contracting unit or
the award of a specification.
29. The provision or performance of goods or services under this specification and by the successful
vendor shall 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.
30. Bids may be forwarded through the mail. However, the Borough of Netcong will not assume
responsibility for those bids. It is the bidder‟s responsibility for those bids. It is the bidder‟s
responsibility to see that the bids are presented at the specific room and place designated and on or
before the hour appointed. The Borough shall not be responsible for late postal or overnight delivery,
nor shall postmark dates or overnight dates be considered in honoring of bids. The Borough shall not
be responsible for bidder‟s hand delivering bids that arrive late or to the wrong location.
31. If the bidder bids the price in numbers different from the price in words, the Borough of Netcong will
consider the price in words as the bidder‟s price.
32. The Borough of Netcong reserves the right to reject any or all bids according to the law (N.J.S.A.
40A:11-1).
33. No official, employee or agent of the Borough of Netcong is permitted to accept gift(s) from vendors
or others conducting business with the Borough of Netcong.
34. All materials or services furnished on a Purchase Order are specific and subject to Borough inspection
and approval within a reasonable time after delivery at the Netcong destination indicated on the
Purchase Order. Materials or services other than those specified in this Purchase Order and its
attachments shall not be substituted without prior, written authority from the Borough of Netcong
Administrator or Purchasing Officer. Material rejected will be returned at the vendor‟s risk and
expense.
35. The Borough of Netcong Department Head who receives the item(s) or service(s) is required to sign
the Purchase Order/Voucher, certifying all items were received in full as listed on the Purchase Order.
36. The Borough of Netcong does not pay any late fees or interest charges.
37. Please return original bid documentation in its entirety, in order provided, with your bid submission
package.
6
How the Alternative Equipment or Exceptions to the Specifications Meet the Borough of Netcong’s
Criteria as Set Forth in the Specifications
Please list and attach any alternative equipment and any exceptions to the specifications for PURCHASE OF
(1) WHEELCHAIR POSITIONS MINI-BUS on company letterhead.
7
INSURANCE REQUIREMENTS
The successful Bidder shall procure and maintain, until acceptance by the Borough of the project, insurance
for liability of the kinds and in the amounts hereinafter provided with insurance companies authorized to do
business in the State of New Jersey. Before commencing the Work, the successful Bidder shall furnish a
Certificate or Certificates of Insurance to the Borough to show compliance with the requirements. The
documentation shall provide that the policies shall not be changed or canceled prior to thirty (30) days after
notice has been given to the Borough. The Contractor shall be obligated to maintain the insurance and to
renew policies as necessary. Furthermore, the Contractor shall provide evidence of the renewal of policies
where required.
In the event the Contractor fails or refuses to renew its insurance policies, or the coverage is canceled,
terminated, or modified so that the insurance does not meet the requirements of this Contract, the Borough
may refuse to make payment or provide further monies due under this Contract, or refuse to make payments or
provide further monies due under other Contracts between the Contractor and the Borough. The Borough in
its sole discretion may use monies retained under this paragraph to renew the Contractor's insurance for the
periods and amounts referred to herein. Ultimately, the Borough may default the Contractor and direct a
surety to complete the project. During any period when the required insurance is not in effect, the Borough
may suspend performance of the Contract. If the Contract is so suspended, no additional compensation or
extension of time shall be due on account thereof.
All insurance required herein shall be maintained during the life of this Contract. Insurance coverage in the
minimum amount set forth herein shall not be construed to relieve the contracting entity from liability in
excess of such coverage, nor shall it preclude the Borough from taking such other actions are available to it
under provisions of this Contract or otherwise in the law. The Insurance Certificate shall include the
designation as additional insureds of the Borough, and their professionals, their successors, officers, agents,
employees, and servants. The various requisite types of insurance shall be written for not less than the
statutory limits of liability or the limits of liability specified below, whichever coverage is greater:
a. Comprehensive General Liability insurance shall be at least as broad as the standard, basic,
unamended policy, endorsed to include broad form comprehensive liability coverage, in the following
amounts:
Bodily Injury Liability - one million dollars ($1,000,000.00) per occurrence; two million
dollars (2,000,000.000) aggregate.
Property Damage Liability -one million dollars ($1,000,000.00) per occurrence; two million
dollars (2,000,000.000) aggregate.
b. Comprehensive Automobile Liability, included owned, hired, and non-owned vehicles, in the
following amounts:
Bodily injury liability and property damage liability in the combined single limit, one million
dollars ($1,000,000.00);
c. Excess Liability in the umbrella form at the combined single limit of not less than one million
dollars ($1,000,000.00).
8
d. Workers Compensation and Employers' Liability Insurance is required to be provided in
accordance with the Laws of the State of New Jersey and to include an „All States' Endorsement to
extend coverage to any State which may be interpreted to have legal jurisdiction. The Employers'
Liability Insurance is to have a limit of not less than one hundred thousand dollars ($100,000.00) per
occurrence.
e. Contracts which involve work on a physical structure on-site shall require the successful
Bidder to purchase and maintain insurance upon the Work at the site in an amount equal to the total
bid price for completed construction, said insurance to be in the form of Builders All Risk coverage or
equivalent and to ensure against the following risks: losses due to fire, theft, vandalism and malicious
mischief, collapse, and water damage; to provide for damage, losses, and expenses rising out of any
insured loss or incurred in the replacement or repair of any insured property; including but not limited
to fees and charges of engineers, architects, attorneys, and/or other professionals.
The Contractor shall purchase and maintain similar property insurance on portions of the Work stored on or
off-site or in transit when such portions of the Work are to be included in an application for payment.
9
THE BOROUGH OF NETCONG
BID PROPOSAL FORM FOR
(1) WHEELCHAIR POSITIONS MINI-BUS
November 20, 2012 , 11:00AM
The Honorable Mayor and Borough Council:
THE UNDERSIGNED, as bidder, declares that the only person or parties interested in this proposal as
principals are as named below, that this proposal is in all respects fair and without collusion or fraud; that
he/she has carefully examined the General Conditions, the Specifications, the Contract, the Instructions to
Bidders; and that he/she proposes and agrees that, if this proposal is accepted, he/she will enter into a
Contract with the Borough of Netcong to provide the PURCHASE OF (1) WHEELCHAIR POSITIONS MINI-
BUS called for under these specifications complete in every detail for PURCHASE OF ONE (1)
WHEELCHAIR POSITIONS MINI-BUS:
Item: ONE (1) WHEELCHAIR POSITIONS MINI-BUS
Quantity: 1
Unit Cost: $_____________ Unit Cost: $_________________________________DOLLARS
(Bid price in Numbers) (Bid Price in Words)
Yr., Mfr., Model
Engine/Transmission
Delivery, A.R.O.
Warranty
DESCRIPTIVE TECHNICAL LITERATURE FOR ITEM MUST BE ENCLOSED WITH BID
EXCEPTIONS TO SPECIFICATIONS INCLUDED? [ ] YES / [ ] NO.
If Yes, include detailed explanation as required on Page(s) 6.
ARE SUB CONTRACTORS TO BE USED IN PROJECT? [ ] YES / [ ] NO.
10
The undersigned hereby acknowledges that the following information and/or documents are contained
within the bid submittal:
Statement of Individual(s) Owning 10% or More of Stock or Interest in the Bidder‟s Business
Entity (Stockholders Disclosure)
The bidder is [ ] an individual; [ ] any form of a Corporation; [ ] any form of a Partnership (check one).
If a Corporation or Partnership, give exact name of firm, also full name of Officer or Partner authorized to
sign for it.
