HVAC RFP 2011 - GPANJ · RFP-2 REQUEST FOR PROPOSAL Temperature Control and HVAC Maintenance The...

27
RFP-1 REQUEST FOR PROPOSAL Temperature Control and HVAC Maintenance FOR 2011

Transcript of HVAC RFP 2011 - GPANJ · RFP-2 REQUEST FOR PROPOSAL Temperature Control and HVAC Maintenance The...

RFP-1

REQUEST FOR PROPOSAL

Temperature Control and HVAC Maintenance

FOR 2011

RFP-2

REQUEST FOR PROPOSAL

Temperature Control and HVAC Maintenance

The Township of Winslow is seeking sealed proposals for “Temperature Control and HVAC Maintenance” for the Township of Winslow. All proposals are to be returned to Robert J. Castagna, Purchasing Agent, Winslow Township Municipal Building, 125 South Route 73, Braddock, NJ 08037-9422, phone number 609-567-0700 x2063. Proposals sent by mail shall be addressed as indicated above and shall be clearly marked on the envelope: “RFP – Temperature Control and HVAC Maintenance”. All proposals are due on or before Tuesday, April 12, 2011 at 2:00 pm at which time they will be publicly opened and read aloud. The Township Committee will be the sole discretionary body for consideration or rejection of the proposal. The Township may perform such investigation it deems necessary to determine a potential contractor’s qualifications and ability to perform the services under this Request for Proposal. This contract shall be awarded based on price and other factors including experience and response time. This contract is an open ended contract. Description of Service Generally the services to be provided under this contract includes preventive maintenance and repairs to the HVAC systems and related controls at various Township owned buildings throughout the Township. All material and equipment furnished pursuant to this contract shall be new unless otherwise authorized by the Township. It shall be agreed that the contractor has included costs to remedy all deficient items, except as provided in the Work Not Included list, in his proposal and will be responsible for the satisfactory functioning of the equipment without extra compensation. The Township makes no representation as to the amount of time or number of repairs the contractor should anticipate for each location. The contractor is totally responsible to determine this based upon their own experience. The contractor may provide with his proposal a detailed list explaining the work intended to be performed. Any additional costs are to be itemized including repair costs, listed on a separate sheet and attached to the proposal. Additional costs will be considered in contract award. The Township’s interpretation of the specifications shall be final and binding upon the contractor. The Township shall make no allowance or concession to a respondent for any alleged misunderstanding or deception because of quantity, quality, character, location or other conditions. All interested parties are invited to inspect the facilities to determine for themselves the nature of the work and equipment involved in this RFP. Failure of any respondent to inspection the sites shall not exempt that contractor from fulfilling all the terms of this contract. To inspect the Township facilities contact Robert Castagna at 609-567-0700 x2063.

RFP-3

Cost Submissions Respondents shall provide their fixed, monthly cost to provide preventative maintenance, parts, supplies and all repairs as provided in this RFP. This cost is to be all inclusive of preventative maintenance and all repairs, labor, parts and materials. This shall include all control systems. The successful contractor may use this inventory to off set its proposed cost. All filters shall be included in the proposal cost. Respondent shall provide a fixed per hour service rate for a mechanic and helper for any service work beyond the fixed rate above for both normal hours and outside normal hours. Normal hours for the purpose of this proposal are defined as Monday through Friday 8:00 am to 4:30 pm holidays excluded. All other time shall be considered outside normal hours. Bidders shall provide a percent markup over their actual cost for any materials used in this contract not included in the fixed monthly costs above. Markup shall not be greater than twelve (12%) percent. Upon request the contractor shall provide the material purchased invoice as verification of actual cost. The contractor shall not be reimbursed for any other fees including, but not limited to trip fees, mileage fees, fuel surcharges, tolls, overtime rates or any other fees. The contractor shall be paid only for the hours at Winslow Township. The Township shall not pay travel time or portal to portal charges. The Township may authorize additional work outside the fixed all inclusive cost proposed. Estimated hours are listed below. These estimates are provided for contract award purposes. The estimated hours are for work not included in the fixed monthly all inclusive cost. The Township does not guarantee any of the estimated hours. This shall be an open ended contract and the contractor shall be paid for the number of hours and materials actually used.

Normal Hours • Mechanic – Minimum zero, Maximum 30 • Helper - Minimum zero, Maximum 30

Outside Normal Hours

• Mechanic - Minimum zero, Maximum 20 • Helper - Minimum zero, Maximum 10

Materials – Minimum zero, Maximum $1000.00 plus markup

The Township reserves the right to purchase any material, parts, or other items or to have similar services as would be provided in this contract from any other source or contractor as the Township deems to be in its best interest. The Township reserves the right to purchase repair parts and supplies to be used in this contract from other suppliers at its own cost.

RFP-4

Work Includes Temperature control systems, central air conditioning units, heating plants, boilers through the wall units, heat pumps and split systems are included in this contract. The following items shall be included in the monthly fixed cost as provided on the proposal form:

1. Preventative Maintenance program as described herein. 2. Furnish and install all necessary parts, relays, switch controls,

thermostats, humidity controls, valves, limit switches, belts etc., to maintain each system and its components including control systems in proper operating condition, as recommended by the manufacturer.

