RFP #2021-16 Engineering and Planning Services Needed for Flooding Characterization, Analysis and Alternative Feasibility Study for the Newton, Big/Little Timber Creek and Delaware River-Front Towns

PREPARED BY:

PS&S on behalf of

Camden County Municipal Utilities Authority (CCMUA)
and
Camden County Improvement Authority (CCIA)

REQUEST FOR PROPOSALS FOR Engineering AND PLANNING Services NEEDED FOR FLOODING CHARACTERIZATION, ANALYSIS AND ALTERNATIVE FEASIBILITY STUDY FOR THE NEWTON, BIG/LITTLE TIMBER CREEK AND DELAWARE RIVER-FRONT TOWNS

#2021-16

­­­­­­­­­­­­­­­­­———————————————————————————–



PART I

Instructions To Vendors

This is a 26 page document. Please be sure to read each page, including, without limitation, all attachments.

Please note: the terms “firm”, “provider”, “contractor”, “proposer”, “vendor” and “respondent” may be used interchangeably throughout this document.

1.0       PURPOSE

The Respondent shall provide Professional Engineering AND Planning Services to inventory, study, map, outline, characterize, understand, and propose feasible alternatives to address existing flooding conditions experienced by towns along the Newton Creek, Big Timber Creek, Little Timber Creek and the Delaware River and the impact on the following towns:  Gloucester City, Brooklawn, Bellmawr, Mt. Ephraim (Camden County) and Westville (Gloucester County).

Firms responding to this Request for Proposals shall include in its proposal all the necessary engineering disciplines and/or specialties as necessary to complete the work. Firms should also have extensive experience and a knowledgeable background and qualifications in the provision of the services described herein.

Despite any language contained herein to the contrary, this Request For Proposals does not constitute a bid and is intended solely to obtain competitive proposals from which the CCMUA may choose a contractor(s) that best meet(s) the CCMUA’s needs. It is the CCMUA’s intent that no statutory, regulatory, or common law bidding requirement apply to this Request For Proposals.  The CCMUA intends to award this contract pursuant to N.J.S.A. 40A:11-5(1)(a)(1).

Official CCMUA RFP documents are available from the CCMUA as described herein at no cost to the vendor.  Potential proposers are cautioned that they are proposing at their own risk if a third party supplied the RFP document that may or may not be complete.  The CCMUA is not responsible for third party supplied RFP documents.

2.0                BACKGROUND INFORMATION

In 2018-2020, Camden County Municipal Utilities Authority (CCMUA) undertook and developed a Long-Term Control Plan (LTCP) and Strategy to address the permitting required by the New Jersey Department of Environmental Protection (NJDEP) for its mandated New Jersey Pollution Discharge Elimination System (NJPDES) Permitting.  The process and procedures utilized in the LTCP are a good model to follow in developing the flooding proposal and study which is the source of this RFP and we offer some links and background regarding that study for your information.  (NOTE:  This flooding study is NOT mandated or required by NJDEP)

Links to the LTCP can be found here: https://www.nj.gov/dep/dwq/cso-ltcpsubmittals.htm.

The document on file with the NJDEP includes a 2018 System Characterization Report that documented the physical nature and baseline performance of the existing sewer systems in Gloucester City and Camden City.  That report was followed by a further report in 2019 that developed and evaluated alternatives; given the existing system conditions.  In 2020, and submitted to the NJDEP, (https://www.nj.gov/dep/dwq/pdf/CSO_SIAR_CCMUA_20201001.pdf), the alternatives were evaluated and developed into a Selection and Implementation Report (SIAR) that spoke to the reasonable and feasible alternatives to addressing the conditions necessary to meet the goals of that study.


As noted above, this current flooding study is not mandated by NJDEP, however, the Authorities (CCMUA and CCIA) and stakeholders are issuing this RFP and engaging professional assistance to address the flooding conditions utilizing a similar methodology including:

  • Identifying/characterizing the physical nature/baseline conditions of the flooding and existing infrastructure/sewer systems in each of the communities referenced as it relates to the waterways.
  • Developing and evaluating how to control the flooding conditions; and
  • Selection and implementation recommendations as to how to proceed reasonably and feasibly to address the flooding conditions.

As outlined in the CCMUA’s DEP Plan, this flooding study should also take the same approach and determine how to:

  • Optimize the current systems
  • Monitor and evaluate existing conditions before building more physical control
  • Consider the use of Green Infrastructure to limit stormwater inputs into the systems.
  • Address street flooding
  • Additional structural controls as necessary 

River-Front Municipal Locations:

Gloucester City, Camden County:

Gloucester City and its existing infrastructure has been studied and outlined as part of the CCMUA Long Term Control Plan and Selection and Implementation Report.  Information related to Gloucester City’s flooding, combined sewers, and infrastructure are available via the reports attached to this RFP.