_________________________________________
Type or Print Legibly Bidder's Name
By_______________________________________
Authorized Signature and Title
_________________________________________
Type or Print Legibly Name of Authorized Signature
Bidder's Business Address ___________________________________________________________
___________________________________________________________
___________________________________________________________
Telephone Number ( ) ____________________ Fax Number ( ) ____________________
Dated at:_______________________, this__________day of _______________, 20____
11
STATEMENT OF INDIVIDUAL(S) OWNING 10% OR MORE OF
STOCK OR INTEREST IN THE BIDDER’S BUSINESS ENTITY
In accordance with N.J.S.A. 52:25-24.2, no corporation, partnership, limited partnership, limited liability company, limited liability
partnership, Subchapter S corporation or sole proprietorship, shall be awarded a contract, unless prior to the receipt of the bid or
accompanying the bid of the corporation, partnership, limited partnership, limited liability company, limited liability partnership,
Subchapter S corporation or sole proprietorship, there is submitted to the Borough of Netcong, a statement setting forth the names
and addresses of all stockholders who own 10% or more of the stock, of any class or of all individual partners who own a 10% or
greater interest in the corporation, partnership, limited partnership, limited liability company, limited liability partnership, Subchapter
S corporation or sole proprietorship. If one or more such stockholder or partner is itself a corporation or partnership, the stockholders
holding 10% or more of that corporation‟s stock, or the individual partners owning 10% or greater interest in that partnership, as the
case may be, shall also be listed. The disclosure shall be continued until names and addresses of every noncorporate stockholder and
individual partner, exceeding the 10% ownership criteria established in this act has been listed. This form shall be submitted with the
bid whether or not a stockholder or partner owns less than 10% of the business submitting the bid.
Date: _______________________________
LEGAL NAME OF BIDDER: _____________________________________________________________________
Check which business entity the bidder is:
Corporation __________ Complete if the bidder is one of the 2 types of Corporations:
Subchapter S Corporation __________ Date Incorporated: ___________________________
Partnership __________ Where Incorporated: _________________________
Limited Partnership __________ NOTE: If no stockholder or partner owns 10% or
more of the business submitting the bid,
Limited Liability Company __________ please sign and date this form.
Limited Liability Partnership __________
Sole Proprietorship __________ _______________________/_______________
SIGNATURE DATE
BUSINESS ADDRESS:
___________________________________________/________________________________________________________
STREET ADDRESS CITY STATE ZIP
___________________________________________/________________________________________________________
TELEPHONE # FAX #
Listed below are the names and complete addresses of all stockholders or individuals who own ten (10) percent or more of its
stock of any classes, or who own ten (10) percent or greater interest therein.
___________________________________________________________________________________________________ NAME ADDRESS CITY, STATE ZIP
___________________________________________________________________________________________________ NAME ADDRESS CITY, STATE ZIP
___________________________________________________________________________________________________ NAME ADDRESS CITY, STATE ZIP
___________________________________________________________________________________________________ NAME ADDRESS CITY, STATE ZIP
12
BUSINESS REGISTRATION OF PUBLIC CONTRACTORS
(NEW REQUIREMENT; NO CONTRACT MAY BE AWARDED OR AUTHORIZED WITHOUT
SUBMISSION OF A VALID BUSINESS REGISTRATION CERTIFICATE)
New Jersey Business Registration Requirements
Effective September 1, 2004, all business organizations that do business with a local contracting agency are
required to be registered with the State of New Jersey and provide proof of that registration to the
contracting agency before the contracting agency may enter into a contract with the business.
All named contractors and subcontractors in a proposal performing work for a local contracting agency
must be registered with the State of New Jersey, Department of Treasury, Division of Revenue and must
provide proof of all registrations prior to the time a contract or purchase order is authorized or awarded by
the Borough of Netcong. Failure to submit proof of registration(s) for all named contractors and
subcontractors with the bid package may delay the award of a contract until the required proof of
registrations are received by the Borough of Netcong.
The contractor shall provide written notice to its subcontractors of the responsibility to submit proof of
business registration to the contractor.
Before final payment on the contract is made by the contracting agency, the contractor shall submit an
accurate list and the proof of business registration of each subcontractor or supplier used in the fulfillment
of the contract, or shall attest that no subcontractors were used.
For the term of the contract, the contractor and each of its affiliates and a subcontractor and each of its
affiliates [N.J.S.A. 52:32-44(g)(3)] shall collect and remit to the Director, New Jersey Division of Taxation,
the use tax due pursuant to the Sales and Use Tax Act on all sales of tangible personal property delivered
into this State, regardless of whether the tangible personal property is intended for a contract with a
contracting agency.
A business organization that fails to provide a copy of a business registration as required pursuant to section
1 of P.L.2001, c.134 (C.52:32-44 et al.) or subsection e. or f. of section 92 of P.L.1977, c.110 (C.5:12-92),
or that provides false business registration information under the requirements of either of those sections,
shall be liable for a penalty of $25 for each day of violation, not to exceed $50,000 for each business
registration copy not properly provided under a contract with a contracting agency.
Any contractor wishing to register should do the following:
Businesses must complete Form NJ-REG and submit it to the Division of Revenue. The form can be filed
online or by mailing a paper form to the Division. Online filing is strongly encouraged.
Register online at www.nj.gov/treasury/revenue/taxreg.htm. Click the "online" link and then select
"Register for Tax and Employer Purposes."
Download the paper form and instructions at www.nj.gov/treasury/revenue/revprnt.htm.
Call the Division at 609-292-1730 to have a form mailed to you.
Write to the Division at: Client Registration Bureau, PO Box 252, Trenton, NJ 08646-0252.
13
Registering as an individual: There is a simplified registration process for individuals doing business with
any New Jersey government agency. The form (NJ-REG-A) can be downloaded from the web at
www.nj.gov/treasury/revenue/pdforms/rega.pdf. To obtain a copy by mail, call 609-292-1730, or write to
the Division at the Client Registration Bureau, PO Box 252, Trenton, NJ 08646-0252.
Questions about the registration process? Call 609-292-1730.
How do I receive the proof of registration certificate?
New registrants. When completing Form NJ-REG, make sure you answer "Yes" to the
contractor/sub-contractor question (Online - Item 17; Paper Form - Item 18). The Division of
Revenue will mail the certificate to the mailing address you supply on your registration form.
Previously Registered Businesses. Call 609-292-1730 and select option 3. The Division of
Revenue's service agents will take your order and mail you a certificate. Please allow 7 to 10
working days to receive your certificate. Alternately, you may visit the Division's Client
Registration Bureau in person and request a certificate. The address is 847 Roebling Avenue,
Trenton, NJ 08611. Service desk hours are 8:30 A.M. to 4:00 P.M., weekdays, excluding holidays.
A Company official's signature is required below to acknowledge that this requirement is read, understood
and complied with:
COMPANY: __________________________________________ DATE: ___________
SIGNATURE: _________________________________________________
PRINT NAME & TITLE: ________________________________________
14
SAMPLES OF THE ONLY TWO ACCEPTABLE BUSINESS
REGISTRATION CERTIFICATES
15
NON-COLLUSION AFFIDAVIT
STATE OF NEW JERSEY )
) ss:
COUNTY OF )
I, ____________________, of the City of ______________ in the County of ______________ and
the State of _____________, of full age, being duly sworn according to law on my oath depose and say that:
I am the of the firm of , the
bidder making the Proposal for PURCHASE OF ONE (1) WHEELCHAIR POSITIONS MINI-BUS,
and that I executed the said Proposal with full authority so to do; that said bidder has not, directly or indirectly,
entered into any agreement, 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 Borough of Netcong
and the State of NJ rely 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 service.
I further warrant that no person or selling agency has been employed or retained to solicit or secure
such contract upon an agreement or understanding for a commission, percentage, brokerage or contingent fee,
except bona fide employees or bona fide established commercial or selling agencies maintained by
_____________________________(Name of Contractor) (N.J.S.A. 52:34-15).
_____________________________________
Affiant Signature
_____________________________________ Type or Print Legibly Affiant Name and Title
Subscribed and sworn to before me this
day of , 20____
__________________________________________
Notary Public of
My Commission expires:
16
QUALIFICATION OF BIDDER
1. How many years has your organization been in business as a Contractor under your present name?
__________________________________________________________________________________
2. Have you ever failed to complete any work awarded to you?
__________________________________________________________________________________
3. Have lawsuits of any kind been filed with respect to any of your Contracts? Give full details.
__________________________________________________________________________________
4. Has any officer or partner of your organization ever failed to complete a contract handled in his own
name?