3. Furnish and install all lubricants, painting and cleaning supplies, glycol, refrigerant gas, etc. Clean all permanent filters.

4. Maintain the operating integrity and unified appearance of the systems, only authorized replacement part manufacturers will be acceptable replacement.

5. Calibrate system as required to maintain manufacturer’s specified system performance

6. Provide and install or repair all parts and other attachments and materials as required to maintain the manufacturer’s system performance.

Work Not Included The following items are not included in the monthly fixed all inclusive cost provided on the bid form:

1. The contractor shall not be required to furnish any new motors, compressors or heat exchange units under this section, however, he shall include all labor and other materials necessary to replace any new motors, compressors or heat exchange units that might be required.

2. Modifications to the system to comply with the recommendations or

directives of insurance companies, governmental bodies or for other reasons.

3. Maintenance or service required as a result of damage due to fire,

water corrosion, floods, storms, explosion, vandalism, war, accident, abuse, acts of God, the public enemy, civil commotion or any similar cause.

4. Replacement or repairs necessitated by reason of negligence,

abuse or misuse on the part of the Township. 5. The contractor shall be reimbursed for any rigging costs involved in

placement of motors, compressors or heat exchange units on the

RFP-5

roof top. Contractor must provide rigging invoice to receive reimbursement. No add-ons or markups are permitted.

6. Pre-existing conditions. Within 20 days of notice of contract award

the contractor shall inspect all locations and equipment and shall provide a report detailing all pre-existing conditions. If the report is not received with 20 days of notice of award it shall be taken to mean that there are no pre-existing conditions and that the contractor shall be completely responsible for the equipment in this contract.

Preventive Maintenance Program Vendors shall provide preventive maintenance at each location listed below. Preventive Maintenance costs shall be included in the fixed monthly costs provided on the bid form. Preventive maintenance shall include filters. Please note some locations will require only one service per year. Preventive maintenance service shall be provided prior to the heating season and prior to the cooling season. Services shall include but not be limited to:

• Two seasonal maintenance checkouts, one in the fall and one in the spring.

• Inspect all belts, adjust and/or replace as needed • Inspect compressor: suction psi, head psi, volts, electrical connections,

tighten and clean contacts, and check oil level and condition. • Inspect condenser coils: clean coil, check fin condition, check ENT and

LVG. • Chemically wash the evaporator and condenser coils each spring.

Clean drip pans each spring. • Refrigerant: check for leaks, charge as needed. • Fan and motor: check electrical connections, clean and tighten

contacts, check fan pulleys, check and lubricate bearings and motors. • Evaporator coil: clean coil, check fins, check ENT and LVG. • Condensate areas: inspect and clean drain pans, inspect and clean

drain. • Heating system: inspect burner and heat exchanger, check fuel supply

pressure, check pilot assembly, adjust flame, check primary relay and flue, check fan and limit switch operation, check blower assy., check RV valve, check heat strip, check defrost cycle.

• Inspect relays, contactors, overload and pressure switches. • Inspect thermostats. • Replace air filters (4) four times per year. Cost of filters to be

included in quoted Preventive Maintenance price. Filters shall be marked with the date that it is being replaced.

• Provide documentation of all inspections and actions taken.

RFP-6

Preventive maintenance shall be performed at the following Township locations two times per year:

1. Winslow Township Municipal Building 2. Winslow Township Police Records Building 3. Winslow Township Public Works Complex including garage and

road building 4. Winslow Township Municipal Annex in Tansboro 5. Winslow Township Senior Citizens Building 6. Municipal Utilities Operations Building

Preventive maintenance shall be performed at the following Township locations one time per year:

7. Peter Volpa Park Building 8. Donio Park Building 9. Albion Park Building 10. Stella Maiese Park Building 11. Winslow Township Public Works Office Trailer

Response Time For non-emergency service the contractor shall respond within eight (8) hours of receipt of telephone call requesting service. For emergency service the contractor shall respond within two (2) hours of receipt of telephone call requesting service. For the purpose of this contract “no heat” or “no air conditioning” shall require an emergency response.

RFP-7

Equipment Listing Contractors are advised that some equipment as noted has been or will be replaced during 2011 and will be under the manufactures warranty. Prices bid should reflect these HVAC improvements being made by the Township.

1. Winslow Township Municipal Building TCS Basys Controls for HVAC control at much of the Winslow Township Municipal Building. The contractor shall maintain this control system as part of the fixed all inclusive monthly cost.

UNIT # MAKE MODEL TYPE

AC-1 AAON RK-05-3-EQ-222 PACKAGED ROOFTOP AIR HANDLER

AC-2 AAON RK-05-3-EQ-222 PACKAGED ROOFTOP AIR HANDLER

AC-3A AAON RK-10-3-EQ-232 PACKAGED ROOFTOP AIR HANDLER

AC-4 AAON RK-10-3-EQ-222 PACKAGED ROOFTOP AIR HANDLER

AC-5 AAON RK-25-3-EQ-222 PACKAGED ROOFTOP AIR HANDLER(to be replaced summer 2011)

AC-3B AAON RK-8-3-EQ-212 PACKAGED ROOFTOP AIR HANDLER

AHU-1 CARRIER 39LA06AEDBR-AFA SPLIT SYSTEM AIR HANDLING UNIT

CU-1 RHEEM RAWD-075-CAZ CONDENSING UNIT

AHU-2 SANYO UNKNOWN SPLIT SYSTEM AIR HANDLING UNIT

CU-2 SANYO US12ABMCF CONDENSING UNIT

B-1 WEIL MCLAIN BL-984-WF GAS FIRED BOILER (to be replace Spring 2011)

DHW-1 WEIL MCLAIN ULTRA PLUS 60 INDIRECT WATER HEATER

2. Winslow Township Police Records

UNIT # MAKE MODEL TYPE

RTU-1 TRANE TYFD151E3HNA PACKAGED ROOFTOP HEAT PUMP

3. Winslow Township Garage and Road Building

UNIT # MAKE MODEL TYPE

MUA-1 REZNOR UNKNOWN GAS FIRED MUA HEATING

IFR-1 REFLECT-O-RAY 4 INCH INFRA-RED GAS FIRED

IFR-2 REFLECT-O-RAY 4 INCH INFRA-RED GAS FIRED

IFR-3 REFLECT-O-RAY 4 INCH INFRA-RED GAS FIRED

IFR-4 REFLECT-O-RAY 4 INCH INFRA-RED GAS FIRED

FURN-1 BARD MPG-140D60C GAS FIRED FURNACE W/ DX COOLING UNIT

CU-1 RHEEM RAND036JAZ CONDENSING UNIT

FURN-1 BARD MPG120D60C FURNACE

RFP-8

4. Winslow Township Municipal Annex – Tansboro

UNIT # MAKE MODEL TYPE

B-1 WEIL-MCLAIN ULTRA 299 BOILER

DHW-1 WEIL-MCLAIN ULTRA PLUS 60 INDIRECT WATER HEATER

CU-1&2 RHEEM RANL-030JAZ CONDENSING UNIT

AH-1+2 RHEEM RHLLHM3617JA AIR HANDLER

CU-3 RHEEM RANL-030JAZ CONDENSING UNIT

AH-3 RHEEM RHLLHM3617JA AIR HANDLER

CU-4 RHEEM RAWL043JAZ CONDENSING UNIT

AH-4 RHEEM RHLLHM4821JA AIR HANDLER

CU-5 LG LSU122CE SPLIT UNIT OEM OFFICE

5. Winslow Township Senior Citizens Building

UNIT # MAKE MODEL TYPE

B-1 WEIL MCLAIN PFG-7-PI HOT WATER BOILER (to be replace Spring 2011)

CU-1 MCQUAY C080GO SPLIT SYSTEM CONDENSING UNIT

CU-2 RHEEM RAWD090CAZ-200 SPLIT SYSTEM CONDENSING UNIT

CU-3 MCQUAY BYME036-0426 SPLIT SYSTEM CONDENSING UNIT

PTAC-1 MCQUAY 16-07 THROUGH WALL

6. Winslow Utilities Operations Building

UNIT # MAKE MODEL TYPE

FURN-1 RHEEM 90RJ07EFS01 NATURAL GAS FIRED FURNACE

CU-1 RHEEM 10AJB48A01 CONDENSING UNIT

HWH-1 BRADFORD WHITE MIITW75T6BN12 NATURAL GAS FIRED HOT WATER HEATER

7. Peter Volpa Park Building

UNIT # MAKE MODEL TYPE

YORK E1RA060506B AC UNIT – ELECTRIC

BRADFORD WHITE M14056DS13 HOT WATER HEATER

YORK N-AHD2006A HEATER

8. Donio Park Building

UNIT # MAKE MODEL TYPE

GE AC WINDOW UNIT

BRADFORD WHITE M1403566FBN HOT WATER HEATER

REZNOR HEATER

RFP-9

9. Albion Park Building

UNIT # MAKE MODEL TYPE

RHEEM 81VP-206 HOT WATER HEATER

MARKEL BASEBOARD ELEC HEAT (2) BATHROOMS

MARKEL WALL MT ELEC HEAT (2) KITCHEN

10. Stella Maiese Park Building

UNIT # MAKE MODEL TYPE

TITIAN COMPACT HOT WATER HEATER

GE AIR CONDITIONER WINDOW UNIT

11. Winslow Township Public Works Office Building

UNIT # MAKE MODEL TYPE

AC-1 BARD WG-362-AXB PACKAGED OUTDOOR WALL MTD

AC-2 BARD WG-362-AXB PACKAGED OUTDOOR WALL MTD

Additional Contract Locations During the course of the contract, or any extension there of, the Township reserves the right to add or delete specific locations or equipment to this contract. Any such additions and or deletions will be in accordance with all terms and conditions, specifications and prices contained in the contractor’s proposal. The contractor will be given fourteen (14) days notice to affect any requested change. The Township reserves the right to have similar work or issue similar contracts to other contractors as it deems to be in their best interest. Experience Experience with Aaon HVAC and TCS Basys Controls is critical to the performance of this contract. The units at the Municipal building are Aaon units. TCS Basys Controls are used in much of the Municipal Building. Contractors shall be trained and experienced in this type of HVAC and control system. Each contractor shall provide information on training and maintenance experience on these units and controls with their proposal. Contractors shall include years of experience on Aaon units and TCS Basys controls and shall include references and contact information.