__________________________________________________________________________________
__________________________________________________________________________________
5. List all contracts which you are now performing or for which you have signed contracts but not started
work. (Give names and amounts of Contracts and Owners.)
__________________________________________________________________________________
__________________________________________________________________________________
6. Indicate method of financing this work if awarded:
__________________________________________________________________________________
__________________________________________________________________________________
7. Please list 3 references (name, company, complete address, phone #) familiar with your work.
(Attach additional sheets as necessary):
Ref #1: ___________________________________________________________________________
_________________________________________________________________________________
Ref #2: ___________________________________________________________________________
_________________________________________________________________________________
Ref #3: ___________________________________________________________________________
_________________________________________________________________________________
8. Please provide 3 years of company audits, bank references for your organization.
9. Additional remarks to be made here:
_________________________________________________________________________________
I hereby certify that the above information is correct as of this date.
Signed_________________________________________________
Position or Title__________________________________________
Name of Firm____________________________________________
Date_______________________________
17
CORPORATE ACKNOWLEDGEMENT
STATE OF )
COUNTY OF ) ss
On this ________ day of _______________ in the year 20____, before me personally came
____________________ to me known, who affirmed that he/she resides in _________________, that he/she
is the President of __________________, the Corporation described in and which executed the foregoing
instrument; that he/she knows the seal of said Corporation; that the seal affixed to said instruments is such
corporate seal; that it was so affixed by order of the Board of Directors of said Corporation and that he/she
signed his name thereto by like order.
Subscribed and sworn to before me this
day of , 20____
__________________________________________
Notary Public of
My Commission expires:
18
INDIVIDUAL ACKNOWLEDGEMENT
STATE OF )
COUNTY OF ) ss
On this ________ day of _______________ in the year 20____, before me personally came
___________________ to me known, who affirmed that he/she resides in _________________________,
that he/she is the partner or owner/President of ___________________, the Company described in, and which
executed, the foregoing instrument; and thereupon he/she acknowledged that he/she signed, sealed, and
delivered the same as his/her act and deed for the purposes therein expressed.
Subscribed and sworn to before me this
day of , 20____
__________________________________________
Notary Public of
My Commission expires:
19
THE BOROUGH OF NETCONG
BIDDER'S AFFIDAVIT INDICATING THEY ARE NOT
DEBARRED, SUSPENDED AND DISQUALIFIED
BY THE STATE OF NEW JERSEY
I, _____________________________, of the City of ___________________ in the County of
__________________ and the State of __________________________of full age, being duly sworn
according to law on my oath depose and say that:
I am ___________________________________, an officer of the firm of Proposal for the above named
work, and that I executed the said Proposal with full authority to do so; that said bidder at the time of
making of this bid is not included on the State of NJ, State Treasurer's List of Debarred, Suspended and
Disqualified Bidders and that all statements contained in said Proposal and in this Affidavit are true and
correct, and made with the full knowledge that the Borough of Netcong relies upon the truth of the
statements contained in said Proposal and in the statements contained in the Affidavit in awarding the
contract for said work.
The undersigned further warrants that should the name of the firm making this bid appear on the State
Treasurer's List of Debarred, Suspended and Disqualified Bidders at any time prior to, and during the life of
this Contract, including the Guarantee Period, that the Borough of Netcong shall be immediately so notified
by the signatory of this Eligibility Affidavit.
The undersigned understands that the firm making the bid as a Contractor is subject to debarment,
suspension and/or disqualification in contracting with the State of NJ and the Department of Environmental
Protection if the Contractor, pursuant to N.J.A.C. 7:1-5.2, commits any of the acts listed therein, and as
determined according to applicable law and regulation.
Name of Contractor (Type or Print Legibly)______________________________________
Signature/Title_____________________________________________________________
_____________________________________________________________
Type or Print Legibly Name of Affiant
Subscribed and sworn to before me this
day of , 20____
__________________________________________
Notary Public of
My Commission expires:
20
WORKERS AND COMMUNITY RIGHT TO KNOW ACT (N.J.S.A. 34:5A-1 et seq.)
Per N.J.S.A. 34:5A-1 et seq. (Workers and Community Right to Know Act) the State Department of Health
has adopted a Workplace Hazardous Substance List (N.J.A.C. 8:59-9) which includes 2051 substances that
pose a threat to the health and safety of employees. Therefore, under the provisions of N.J.A.C. 8:59-7,
each bidder must furnish the Borough of Netcong a "Material Safety Data Sheet" for each product they
supply which contains a substance listed on the Hazardous Substance List (N.J.A.C. 8:59-9). These
Material Safety Data Sheets must be submitted to the Borough of Netcong upon receipt of bids. The
Borough of Netcong reserves the right to request that a copy of the applicable Material Safety Data Sheet be
forwarded with the delivery of a product to the appropriate department. Furthermore, under the provisions
of N.J.A.C. 8:59-5, each product shall have a label affixed or stenciled onto any container that contains
such substances and is going to be supplied to the Borough of Netcong.
21
AMERICANS WITH DISABILITIES ACT
Equal Opportunity for Individuals with Disability
The Contractor and the Borough of Netcong do hereby agree that the provisions of Title II of the Americans With Disabilities Act of 1990 (the "ACT") (42 U.S.C. S12101 et seq.), which prohibits discrimination on the basis of disability by public entities in all services, programs, and activities provided or made available by public entities, and the rules and regulations promulgated pursuant thereunto, are made a part of this contract. In providing any aid, benefit, or service on behalf of the Borough of Netcong 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 Borough of Netcong in any action or administrative proceeding commenced pursuant to this Act. The Contractor shall indemnify, protect, and save harmless the Borough of Netcong, 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 incurred in connection therewith. In any and all complaints brought pursuant to the Borough of Netcong grievance procedure, the Contractor agrees to abide by any decision of the Borough of Netcong which is rendered pursuant to said grievance procedure. If any action or administrative proceeding results in an award of damages against the Borough of Netcong or if the Borough of Netcong 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 Borough of Netcong 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 proceedings is brought against the Borough of Netcong or any of its agents, servants, and employees, the Borough of Netcong shall expeditiously forward or have forwarded to the Contractor every demand, complaint, notice, summons, pleading, or other process received by the Borough or its representatives.
It is expressly agreed and understood that any approval by the Borough of Netcong 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 Borough of Netcong pursuant to this
paragraph.
It is further agreed and understood that the Borough of Netcong 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
Borough of Netcong from taking any other actions available to it under any other provisions of the
Agreement or otherwise at law.
22
HOLD HARMLESS AGREEMENT
Between: The Borough of Netcong, 23 Maple Avenue, Netcong, New Jersey 07857
AND Contractor/Bidder: ___________________________________
Address (not a Post Office Box): ___________________________________
Telephone & FAX No.: ___________________________________
It is understood and agreed the Contractor is:
1. An independent Contractor and not an employee of the Borough of Netcong.
2. The Contractor agrees to indemnify and hold harmless the Borough, the Borough Council of the
Borough of Netcong and all of its officers, agents and employees of and from any and all liability
for damages for injury to person and property, including death, and against and from all suits and
actions and all costs, damages and changes of whatsoever kind and nature, including attorney's fees
to which the Borough may be put for or on account of any injury or alleged injury to person,
including death, or property, resulting from the performance of the Contractor's operations under
this Contract, or by or in consequence of any neglect or omission of the party of the Contractor in
the performance of operations under this Contract, whether such operations, or the absence thereof,
be by the Contractor or anyone directly or indirectly employed by the Contractor.
3 . The Contractor shall hold the Borough of Netcong harmless for damages to the Contractor's
equipment utilized during the term of this contract.
4. The Contractor agrees to provide a Certificate of Insurance with the minimum amounts of insurance
to be carried by the Contractor as outlined in the Insurance Requirements section. The Borough of
Netcong to be named as additional insured.
Signed this _________________ day of ________________, 20_____
As the binding act in deed of______________________________________________
Name of Corporation
Authorized signature & title _____________________________________________________________
Print Legibly or Type Authorized signature & title____________________________________________
Witness______________________________________________________________________________
23
S A M P L E C O N T R A C T
(to be completed upon award of Contract to the successful bidder)
THIS AGREEMENT, made and entered into this ________ day of _______________, 20____
BETWEEN:
THE BOROUGH OF NETCONG, a municipal corporation of the County of Morris, having its
principal office at, 23 Maple Avenue, Netcong, NJ 07857 party of the first part, and hereinafter designated as
the Municipality.
AND, ____________________, a corporation, with offices at ___________________________, party
of the second part, and hereinafter designated as the Contractor: WITNESSETH, Whereas the Borough
Council, being the governing body of said municipality, duly advertised for bids to furnish, deliver, and install
all equipment, to do and perform all the work and labor required to be furnished and delivered, as mentioned
in the proposal and specifications hereto annexed, and the said Contractor did submit a proposal for
PURCHASE OF ONE (1) WHEELCHAIR POSITIONS MINI-BUS DATED _____________________
(which is included as part of this contract by reference as if it were fully incorporated herein).
NOW, THEREFORE, in consideration of the premises, and of the covenants herein contained, the said
Contractor, for itself, its successors and assigns, does hereby covenant and agree to and with the said
Municipality that it will furnish all the materials in the attached list during the term of the contract, which shall
be of the kind, quality and character mentioned in said proposal, and at the prices mentioned in said proposal,
not to exceed $_______________. Such material shall be delivered and installed promptly in accordance with
the provisions of the proposal. In case the said Contractor defaults in the performance of the proposal, the
Municipality may serve or cause to be served a written notice on said Contractor to complete the same and, in
the event that said Contractor shall not in good faith and within three (3) days comply with said notice, the
Municipality may acquire said materials and/or equipment elsewhere, or otherwise complete said proposal, by
bid or otherwise and the Contractor shall pay the excess between the contract price herein and the price to
purchase the material and/or equipment and any incidental expenses of rebidding, if rebidding occurs.
24
The said Municipality covenants and agrees to pay the said Contractor for such materials, equipment
and labor according to the aforesaid proposal upon presentation of a bill or bills therefore duly verified and
approved by the proper officer and committee, less such damages and expenses as it may have paid or incurred
because of the failure of the said Contractor to furnish the materials, equipment and labor in accordance with
this Contract.
The Contractor shall, to the extent of its legal liability, forever indemnify, hold and save harmless the
Municipality, its agents and all representatives thereof from and against all liability imposed as a result of loss,
injury, damage to person or property in whatever form and will forever defend in the name of and on behalf of
the Municipality every suit or cause of action, even if groundless, seeking to enforce any such alleged liability,
by reason of, arising out of or in connection with Contractor's negligent performance of this contract or any
negligent omissions by Contractor in its performance of this contract.
This Contract shall extend to, and be binding upon, the successors, and assigns or upon the heirs,
executors, administrators and legal representatives of the Contractor, as the case may be.
It is understood and agreed by the parties to this contract that the provisions of the Contractor's
proposal which forms a part of this contract describes the Contractor's obligations regarding the performance
of this contract.
The undersigned certifies that he/she is aware of the commitment to comply with the requirements of
N.J.S.A. 10:5-31 et seq. and N.J.A.C. 17:27 and has furnished the required form(s) of evidence.
25
IN WITNESS WHEREOF the said party of the first part has caused this instrument to be signed by its
Mayor, attested by its Borough Clerk, its official seal to be hereto affixed, and the said party of the second part
has caused these presents to be signed by its President and Secretary and its corporate seal to be hereto affixed
the day and year first above written.
THE BOROUGH OF MADISON
Attest:
Cynthia Eckert, Borough Clerk Joseph A. Nametko, Mayor
(SEAL)
CONTRACTOR
Attest:
______________________________ ______________________________
Secretary President
______________________________ ______________________________
Type or Print Legibly Type or Print Legibly
Name of Secretary Name of President
(SEAL)
See attached “Exhibit A” which is incorporated as part of this contract.
26
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.
27
The contractor or subcontractor agrees to revise any of its testing procedures, if necessary, to assure
that all personnel testing conforms with the principles of job-related testing, as established by the statutes
and court decisions of the State of New Jersey and as established by applicable Federal law and applicable
Federal court decisions.
In conforming with the targeted employment goals, the contractor or subcontractor agrees to review
all procedures relating to transfer, upgrading, downgrading and layoff to ensure that all such actions are
taken without regard to age, race, creed, color, national origin, ancestry, marital status, affectional or sexual
orientation, gender identity or expression, disability, nationality or sex, consistent with the statutes and
court decisions of the State of New Jersey, and applicable Federal law and applicable Federal court
decisions.
The contractor shall submit to the public agency, after notification of award but prior to execution of
a goods and services contract, one of the following three documents:
Letter of Federal Affirmative Action Plan Approval
Certificate of Employee Information Report
Employee Information Report Form AA302 (electronically provided by the Division and distributed
to the public agency through the Division‟s website at www.state.nj.us/treasury/contract_compliance)
The contractor and its subcontractors shall furnish such reports or other documents to the Division of
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.
(REVISED 4/10)
28
THE BOROUGH OF NETCONG
ACKNOWLEDGEMENT OF RECEIPT OF CHANGES TO BID DOCUMENTS
Pursuant to N.J.S.A. 40A:11-23.la, the undersigned bidder hereby acknowledges receipt of the following
notices, revision, or addenda to the bid advertisement, specifications or bid documents. By indicating date
of receipt, bidder acknowledges the submitted bid takes into account the provisions of this notice, revision
or addendum. Note that the local unit's record of notice to bidders shall take precedence and that failure to
include provisions of changes in a bid proposal may be subject for rejection of the bid.
Local Unit Reference
Number or Title of
Addendum/Revision
How Received (mail, fax,
pick up, etc.)
Date Received
Acknowledgement by Bidder:
Name of Bidder:_______________________________________________________
By Authorized Representative:
Signature:_________________________________________________________________________
Print Legibly or Type Name and Title:__________________________________________________
Date:_________________
29
BOROUGH OF NETCONG
BID DOCUMENT SUBMISSION CHECK LIST
PURCHASE OF ONE (1) WHEELCHAIR POSITIONS MINI-BUS
Did you remember to:
Complete the Bid cover page with the name of the bidder (company) and signature of a Company
official?
Include detailed explanations on page 6 (attach additional pages as needed) of all exceptions to
specifications?
Complete all sections of the Bid Proposal Form, including writing your bid price(s) both in numbers
and in words?
Include the completed form Statement of Individual(s) Owning 10% or More of Stock or Interest in
the Bidder‟s Business Entity (Stockholders Disclosure)?
Include a copy of the State of New Jersey Business Registration Certificate for the Contractor (and any
LISTED subcontractors, if applicable)?
Submit a completed and notarized Non-Collusion Affidavit?
Submit a completed Qualification of Bidder Form (along with three references)?
Submit the appropriate completed Acknowledgement (Corporate or Individual) depending upon the
type of company?
Submit a completed Disbarred, Suspended or Disqualified Bidder‟s Affidavit?
Submit a completed Hold Harmless Agreement?
Complete, sign, date and submit the Acknowledgement of Receipt of Addenda regardless of any
Addenda; if there are no addenda, write NONE in the box and complete, sign, date and submit?
Include all other items required as noted in the Detailed Specifications section of this bid package?
*** Once completed, remember to enclose all bid documents in a sealed envelope properly endorsed with
the name of the Bidder, with the designation "BOROUGH OF NETCONG, SEALED BID,
PURCHASE OF ONE (1) WHEELCHAIR POSITIONS MINI-BUS,
30
DETAILED SPECIFICATIONS
31
SPECIFICATIONS FOR ONE (1) WHEELCHAIR POSITIONS MINI-BUS
INTENT
It is the intent of the Borough of Netcong to purchase new and unused, 2012 or newer model year
Ford Super Duty Chassis or equivalent mini-bus as specified herein, delivered and handled according to the
detailed specifications.