Pre-Contract Meeting Upon notification of award the contractor and Township representatives shall schedule a Pre-contract Meeting to discuss the contractors and Townships responsibilities, scheduling, reporting and other matters related to this contract. The meeting will be held at the Winslow Township Municipal Complex at a mutually agreeable time.

RFP-10

Assignment of Contract The successful contractor shall not assign, transfer, convey, sublet or otherwise dispose of the contract or any part thereof without the written consent of the Township of Winslow. Term of Contract The term of this contract shall be one year beginning on May 1, 2011. If, through any cause, the successful bidder shall fail to fulfill in a timely and proper manner obligations under this contract, or if the Contractor shall violate any of the requirements of this contract, the Township of Winslow shall thereupon have the right to terminate this contract by giving written notice to the Contractor of such termination. Such termination shall relieve the Township of any obligations for balances due the Contractor of any sum or sums set forth in the contract. In the case of default by the successful bidder, the Township may procure the goods or services from other sources.

At any time should the Township determine that any or all of the services described herein become unnecessary; the Township reserves the right to terminate any or all of this contract upon thirty days written notice.

Strikes, walkouts or other such instances shall be reason for the Township to immediately acquire other services until such time the Contractor can again complete the remainder of the contract. Such actions may also be cause for the Township to terminate the contract, at the Township’s discretion. Continuation of the terms of this contract beyond the fiscal year is contingent on availability of funds in the following year’s budget. In the event of unavailability of such funds, the Township reserves the right to terminate this contract upon thirty days written notice. Nothing in this contract shall preclude the Township from obtaining similar services from other contractors and/or other contracts. Insurance

Applicable insurance certificates must be furnished by the successful contractor naming the Township as additionally insured and certificate holder prior to commencement of work, as more particularly set forth herein on attached pages I-1 and I-2. Mandatory Affirmative Action Language

During the performance of this contract, the contractor agrees to comply with all the requirements of NJSA 10:5-31 et seq and NJAC 17:27. In accordance with Exhibit A attached hereto.

RFP-11

New Jersey Business Registration Requirements

In accordance with N.J.S.A. 52:32-44 respondents may provide with their bid a Business Registration Certificate issued by the State of New Jersey. Contractors are required to be registered at the time of bid. A Business Registration Certificate must be provided prior to award.

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

1. The contractor shall provide written notice to its subcontractors and suppliers to submit proof of business registration to the contractor;

2. Subcontractors through all tiers of a project must provide written notice to their subcontractors and suppliers to submit proof of business registration and subcontractors shall collect such proofs of business registration and maintain them on file;

3. Prior to receipt of final payment from a contracting agency, a contractor must submit to the contracting agency an accurate list of all subcontractors and suppliers or attest that none was used; and

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

A contractor, subcontractor or supplier who fails to provide proof of

business registration or provides false business registration information shall be liable to a penalty of $25 for each day of violation, not to exceed $50,000 for each business registration not provided or maintained under a contract with a contracting agency. Information on the law and its requirements are available by calling 609-292-9292. Stockholders Disclosure If bidder is a corporation or partnership, there must accompany its bid, a statement setting forth the names and addresses of all stockholders in the corporation or partnership who own ten percent (10%), or more of its stock, of any class, or of all individual partners in the partnership who own a ten percent (10%) or greater interest therein. If one or more stockholders or partnership, the stockholders holding ten percent (10%) or more of that corporation’s stock, or the individual partner owning ten percent (10%), or greater interest in that partnership, must be set forth as aforesaid. All bidders shall comply with the act relating to a disclosure statement to conflict of interest as per P.L., 1977, c.33, and shall submit the completed and signed disclosure statement as attached. Failure to submit this information may be cause for the rejection of the proposal, at the option of the Township.

RFP-12

Purchase Order Requirements No work shall be performed, services rendered or material provided by the

successful bidder unless a proper purchase order has been issued by the Township of Winslow in accordance with Chapter 58 of the Code of the Township of Winslow entitled “Purchase Procedure”. Vouchers shall be submitted in accordance with Chapter 10 of the Code of the Township of Winslow entitled “Claims Approval”. Requests for payment of goods or services delivered shall be made on Township of Winslow vouchers with copies of supplier’s invoices attached which shall specify the quantity, description, unit and extended prices of each item delivered. Payments shall not be provided on a frequency less than a monthly basis after services are rendered and vouchers are timely submitted for review and processing in accordance with attached Exhibit C.

Right To Know Act

The successful bidder shall comply with Winslow Townships “Hazard Communication (HAZCOM)/Right to Know (RTK) Program”. The successful bidder shall, within thirty (30) days from award of bid or upon the date of first delivery of products, whichever comes first, provide to the Township of Winslow the following:

1. A Material Safety Data Sheet for any product provided with the bid/contract herein and applicable under the “Right to Know” act.

2. A Hazardous Substance Fact Sheet for any product provided with the bid/contract herein and applicable under the “Right to Know” act.

3. Appropriate labels shall be on the containers in which products are delivered and which otherwise require labeling under the “Right to Know” Act.