The mini-bus will meet all applicable FMVSS, State of New Jersey, ADA, EPA
requirements and Society of Automotive Engineers (S.A.E.) recommended practices. The bus shall
meet Altoona Testing requirements. The test shall be at a minimum, seven-year/200,000 mile test
category. The Altoona Executive Summary, the sub-system test results, listing any and all failures
and the unscheduled maintenance report must be submitted with the bid.
Any service not meeting the specifications must have the exception fully explained on Page 6,
referencing the Item first. (Attach additional pages as needed.)
ALL QUESTIONS REGARDING THIS BID MUST BE IN WRITING TO MARVIN JOSS,
PURCHASING OFFICER AND MUST BE RECEIVED BY 11:00 A.M. PREVAILING TIME ON
NOVEMBER 20, 2012 USING AT LEAST ONE OF THE METHODS BELOW. THE BOROUGH
OF NETCONG IS NOT RESPONSIBLE FOR ANY QUESTIONS THAT DO NOT ARRIVE BY
THE QUESTION DEADLINE DATE AND TIME OF NOVEMBER 20, 2012, 11:00 AM
PREVAILING TIME.
ANY AND ALL QUESTIONS RECEIVED BY 11:00 A.M. PREVAILING TIME ON NOVEMBER
20, 2012 WILL BE COMPILED AND APPROPRIATE ANSWERS WILL BE PROVIDED VIA AN
ADDENDUM, IF NECESSARY. NO ANSWERS CAN OR WILL BE PROVIDED PRIOR TO
OR AFTER THAT TIME OR BY ANY OTHER MEANS. THE BOROUGH OF NETCONG IS
NOT RESPONSIBLE FOR ANY INSTRUCTIONS (ORAL OR OTHERWISE) THAT ARE
PROVIDED TO BIDDERS BY ANY EMPLOYEE OTHER THAN THE PURCHASING OFFICER
VIA ANY ADDENDA ISSUED.
FAX: 973-347-3020, ATTN: RALPH BLAKESLEE, BOROUGH ADMINISTRATOR
US MAIL: BOROUGH OF NETCONG, 23 MAPLE AVENUE, NETCONG, NJ 07857
EMAIL: [email protected]
NO ASSIGNMENT
This agreement shall not be assigned without the written consent of the Borough of Netcong which
consent shall not be unreasonably withheld. Assignee shall promptly prepare and complete such documents
as the Borough shall require.
AVAILABILITY AND DELIVERY
The bidder must indicate the number of days required for the delivery After Receipt of Order
(A.R.O.)
32
OWNERSHIP DISCLOSURE
All contractors shall comply with all laws governing the disclosure of all stockholders or partners,
as included in N.J.P.L., 1977, Chapter 33.
BID REVIEW
Bids may be reviewed once the bid meeting has concluded. Additionally, bid results are available in
the Netcong Borough Purchasing Department on the day following the bid openings for any interested party
that may wish to review them.
Requests for bid tabulations by mail will not be honored. In person requests for copies of bid results
will follow the Borough policy for copies.
EVALUATION
The quality of the equipment supplied, their conformity with the specifications, their suitability to
requirements, delivery terms, guaranty clauses, price of the materials shall all be taken into consideration.
Where equivalent equipment is offered, the Borough will determine if the proposed item is or equivalent or
better than that specified.
AVAILABILITY OF FUNDS
The Borough‟s obligation hereunder is contingent upon the availability of appropriated funds from
which payment for contract purposes can be made. No legal liability on the part of the Borough for
payment of any money shall arise unless, and until funds are made available to the Purchasing Agent for the
Borough of Netcong.
MANUALS
Unless otherwise indicated, a minimum of one (1) complete set of manuals per vehicle delivered
shall be provided with the equipment as follows:
1) Operator‟s Manual
2) Parts Book for body, chassis, air conditioning unit and wheelchair lift, “AS BUILT”.
3) Ford Shop Service Manuals including wiring diagrams and trouble shooting guide.
4) Body wiring diagrams, “AS BUILT”.
TRAINING AND TECHNICAL SUPPORT
The contractor shall provide all appropriate instructions to operating personnel with instructional
manuals as needed.
COOLING SYSTEM PROTECTION
All vehicles furnished must be protected to – (minus) 20°F (-30°C) with permanent type anti-freeze
and summer coolant.
33
AIR CONDITIONING
All air conditioning shall be factory installed; support system (cooling, electrical, etc.) shall be
upgraded in accordance with factory recommendations.
FUEL
All vehicles will be delivered with a minimum of three-quarters of a tank of fuel.
INSPECTION STICKER
Each vehicle shall be delivered with New Jersey motor vehicle new car inspection sticker in place as
prescribed by law.
DESIGN
Materials shall be of good commercial quality for the intended service and shall be produced by use
of current manufacturing processes and treated to resist rust, corrosion and wear.
The design of the mechanical member shall be such that the stress imposed through normal shock
loads of maximum engine torque, shall not cause rupture or permanent deformation or undue wear on any
member.
STANDARD EQUIPMENT
These specifications include all standard equipment provided for each vehicle unless specifically
upgraded or deleted. In the event options are required, the contractor shall provide upgrading of all support
systems affected, in accordance with factory recommendations.
DEMONSTRATION
Bidder shall be prepared to give, prior to bid award, a complete demonstration of the equipment
proposed at a Borough facility or a mutually agreed to location within the State of New Jersey. The
equipment so demonstrated shall be complete as offered by the bidder.
SERVICE
Contractor shall be able to service all equipment proposed and include his standard maintenance
contract to take effect at the guaranty period. The contractors shall maintain a manufacturer approved
service facility staffed with qualified service men and a working inventory of parts.
WARRANTY
Equipment shall be unconditionally guaranteed for a minimum of one (1) year beginning after the
acceptance by the Borough, including all labor, parts, travel time and freight. The air conditioner unit shall
be guaranteed for a period of two (2) years. Manufacturers warranty shall apply if greater.
MODEL INFORMATION REQUIRED
The manufacturer, make and exact models proposed as substitutes shall also be submitted on
34
bidders letterhead with any proposal contended to be "equivalent".
EQUIVALENT PROPOSALS
It is the intent of these specifications to describe and govern the purchase of new and unused motor
vehicles equipment with any and all accessories as noted herein. The units shall conform to the highest
quality of manufacturing and design standards. Any item or items not specifically mentioned herein, but
which would be required to produce a complete working unit, shall be supplied by the vendor.
If a bidder is basing his proposal on equipment other than what is specified in these bid documents
and wishes the equipment he proposes to be considered as an "equivalent", he shall submit on a separate
sheet, in the exact format of the technical specifications contained herein, an item by item description of
that which he proposes to substitute including any and all variations from or exceptions to the conditions
and specifications of this bid. Each line requires a response stating the specifications proposed by the
bidder. Failure to comply may result in rejection of bid.
TECHNICAL LITERATURE
Technical descriptive literature MUST be enclosed with bid. Failure to enclose such literature may
be reason to consider your bid as non-responsive.
KEYS
A minimum of four (4) sets of keys are required with each vehicle and piece of lockable equipment
ordered. This is a minimum requirement: if additional sets are required, it will be indicated in the detailed
specification section.
BID PROPOSAL PRICE INCLUSIONS
The price quoted shall include all options specified and all transportation charges fully prepaid to
Borough of Netcong Department of Public Works, Maple Avenue , Netcong, New Jersey.
INFORMALITIES
Netcong Borough reserves the right to reject any or all bids, to waive any informality in bid, to
accept in whole or in part such bid or bids as may be deemed in the best interest of Madison Borough.
TRANSITIONAL PERIOD
In the event services are terminated by contract expiration or by voluntary termination by either the
Contractor or the Borough of Netcong, the Contractor shall continue all terms and conditions of said
contract for a period not to exceed thirty (30) days at the Borough‟s request.
GENERAL: It is the intent to provide adequate description of the current need for model year 2012 or newer 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.
35
ONE ( 1 ) WHEELCHAIR POSITION MINI-BUS
COMPLIANCE
YES NO
CHASSIS SPECIFICATIONS:
2012 or newer Ford E-450 or equivalent with heavy-duty service package.