Each contractor bringing chemicals on-site must provide Edward

McGlinchey and/or his designee with the appropriate hazard information on these substances, including the MSDS, the labels used and the precautionary measures to be taken in working with these chemicals.

All contractors performing construction work which may affect indoor air quality standards shall in accordance with NJAC 12:100-13 and Winslow Townships Indoor Air Quality Program notify David Pantalone and/or his designee not less than 24 hours prior to such commencement of work. Winslow Township Business License Any business submitting a bid and whose business is located within the Township of Winslow shall have a valid Winslow Township business license in accordance with Chapter 171 of the code of the Township of Winslow. A copy of a valid business license should be submitted with the bid. Businesses located outside the geographical bounds of Winslow Township are not required to possess a Winslow Township business license.

RFP-13

Prevailing Wage Rate

In accordance with N.J.S.A. 34:11-56.25 et seq., New Jersey prevailing Wage Rates shall be made a part of every contract for the performance of the described work. The New Jersey prevailing Wage Rates may be obtained from the New Jersey Department of Labor. An official copy of the wage rate determination is on file in the office of the Municipal Clerk. Certified payrolls shall be provided within one week of the last weekly pay date under this contract. Contractors are also advised that this project is being funded by the American Recovery and Reinvestment Act, and is subject to the Davis Bacon Act. Accordingly the higher of the two rates shall be paid.

Public Works Contractor Registration Act In accordance with N.J.S.A. 34:11-56.48 et seq. the Public Works

Contractor Registration Act, all bidders are required to be registered with the New Jersey Department of Labor at the time of receipt of bids. A copy of their certificate issued by the New Jersey Department of Labor should be provided with their bid but no later than prior to award of contract. It is unlawful to submit a bid if you are not registered.

1. All named contractors and sub-contractors must be registered with the Department of Labor pursuant to the PWCRA at the time the proposal is received, or the proposal will be determined to be non-responsive.

2. Any non-listed sub-contractor must be registered with the Department of Labor prior to physically starting work.

Contractors or subcontractors who are on the state or federal debarred contracts list shall not be considered.

Disclosure of Contributions Starting in January 2007, all business entities are advised of their responsibility to file an annual disclosure statement of political contributions with the New Jersey Election Law Enforcement Commission (ELEC) pursuant to N.J.S.A. 19:44A-20.27 if they receive contracts in excess of $50,000 from public entities in a calendar year. Business entities are responsible for determining if filing is necessary. Additional information on this requirement is available from ELEC at 888-313-3532 or at www.elec.state.nj.us.

RFP-14

PROPOSAL FORM

Temperature Control and HVAC Maintenance

2011

Fixed Costs

Location Fixed Monthly Cost

Annual Amount (monthly cost X 12)

1. Winslow Township Municipal Building

$ $

2. Winslow Township Police Records Building

$ $

3. Winslow Township Public Works Complex including garage and road building

$ $

4. Winslow Township Municipal Annex in Tansboro

$ $

5. Winslow Township Senior Citizens Building

$ $

6. Municipal Utilities Operations Building

$ $

7. Peter Volpa Park Building

$ $

8. Donio Park Building

$ $

9. Albion Park Building

$ $

10. Stella Maiese Park Building

$ $

11. Winslow Township Public Works Office trailer

$ $

Total Annual Fixed Cost $

RFP-15

Additional Costs

Title Cost per Hour Estimated Maximum Hours

Total Cost (cost per hr X estimated hrs)

Normal Hours Mechanic $ 30 $ Helper $ 30 $

Outside Normal Hours Mechanic $ 20 $ Helper $ 10 $

Materials Estimated

Amount Percent Markup Total Cost with

markup $1000 % $

Total Maximum Additional Costs $

GRAND TOTAL AMOUNT $ (Total Annual Fixed Cost + Total Maximum Additional Costs)

RFP-16

The undersigned is a � partnership, � corporation, � individual (check one)

under the laws of the State of

� New Jersey

� Other __________________

having principal offices at

I hereby certify that I have read and fully understand the specifications

provided by the Purchasing Agent and further certify that the bid hereon, and

information attached hereto, is within full compliance of said specifications.

Bidder (Company):

Signature:

(Please Type or Print)

Signed By:

Title:

Address:

Telephone #:

Fax #:

Federal ID #:

DATE:

I-1

CERTIFICATE OF INSURANCE ISSUE DATE (MM/DD/YY)

THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.

PRODUCER

INSURERS AFFORDING COVERAGE

NAIC #

INSURER A

INSURER B

INSURER C

INSURER D

INSURED

INSURER E

COVERAGES

THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN. THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES, AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.