Chassis options shall include, shuttle bus package, preferred equipment group, exterior
upgrade package, front vinyl floor, light convenience group and solar glass. ____ ____
GVWR: 14,500 lb. minimum ____ ____
FRONT AXLE 5,000 lb. minimum ____ ____
REAR AXLE 9,500 lb. minimum ____ ____
WHEELBASE 190” minimum ____ ____
EXCEPTIONS:
BATTERY:
Two (2) 12 volt, maintenance free, (2) 78 amp. /650 CCA each shall be supplied. ____ ____
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. ____ ____
EXCEPTIONS:
BRAKES:
Front and rear, ABS power disc. ____ ____
Cable actuated rear drum parking brake. ____ ____
EXCEPTIONS:
COOLING SYSTEM:
Protected to minus 30 degrees F with permanent antifreeze. Nitrate
levels for coolant shall meet or exceed engine manufacturer‟s specifications.
Silicone base is not acceptable for heater cores. ____ ____
EXCEPTIONS:
36
COMPLIANCE
YES NO
DRIVELINE GUARD:
Driveshaft guard installed under the vehicle. ____ ____
EXCEPTIONS:
DRIVER’S SEAT:
Shall be a deluxe Ford OEM high back bucket seat Captain’s Chair or equivalent,
with Gray fabric upholstery. Adjustable forward and backward from a seated
position, a minimum seat back adjustment of 15 degrees, a head restraint to
accommodate 95 percent of the adult male population, and an adjustable
lumbar support. The driver‟s seat will be secured with nuts, bolts and washers
or flange headed nuts, and equipped with a 3 point lap and shoulder restraint
system with emergency locking retractor for upper torso/pelvic restraint. ____ ____
ENGINE:
6.8 liter EFI V-10 gasoline engine ____ ____
Integral engine oil cooler ____ ____
EXCEPTIONS:
EXHAUST:
Emissions must meet current Federal standards ____ ____
Rust resistant muffler ____ ____
Exhaust to exit under the rear bumper of the bus, driver side only ____ ____
EXCEPTIONS:
FUEL TANK:
Minimum 55 gallons, DOT safety approved in compliance with fuel system
integrity FMVSS 301, as applicable. ____ ____
Must have heat shield for fuel tank ____ ____
EXCEPTIONS:
37
COMPLIANCE
YES NO
INSTRUMENT AND GAUGES:
Dual electric horns ____ ____
Voltmeter and Tachometer ____ ____
Amp, oil and temperature gauges. ____ ____
Windshield wipers – intermittent two speed electric, with washer ____ ____
Trip odometer ____ ____
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. ____ ____
Vehicle will be equipped with a warning light system to activate when
the coolant temperature rises above 210 degrees F and if oil pressure
falls below 7 PSI. ____ ____
EXCEPTIONS:
SHOCKS:
Heavy duty, gas-filled commercial type. (2 front, 2 rear) ____ ____
EXCEPTIONS:
SPRINGS:
Front: Heavy-duty coil type; Rear: leaf type with extra leaf on lift side of bus.
Additionally, the rear spring suspension shall be enhanced by the installation of
a “Super Spring” model counter spring system. ____ ____
EXCEPTIONS:
POWER STEERING:
Full power steering approved by chassis manufacturer with tilt wheel. ____ ____
EXCEPTIONS:
38
COMPLIANCE
YES NO
TIRES:
Seven (7) radial, all season. Single front and dual rear, with one mounted spare
furnished and shipped loose. All outside wheels shall have stainless steel bolt on
wheel simulators. ____ ____
Valve stem extensions shall be supplied. ____ ____
EXCEPTIONS:
TRANSMISSION:
Torqshift 5-speed automatic transmission with over-drive ____ ____
Integral transmission oil cooler. ____ ____
EXCEPTIONS:
CAPACITY:
Vehicle capacity, fourteen (14) seated or twelve (12) seated plus two (2)
forward facing wheelchair positions and parcel/walker rack. ____ ____
A floor plan shall be submitted with the contractor‟s bid. The floor plan
shall be to scale. The plan as a minimum shall include seat locations,
door locations, wheel housings, aisle, seat spacing, windows, stanchions,
and driver‟s position. All body dimensions must be listed. ____ ____
EXCEPTIONS:
DIMENSIONS:
Total outside width of 96" minimum. ____ ____
Total outside length of 318" minimum. ____ ____
Exterior height 118” maximum ____ ____
Interior width 92" at hip level minimum ____ ____
Interior height at center aisle 78.5" minimum. ____ ____
Entrance step: 12" maximum from the ground. ____ ____
EXCEPTIONS:
39
COMPLIANCE
YES NO
AIR CONDITIONING:
Chassis dash front OEM air conditioning shall be installed. Rear passenger
compartment air conditioning shall be ACT-50HD, 68,000 BTU system with dual
compressors and quick connect hoses. ____ ____
The successful bidder will be required to perform a pull down or
general air conditioning test procedure: the bus will be soaked to
at least 100 degrees F at 45% humidity (minimum) in a controlled
atmosphere. (Soaking means the bus must be kept at 100 degrees F and
45% humidity for at least one (1) hour prior to testing). The temperature
will be taken at three (3) locations: front, mid and rear within the
passenger compartment at three (3) different levels: 12” from the ceiling,
12” from the floor and 12” from the hip line.
Air conditioning units shall be capable of dropping 30 degrees F within
30 minutes of the “soaked” situation while in high peak idle. All
temperature and humidity readings shall be taken at five-minute or less
intervals, with a recording thermometer. Computer printouts of readings
at 10-minute intervals shall be provided to the Borough.
All expenses for this test will be the responsibility of the successful bidder. ____ ____
EXCEPTIONS:
CONSTRUCTION:
All body structures must be fixture welded, these include: 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. All welds shall be coated with G60 coating after all factory welding. ____ ____
The roadside and curbside wall structures shall be constructed of 1 ½” x 1 ½” 18 gauge
fully galvanized wall bows welded on 24” centers top to bottom, with modified galvanized
C-Channel bottom rail and 1 ½” galvanized angle top rail. (no exceptions) FRP side panels
are not acceptable. 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 shall be filled with 1 ½” block foam insulation.