INSR LTR TYPE OF INSURANCE POLICY NUMBER

POLICY EFFECTIVE DATE (MM/DD/YY)

POLICY EXPIRATION DATE (MM/DD/YY)

LIMITS

GENERAL AGGREGATE $ PRODUCTS-COMP/OP AGG. $ PERSONAL & ADV. INJURY $ EACH OCCURRENCE $ FIRE DAMAGE (Any one fire) $

GENERAL LIABILITY � COMMERCIAL GENERAL LIABILITY �CLAIMS MADE � OCCUR. � � GEN’L AGGREGATE LIMIT APPLIES PER ���� POLICY ���� PROJECT � LOC

MED. EXP. (Any one Person) $ COMBINED SINGLE LIMIT

$

BODILY INJURY (Per person)

$

BODILY INJURY (Per accident)

$

AUTOMOBILE LIABILITY � ANY AUTO � ALL OWNED AUTOS � SCHEDULED AUTOS � HIRED AUTOS � NON-OWNED AUTOS � �

PROPERTY DAMAGE $

EACH OCCURRENCE $ EXCESS LIABILITY � OCCUR � CLAIMS MADE � DEDUCTIBLE � RETENTION $

AGGREGATE $

STATUTORY LIMITS $ EACH ACCIDENT $ EL DISEASE-EA EMPLOYEE $

WORKERS COMPENSATION AND EMPLOYERS LIABILITY ANY PROPRIETOR/PARTNERSHIP/ EXECUTIVE OFFICER/MEMBER EXCLUDED? If yes, describe under SPECIAL PROVISIONS below

EL DISEASE-EA EMPLOYEE $ OTHER

DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/EXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS

Additionally Insured – Township of Winslow

CERTIFICATE HOLDER ADDITIONAL INSURED:INSURER LETTER CANCELLATION 15 DAYS NON-PAYMENT OF PREMIUM

SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO PROVIDE DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR REPRESENTATIVES.

Township of Winslow Deborah A. Iannaco, RMC Municipal Clerk 125 South Route 73 Braddock, NJ 08037

AUTHORIZED REPRESENTATIVE

I-2

INSURANCE COVERAGE

The successful bidder, upon award and prior to commencement

of work, shall file with the Township of Winslow Certificates of

Insurance to provide as follows:

The limits of liability for insurance required for this contract shall

provide coverage for not less than the following amounts or greater

where required by law.

WORKER’S COMPENSATION:

a. State Statutory

b. Applicable Federal: Statutory

c. Employer’s Liability: $300,000.00

AUTO LIABILITY INSURANCE a. minimum limit of $1,000,000 (CSL) Bodily Injury and Property

Damage Liability per accident and including coverage for all of the

following:

• Liability arising out of the ownership, maintenance or use of any auto;

• Auto non-ownership and hired car coverage.

COMPREHENSIVE GENERAL LIABILITY:

a. Bodily Injury: $1,000,000 each occurrence

b. Property Damage: $1,000,000 each occurrence

Comprehensive General Liability Insurance will

provide explosion, collapse and underground

coverage’s where applicable.

c. Personal Injury: with employment exclusion deleted:

$1,000,000 Annual Aggregate

d. Automobile Liability: $1,000,000.00

STOCKHOLDER DISCLOSURE CERTIFICATION

STOCKHOLDER DISCLOSURE CERTIFICATION

Name of Business______________________________________________________

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

OR

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

the undersigned. Check the box that represents the type of business organization:

����Partnership ����Corporation ����Sole Proprietorship

����Limited Partnership ����Limited Liability Corporation ����Limited Liability Partnership

����Subchapter S Corporation

Sign and notarize the form below, and, if necessary, complete the stockholder list.

Stockholders:

Name: ______________________________ Name: ______________________________

Home Address: _______________________ ____________________________________

Home Address: _______________________ ____________________________________

Name: ______________________________ Name: ______________________________

Home Address: _______________________ ____________________________________

Home Address: _______________________ ____________________________________

Name: ______________________________

Name: ______________________________

Home Address: _______________________ ____________________________________

Home Address: _______________________ ____________________________________

Subscribed and sworn before me this _____ day of ________________ , 2011. (Notary Public)

My Commission expires:

_________________________________

(Signature)

________________________________

(Print name & title)

(Corporate Seal)

RFP-20

SAMPLE

FORM OF CONTRACT

THIS CONTRACT made this ** day of ****** , 2011 by and between the

TOWNSHIP OF WINSLOW, a municipal corporation of the State of New Jersey, party

of the first part (hereinafter called Township) and (name and address of vendor), A

(state of incorporation) CORPORATION, (hereinafter called Contractor), party of the

second part.

WITNESSETH

That said Contractor for the consideration hereinafter mentioned, does for

themselves, their heirs, executors, administrators, successors and assigns, covenant,

promise and agree, to and with said Township, its successors and assigns, that said

Contractor shall and will supply and deliver HVAC preventive maintenance and repairs

to the Township of Winslow in accordance with the specification for the work entitled,

“Temperature Control and HVAC Maintenance” which specifications and proposal form

of Contractor received (Date), are made a part of this Contract as fully and entirely as if

the same were entered herein, and again set forth.

Affirmative Action requirement - During the performance of this contract, the

Contractor agrees to comply with P.L. 1975, c.127 (N.J.A.C., 17:27). In accordance

with Exhibit A attached hereto.

AND in all respects conforming to and complying with the requirements and

provisions of said specifications, according to the terms and conditions thereof, and

providing and furnishing all the material and labor necessary for such work at its own

proper cost and expense according to the terms and conditions of said specifications.

RFP-21

AND in all respects comply with all requirements of the Labor Laws of the State

of New Jersey, applicable to contracts on behalf of the Municipal Government for

construction, alteration, or repair of any building or public work, including particularly, be

without limitation of the foregoing, the provision that not less than the prevailing rate of

daily wages in the locality where the work is performed shall be paid to mechanics,

workmen and laborers employed by the contractors or subcontractors or by or in behalf

of the State or any county or municipality.