All components making up sidewalls shall be vacuum laminated using water activated
urethane adhesive. Insulation in walls and ceiling shall have an R-9.5 value minimum. ____ ____
40
COMPLIANCE
YES NO
CONSTRUCTION: CONTINUED
The rear wall structure shall be constructed of 1 ½” x 1 ½” 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 1 ½” 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 high 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 1 ½” x 1 ½” 18 ga. fully galvanized
formed bows welded on 24” centers. Roof bows shall be seated into 1 ½” 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”. ____ ____
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. ____ ____
Interior Finish: Headliner: The passenger area headliner shall be finished with a Filon
material, laminated to Azdel SuperLite composite insulation panel. ____ ____
41
COMPLIANCE
YES NO
CONSTRUCTION: CONTINUED
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. ____ ____
Romeo Rim rear bumper with “Hawkeye” back up sensor system shall be supplied and
installed. Bumper shall have a NJMVC compliant anti-ride shield. ____ ____
Chassis supplied front bright chrome grille and bumper with license plate holder attached. ____ ____
ELECTRICAL:
Alternator shall be chassis OEM supplied single 225 amp minimum size. ____ ____
Self-canceling directional switch, 4-way warning light flashers to work
independently of brake lights. ____ ____
One (1) red light above the emergency door and each emergency egress window ____ ____
One (1) door activated dome light over the entrance door ____ ____
Driver dome light ____ ____
Emergency door buzzer ____ ____
Two (2) red LED stop and Two (2) LED tail lights, wired separately ____ ____
Two (2) amber LED turn signals ____ ____
Two (2) LED backup lights ____ ____
Outside ADA light in lift area, lens must be flush with body ____ ____
Outside ADA light in entrance door area, lens must be flush with body ____ ____
3” amber reflectors, front ____ ____
Four (4) 3” diameter red reflectors shall be installed at the rear corners of the bus. ____ ____
An interior light to be installed over the entrance door and activated
when the entrance door opens. ____ ____
Stepwell light, activated when entrance door is opened ____ ____
Three (3) front LED amber cluster lamps ____ ____
42
COMPLIANCE
YES NO
ELECTRICAL:CONTINUED
Three (3) rear LED red cluster lamps, stacked vertically on rear wall ____ ____
Two (2) front LED amber clearance lamps ____ ____
Two (2) rear LED red clearance lamps ____ ____
Side mounted LED directional lights, located on bus skirt ____ ____
Electrical switches amperage capacity must exceed the amperage draw ____ ____
Fuses and circuit breakers must exceed draw for OEM body and chassis ____ ____
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 access panel in the driver‟s area, an additional access panel
to the electrical wires shall be installed on the driver‟s side of the bus in the upper rear
corner to gain access to wiring for troubleshooting. ____ ____
Four (4) spare wires are to be provided. ____ ____
Automotive fuses must be used on all body connections. All electrical
wires must be wrapped or loomed. ____ ____
Audio back up alarm ____ ____
An LED-type license plate light shall be supplied. ____ ____
Dual electric horns ____ ____
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 supplied. ____ ____
Seven (7), 3” rectangular surface mounted LED lights 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. ____ ____
43
COMPLIANCE
YES NO
ELECTRICAL:CONTINUED
Two (2) “Maxima” low profile 14” x 3” Led lights with on/off switch or equivalent, shall be
mounted in the ceiling over the aisle. ____ ____
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. ____ ____
EXCEPTIONS:
EMERGENCY DOOR:
The emergency door shall have a clear opening of 33” x 63”. A 2” RED
decal reading “EMERGENCY DOOR” to be applied to the outside and
“EMERGENCY EXIT” to be applied to the inside. An emergency door
warning buzzer to be provided to indicate when door is unlatched. The
door shall include an upper and lower glass panel, tinted. The door shall be
padded with a 3” wide head pad. A RED door light shall be mounted over the door.
The door hinges shall be stainless steel. ____ ____
Three-point slide bar latch system, with anti-hitch exterior handle ____ ____
New Jersey State approved vandal lock system, including starter interrupt,
shall be provided. ____ ____
Rear emergency door equipped with stainless steel piano hinges. ____ ____
Rear emergency door must be equipped with a device that prevents the
door, upon opening, from hitting rear of bus or any protruding lights. ____ ____
EXCEPTIONS:
ENTRANCE DOOR:
The entrance door shall be an electrically operated in-cab transit style door with external
key switch and 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”. ____ ____
44
COMPLIANCE
YES NO
The entrance door panels shall consist of 1/8” thick AS-2, tinted glass, full view panels
10.5” wide x 77” high. ____ ____
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, maximum
risers for safer and easier passenger entrance and egress. ____ ____
The door hinge shall be stainless steel. ____ ____
EXCEPTIONS:
FLOOR STRUCTURE:
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. Wheel wells shall be one-piece
14 ga. minimum, powder coated galvanized steel. Floor structure shall be covered with
3/4” marine grade plywood by means of screws into cross members and adhesive. ____ ____
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. ¼” Isolator rubber shall be used 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 transition from the
body to the chassis. ____ ____
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. ____ ____
EXCEPTIONS:
45
COMPLIANCE
YES NO
EMERGENCY WINDOWS:
Two pushout windows per side shall be installed; four total. 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 Borough‟s approval
prior to award. Each window shall have a red light over each emergency window.
Windows must meet FMVSS#21. ____ ____
EXCEPTIONS:
ENTRANCE HANDLES/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 and knurled 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.
____ ____
All piping, cutcheons and hangers, and hardware must be of transit grade quality,
machine bended with smooth finished edges on the complete assemblies including
fasteners. ____ ____
EXCEPTIONS:
46
COMPLIANCE
YES NO
FLOORING COVERING:
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. ____ ____
EXCEPTIONS:
ENTRANCE STEPS:
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. ____ ____
A standee line shall be inset between the stanchions at the front of the seating
area using the same North American Yellow Altro flooring used in the nosing. ____ ____
EXCEPTIONS:
GLASS:
Windshield: One piece tinted, OEM. ____ ____
Emergency Door: Rubber mounted glass in top and bottom halves of door.
Door will have a clear opening of 33”x 63”. Rear vision windows on
both side of emergency door will measure 12”x 22”. ____ ____
Entrance Door: Shall be double, outward opening “full view”, “big bus”
style. The door shall be electrically operated by driver. Glass area to have a
minimum of 1,600 square inches of area and tinted 70% green. ____ ____
An observation window shall be installed in the front roof cap to add light to the interior
and provide addition exterior vision for the passengers. ____ ____
EXCEPTIONS:
47
COMPLIANCE
YES NO
WINDOWS:
Side windows: The side passenger windows are to be dual pane T slide type, as
opposed to the school bus type. The passenger windows shall be certified by an
independent testing agency to be in compliance with FMVSS 217 (Bus Window
Retention and Release). Windows are to be a solid design with black frames, ____ ____
The side windows shall be dual pane windows, tinted: 32” high x 46” wide
solid type with black frames. The glass shall be tinted, tempered and dual pane
safety glass. Four pushout windows shall be included, two per side. ____ ____
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. ____ ____
EXCEPTIONS:
HEATERS:
The front heater shall be maximum size offered by the chassis manufacturer, and
controlled from driver's seat. A single 2-speed rear heater shall be supplied with a rating
of 65,000 BTU‟s minimum. An auxiliary heater pump shall be installed.
Heater shall be installed in a location as not to be a tripping hazard; final location
to be determined by Madison Borough with the awarded bidder. ____ ____
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. ____ ____
EXCEPTIONS:
48
COMPLIANCE
YES NO
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
bus delivered. ____ ____
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 bus delivered shall be supplied at delivery. ____ ____
Chassis: One complete set of chassis service manuals shall be supplied per bus
Delivered, plus one CD or DVD format manual set, if available from manufacturer. ____ ____
MIRRORS:
Exterior Mirrors: Outside rear view mirrors shall consist of two sets of Rosco M715, heated, remote
controlled mirrors or equivalent. One set shall be mounted on an overhang bracket on the right side and the
other on the driver‟s door. Each set shall have one upper 7”x 10” flat mirror with a
lower 10”x 4” convex mirror. ____ ____
Interior Mirrors: Shall consist of an OEM windshield mounted rearview mirror
and a 6” x 16” minimum mounted mirror on fully adjustable arm. ____ ____
EXCEPTIONS:
MISCELLANEOUS:
Front and rear mud flaps of 3/16” thick rubber shall be supplied. ____ ____
Four (4) sets of keys, (ignition, door locks and vandal lock) to be supplied at delivery. ____ ____
Driver‟s side 12” diamond plated running board ____ ____
(2) rear tow hooks shall be supplied.
Heavy-duty oil filter and heavy duty air cleaner. ____ ____
Chassis custom slim line engine cover that allows increased driver access must include
a cup holder. An integrated driver control body-switch panel shall be supplied. ____ ____
49
COMPLIANCE
YES NO
Auxiliary heater and air conditioner connection package. ____ ____
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. ____ ____
There shall be wheel trim on each side of the bus over the rear wheels. Trim shall
be made of ABS/fiberglass composite. ____ ____
A water test shall be performed to certify that each window, rivets and body joints
are water tight. Certification to be supplied with each vehicle at time of delivery. ____ ____
Storage bags mounted at rear of bus ____ ____
Glove box, right side under the windshield area. ____ ____
Registration holder mounted above driver ____ ____
EXCEPTIONS:
PAINTING LETTERING AND GRAPHICS:
Exterior of bus is to be painted White with Sikkens low VOC high gloss acrylic
Urethane paint or equivalent, using a hot sprayed on baked enamel process. The window panels and
lower window sills completely surrounding the side windows, 2” above and below
shall be black (“window blackout paint”). The galvanized steel shall be pre-primed
and the entire exterior hand sanded before painting. The vehicle shall then be final
washed and primed. Two coats of acrylic urethane shall be applied and air dried.
Gelcoat or composite finishes are not considered equal to this paint process and will
not be accepted. ____ ____
Lettering to be applied on both sides per the Borough‟s direction at time of order. ____ ____
Lettering as required under the ADA shall be supplied. ____ ____
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 if applicable, shall be posted in
clear view of the seated driver. ____ ____
50
COMPLIANCE
YES NO
A high Premium quality vinyl shall be used to stripe and letter each bus.
The buses shall be striped exactly like the present Borough of Madison
graphic scheme including contra-vision and double shading.
The words “Gasoline Fuel Only” shall be installed on or above
the fuel port door and above the fuel gauge. ____ ____
Emergency exits and ADA signage shall be lettered in accordance with
State and Federal regulations. Two (2) ADA handicap decals shall be
supplied. One shall be placed on the side lift door and one on the rear
door of the bus. The aluminum shall be pre-primed and the entire
exterior hand sanded before painting. The vehicle shall then be final
washed and primed. ____ ____
EXCEPTIONS:
PARCEL / WALKER RACK:
A 24” wide x 60” long parcel rack shall be installed in the front of the bus behind the
driver. The rack shall have two carpeted shelves. The shelves shall be angled and have
a lip to keep packages from rolling off the shelves. Both sides and back shall have
Plexiglas with rubber grommets where it is bolted to keep the Plexiglas from rubbing
and squeaking with the metal tubing. The first shelf shall be 36” from the floor.
The area below the first shelf shall be for walker storage. Bungee cords shall be supplied. ____ ____
EXCEPTIONS:
SAFETY EQUIPMENT:
5 lb Fire extinguisher, triangle road reflectors, body fluid/spill kit and a 24 unit 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. ____ ____
Three 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. ____ ____
EXCEPTIONS:
51
COMPLIANCE
YES NO
SEATS:
Seats shall be Freedman 35” Mid-high model seats or equivalent, for a capacity of 14 ambulatory
passengers. Four Freedman Mid-high double seats or equivalent, shall be installed on the curb side
and two Freedman Mid-high double seats or equivalent, shall be installed on the street side of the bus.
A 3-step foldaway seat shall be installed in the rear street side adjacent to the wheelchair
lift. Seat spacing on the curb side shall be 31” minimum. The distance from the stanchion
at the entry door to the bottom of the first seat shall be a minimum of 14”.
____ ____
Seat shall be covered entirely with CMI Medallion Healthcare vinyl with Keazu top
& bottom seat inserts and Trazu sides and back. Seat bottoms shall have a pillow top
cushion sewn in to each seat. ____ ____
All seats are to have Freedman under-seat retractable (USR) belts. ____ ____
All seats are to have padded grab handles mounted on the seat tops, excluding
the rear curb side and foldaway seats. ____ ____
Two 24 inch seat belt extenders shall be supplied. ____ ____
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 locations. ____ ____
EXCEPTIONS:
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. ____ ____
Care must be taken to be certain no water drain holes designed into the
body are clogged with the undercoating material. ____ ____
EXCEPTIONS:
52
COMPLIANCE
YES NO
WARRANTY:
New vehicle limited warranty should be at a minimum:
Bumper to Bumper, chassis- 3 years/36,000 miles ____ ____
Corrosion - 6 years/100,000 miles ____ ____
Body installation, assembly and structure- 5 years/100,000 miles ____ ____
Bidder to supply copies of warranties as supplied with bid including air conditioning,
chassis, body, and lift components. ____ ____
A set of air filters and belts (“AS BUILT”) shall be delivered with each vehicle. If
aftermarket belts are used; the same belt shall be supplied upon delivery. ____ ____
EXCEPTIONS:
WHEELCHAIR LIFT:
A fully automatic Braun NCL954IB3454-2 Century ADA wheelchair lift with hand held
control pendant or equivalent, 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” and length of 54”. 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. ____ ____
EXCEPTIONS:
WHEELCHAIR LIFT DOOR:
The wheelchair lift doors shall be located on the curbside, behind the rear axle.
Door shall be 2 leaf-style doors and measure 44.5” x 68.5”. Glass in each door shall
be tinted. The door hinges shall be stainless steel. The lift door shall contour to the
roof line of the bus for a smooth appearance. A roof dormer is not acceptable.
Two International accessible decals shall be applied on the exterior. A gas spring shall be
installed on each door leaf to prevent the lift doors from hitting the outward opening
entrance door or closing prematurely. There shall be a dash mounted pilot
light indication when the lift door is open. ____ ____
LED lights shall be mounted on the interior roof panels directly over the lift entrance
and outside of the bus just below the lift door. ____ ____
53
COMPLIANCE
YES NO
There shall be a dash-mounted red light that illuminates when the lift door is open ____ ____
EXCEPTIONS:
TIE DOWN AND RESTRAINT SYSTEM:
Wheelchair Securements: Four forward facing tie-down systems that have been
crash tested at 30mpg/20g shall be provided in the front and mid section of the bus and
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 “J” hook ends with adjustable and retractable lap/shoulder
combo. ____ ____
Flanged “L” track shall be installed horizontally across the width of the vehicle and
recessed flush with the floor. This shall provide four securement locations in compliance
with ADA. The belts shall attach to “L” track Floor Anchor fittings. The front two „L‟ tracks
shall extend from the street side wall 52 inches and the rear two „L‟ tracks shall extend
from the street side wall 60 inches. „L‟ tracks shall be 55 inches apart, center to center,
minimum. The location of entire system shall be discussed with Borough, successful bidder,
tie down system manufacturer and installer at time of bus order. ____ ____
Also included shall be (one each) 12 inch and a 20 inch lap belt extensions
model # Q5-6340-12-INT & # Q5-6340-20-INT, per bus. ____ ____
Two storage pouches shall be installed securely for wheelchair
restraint belts mounted on the wall in the wheelchair areas. ____ ____
EXCEPTIONS:
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. An Intermotive fast idle system shall be supplied
and be of similar design with dash mounted controls. ____ ____
EXCEPTIONS:
54
COMPLIANCE
YES NO
DELIVERY:
The vehicle shall be delivered complete within 120 days of the date the Purchase
Order is issued. Two (2) representatives of Madison Borough Department of
Public Works will conduct initial specification inspection and review at dealers
location prior to delivery. All units not delivered within said time frame shall be
assessed damages of $100.00 per day per unit post delivery date due.
Damages shall be deducted from the purchase price of the unit or units not delivered
in a timely manner. ____ ____
Vehicles shall be delivered with no less than ¾ of a tank of fuel. ____ ____
EXCEPTIONS:
LICENSE AND REGISTRATION:
Vehicle shall have MG license plates installed and vehicle registration to the
Madison Borough at time of delivery if the Borough opts to not register same itself. All necessary NJMVC
safety inspections shall have been completed prior to delivery of bus to the Borough. ____ ____
SERVICE TRAINING:
The successful bidder shall be available for training on or about the day of delivery
in order to instruct Madison Borough 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. ____ ____
SERVICE FACILITY:
The bidder shall have a manufacturer approved service facility within 75 miles distance
of the Borough‟s garage and have mobile service and parts delivery program to be
utilized for minor repairs or service during the warranty period. ____ ____
If repair can not be performed through mobile service bidder shall have available
and provide pick-up service for off site warranty covered repairs during the first year
of warranty and provide such service within three (3) working days of warranty
repair notification. ____ ____
Bidder shall be able to handle all body, chassis and component warranty. ____ ____
55
The bidder is required to indicate below the closest authorized body and body component warranty repair
facility to our location. 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 facility must be
within 75 miles of the Borough Garage.
Have you attached required authorization letters to your bid? _____Yes_____No_____N/A
(Failure to respond to this requirement will result in your bid being deemed non-responsive)
MOBILE SERVICES:
Bidders are required to have a mobile training, repair and parts delivery program to be utilized for training,
minor repairs or service during the warranty period. Proof of such a program must be provided with the
bid. (Photos of bidder‟s equipment, agreements with outside mobile agencies are accepted examples of
proof to be provided.)
EXCEPTIONS:
END OF SPECIFICATIONS