IN CONSIDERATION WHEREOF, said Township of Winslow doth covenant,

promise and agree, to and with the Contractor, that it the Township, shall and will, in

consideration of the covenants and agreements herein contained being strictly

performed and kept by the Contractor as specified, pay or cause to be paid, unto the

Contractor the maximum sum of (price in words), ($price in numbers).

Payment shall be made to said Contractor by orders upon the Treasurer of said

Township, founded upon estimates of the Township Committee as to the amount of

work done or articles furnished and delivered, or both, and upon presentation by said

Contractor, to the Township Treasurer of said Township an appropriate voucher setting

forth, in writing, the amount of work done or goods furnished, and that the work done or

articles furnished are according to this Contract, and according to law and all payments

should be made in accordance with “Prompt Payment Regulations” adopted by the

Township of Winslow, Exhibit C attached hereto and made a part hereof.

AND it is distinctly and mutually understood and agreed by and between the

parties hereto, that in case a default is made in the completion of the Contract within the

time specified, in accordance with the terms and conditions hereof, such money as may

be due to said Contractor, or such as would have become due had the terms and

conditions of this Contract and agreement been complied with, shall be and is hereby

forfeited to said Township, and said Township is free to use the same in and about the

completion of said contract, and in case said Township is put to any costs and

expenses over and above the contract price of the Contractor, in and about the

RFP-22

completion of the Contract, said Contractor for themselves, itself, their heirs, executors,

administrators, successors and assigns, expressly agree to hold themselves, itself, their

heirs, executors, administrators, successors and assigns, liable therefore, and hereby

covenant and agree to make good the same to the Township. Upon Township

determination that services provided by the contractor are unsatisfactory, said contract

may be canceled subject to thirty (30) day written notice being provided to the

contractor.

AND it is expressly understood and agreed that no money shall be paid to the

Contractor except as above provided, and for the faithful performance of all and every of

the articles and agreements above mentioned, said parties to this agreement are

hereby bound, each to the other, firmly by these presents.

The Contractor agrees to make payments of all proper charges for labor and

materials required in the aforementioned work, and defend, indemnify and save

harmless the Township of Winslow, its officers, agents and servants and each and

every one of them against and from all suits and cost of every name and description,

and from all damages to which said Township of Winslow or any of its officers, agents

or servants may be put by reason of injury to the person or property of others resulting

from carelessness in the performance of said work, or through the negligence of the

Contractor, or through any improper or defective machinery, implements or appliances

used by said Contractor in the aforesaid work or through any act or omission on the part

of said Contractor, or his agent or agents. It is also agreed and understood that the

acceptance of the final payment by the Contractor shall be considered as a release in

full of all claims against the Township out of, or by reason of, the work done and

materials furnished under this contract.

The term of this contract shall be one (1) year beginning May 1, 2011.

AND it is expressly understood and agreed that this Contract and the referenced

inclusion of the bid documents represent the full understanding between the parties and

RFP-23

any representations, whether oral or in writing, not contained herein, will not be binding

on the parties hereto.

IN WITNESS WHEREOF, the Township of Winslow has caused its corporate

seal to be affixed and attested by its Clerk and these presents to be signed by its Mayor

and (name and address of vendor), a (state of incorporation) Corporation, has caused

these presents to be properly executed, both the day and year first above written.

TOWNSHIP OF WINSLOW

BY: ************************************* Sue Ann Metzner, Mayor

WITNESS: Deborah A. Iannaco, RMC Municipal Clerk

(Seal)

(VENDOR NAME) BY: *************************************

Print Name:

Title:

VENDOR’S WITNESS: BY:

Print Name:

Title:

EXHIBIT C

EXHIBIT C

PROMPT PAYMENT REQUIREMENTS

Requests for payment of goods or services delivered by prime contractors pursuant to a contract for improvements to real property shall be made on Township of Winslow (“Township”) vouchers with copies of supplier’s invoices attached which shall specify the quantity, description, unit and extended prices of each item delivered.

For contracts for improvements to real property, the Township shall make periodic payments to prime contractors in accordance with P.L. 2006, Chapter 96. Prime contractors shall submit requests for payments to the appropriate Township Official or Municipal Engineer as per the below schedule. This request for payment shall include but not be limited to:

1) Winslow Township voucher with original claimant’s signature,

2) Itemized invoice and/or A.I.A. “Application and Certificate for Payment”,

3) Such other pertinent documents, spreadsheets, schedules of values, etcetera

which may be required to verify the claim,

4) Copies of supplier’s invoices which will specify the quantity, description, unit

and extended prices of each item delivered,

5) Certified payrolls and/or monthly manning reports.

The Township shall consider failure to provide any of the above information including but not limited to certified payrolls and/or monthly manning reports as failure to fulfill the contract terms and reject the request for payment accordingly. Bills received after the “deadline” in the below schedule shall be deferred to the next payment cycle. Unless otherwise specified by the Township in bid specifications or contracts, the billing date for periodic payments, final payments and retainer payments shall be the date the bill is received by the Township. On or before five (5) business days after the date of the Township’s Governing Body Meeting which is at least twenty (20) calendar days after the billing date the Township or Townships Engineer shall provide written notification to the contractor of any reason for withholding such payment. If not so notified, then the bill shall be deemed approved and certified for payment. If so notified, the Township shall pay, as provided herein, such portion of the request which has been completed in accordance with the provisions of the contract. Billings approved and certified by the Township Engineer or other Township representative shall be authorized at the next scheduled meeting of the Township Governing Body as indicated in the below schedule. Billings approved and certified by the Township Governing Body shall be authorized at the same meeting which granted approval and certification. Checks shall be issued within five (5) business days after authorization by the Governing Body. This schedule is valid through 2009. A new schedule will be developed each January in subsequent years and will be available upon request. Nothing in this section shall prohibit the Township from approving and authorizing payment in a manner which will provide prompt payment in time frames less than outlined above. Contractors agree they shall comply with the Townships prompt payment procedure and subsequent developed

EXHIBIT C

payment schedules as fully as if included in this specification. In general bills are required thirty-six (36) calendar days before the scheduled Governing Body Public Meeting. Disputes concerning contracts for improvements to real property may be submitted to an alternative dispute resolution (ADR) for bills or portion thereof which are not approved and certified. ADR procedures do not apply to disputes concerning the bid solicitation or award process or formation of contracts. Also, the ADR procedures do not apply to any transportation project as defined in N.J.S.A. 27:1B-3, if that project receives federal funding and the application of this procedure would jeopardize the funding because the owner could not meet the federal standards for financial management systems as outlined in 49 C.F.R. 18.20. ADR shall be by mediation or non-binding arbitration at the request of either party pursuant to the rules and procedures of the American Arbitration Association.

Deadline for Receipt of Payment Requested by Date of Bill Approval Township Official Governing Body Meeting

December 21, 2010 January 25, 2011

January 4, 2011 February 8, 2011

January 19, 2011 February 22, 2011

February 1, 2011 March 8, 2011

February 15, 2011 March 22, 2011

March 8, 2011 April 12, 2011

March 22, 2011 April 26, 2011

April 5, 2011 May 10, 2011

April 19, 2011 May 24, 2011

May 10, 2011 June 14, 2011

June 24, 2011 June 28, 2011

June 14, 2011 July 19, 2011

July 12, 2011 August 16, 2011

August 2, 2011 September 13, 2011

August 16, 2011 September 27, 2011

September 7, 2011 October 11, 2011

September 20, 2011 October 25, 2011

October 18, 2011 November 22, 2011

November 15, 2011 December 20, 2011

EXHIBIT C

(REVISED 4/10) EXHIBIT A

MANDATORY EQUAL EMPLOYMENT OPPORTUNITY LANGUAGE

N.J.S.A. 10:5-31 et seq. (P.L. 1975, C. 127) N.J.A.C. 17:27

GOODS, PROFESSIONAL SERVICE AND GENERAL SERVICE CONTRACTS

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

The contractor or subcontractor, where applicable will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that all qualified applicants will receive consideration for employment without regard to age, race, creed, color, national origin, ancestry, marital status, affectional or sexual orientation, gender identity or expression, disability, nationality or sex. The contractor or subcontractor will send to each labor union, with which it has a collective bargaining agreement, a notice, to be provided by the agency contracting officer, advising the labor union of the contractor's commitments under this chapter and shall post copies of the notice in conspicuous places available to employees and applicants for employment. The contractor or subcontractor, where applicable, agrees to comply with any regulations promulgated by the Treasurer pursuant to N.J.S.A. 10:5-31 et seq., as amended and supplemented from time to time and the Americans with Disabilities Act. The contractor or subcontractor agrees to make good faith efforts to meet targeted county employment goals established in accordance with N.J.A.C. l7:27-5.2.

EXHIBIT C

The contractor or subcontractor agrees to inform in writing its appropriate recruitment agencies including, but not limited to, employment agencies, placement bureaus, colleges, universities, and labor unions, that it does not discriminate on the basis of age, race, creed, color, national origin, ancestry, marital status, affectional or sexual orientation, gender identity or expression, disability, nationality or sex, and that it will discontinue the use of any recruitment agency which engages in direct or indirect discriminatory practices. The contractor or subcontractor agrees to revise any of its testing procedures, if necessary, to assure that all personnel testing conforms with the principles of job-related testing, as established by the statutes and court decisions of the State of New Jersey and as established by applicable Federal law and applicable Federal court decisions. In conforming with the targeted employment goals, the contractor or subcontractor agrees to review all procedures relating to transfer, upgrading, downgrading and layoff to ensure that all such actions are taken without regard to age, race, creed, color, national origin, ancestry, marital status, affectional or sexual orientation, gender identity or expression, disability, nationality or sex, consistent with the statutes and court decisions of the State of New Jersey, and applicable Federal law and applicable Federal court decisions. The contractor shall submit to the public agency, after notification of award but prior to execution of a goods and services contract, one of the following three documents: Letter of Federal Affirmative Action Plan Approval Certificate of Employee Information Report Employee Information Report Form AA302 (electronically provided by the Division and distributed to the public agency through the Division’s website at 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.