The proposer shall also review the CCMUA Long Term Control Plan (LTCP), Selection and Implementation of Alternatives Report (SIAR) and any other information relevant to this study to help frame the conditions and potential alternatives to address the flooding.

Brooklawn, Camden County:

The Town of Brooklawn experiences severe flooding primarily along CR 551 Broadway; in locations that have traditionally suffered from chronic flooding.  These areas are widely known and are generally described as being bounded to the north by a freight rail line and to the south by the traffic circle at State Highway Route 130.  It has been widely documented that flooding is directly related to storm events and occurs frequently throughout the year.  The flooding impacts residents, trapping them between flooded areas, and the motoring public who are hindered by the flooded conditions.

Studies related to the conditions in Brooklawn include:

2002 Delaware Valley Regional Planning Commission Study: US 130 Brooklawn Circles Concept Development Plan:  https://www.dvrpc.org/reports/02008.pdf

There is also a current study/Concept Development Project in progress with the DVRPC as follows:

FY 2021 Camden County Local Concept Development Project for County Road 551 Broadway:  Request for Proposal, DVRPC: 

Westville, Gloucester County:

Westville, located at the mouth of the Big Timber Creek, has history dating back to the American revolution.  With a known population of about 4,500 residents located on approximately 1.38 square miles, the Town routinely is impacted by flooding events along the Big Timber Creek and Delaware.

In 2019, a severe weather event fractured the town. Large sections of Broadway and High Street saw floodwaters that left many residents trapped in houses and caused extensive damage to property through-out the Borough.

Bellmawr, Camden County:

Much like Brooklawn, sections of State Highway Route 130 will flood, however most of the major flooding happens along Creek Road. This causes problems with the LARC School (a special needs schools) with busing and access to the school. In addition, this diverts large amounts of traffic to Park Drive and Browning Road causing major traffic issues for the Borough.

Mt. Ephraim, Camden County:

Like the other study areas, flooding hits portions of heavily traveled roads like Bell Road and Kings Highway (CR 551 Spur) and along neighborhood streets. With Route 295 and Route 76, Mt. Ephraim gets excessive flooding waters from these two highways.

Barrington, Camden County:

Unlike the other study towns, Barrington does not about any major water bodies but flooding still affects areas along Clements Bridge Rd, 3rd Avenue and Atlantic Avenue. Along with portions of U.S. Route 30, these areas are impacted when flooding events take place.

The specific extent and character of the engineering services to be performed shall be subject to the control and approval of the CCMUA Executive Director.

3.0       COMPLIANCE WITH LAWS 

The successful firm(s) shall comply with all applicable federal, state and local statutes, rules and regulations.

4.0       PROCEDURE FOR RESPONDING TO REQUEST FOR PROPOSALS

            4.1       SUBMISSION OF PROPOSALS

Three (3) copies and one (1) electronic (CD, Thumbdrive, Flashdrive, etc)  version of the Proposal, INCLUSIVE OF ALL INFORMATION required in Part II, Proposal Requirements should be provided.  Proposals must be provided to the Camden County MUA, Purchasing, 1645 Ferry Avenue, Camden, NJ  08104  no later than 11:00am on July 7, 2021 where they will be opened publicly via Zoom.   The link to join the meeting remotely by video is:  https://us02web.zoom.us/j/83688713412?pwd=WndMN1dGOFlDYll6bDNmL2U1NkU5QT09 and enter Meeting ID: 836 8871 3412 and Passcode: 325381.  You may also join by phone by dialing 1 (929) 205-6099 and entering Meeting ID: 836 8871 3412 and Passcode: 325381.

A Pre-Proposal Meeting is scheduled for 10:00am on June 10, 2021 and will be held via Zoom.  To join this meeting by video use the following link: 

https://us02web.zoom.us/j/84569028711?pwd=em01ZFVhTTduZXZ6YzN0dHFHZFdhQT09 You may also call in to the meeting by phone by dialing 1 (929) 205-6099 and entering Meeting ID: 845 6902 8711 and Passcode: 105511.

Any proposals received after said opening whether by mail or otherwise, will be returned unopened.  Proposals should be provided in a sealed envelope with the title of the RFP clearly marked on the outside.  If hand-delivering, please do so between the hours of 8:30am to 4:00pm.    The CCMUA assumes no responsibility for delays in any form of carrier, mail, or delivery service causing the proposal to be received after the above-referenced due date and time.  Submission by fax, telephone, or e-mail is NOT PERMITTED.

            Final selection of firm(s) shall be made by the Camden County MUA Board of Commissioners by formal resolution.  Contract(s) for services will be provided by the Camden County MUA.

            4.2       QUESTIONS REGARDING REQUEST FOR PROP0SALS

Any questions regarding this Request For Proposals must be made in writing to Scott Schreiber, Executive Director 1645 Ferry Avenue, Camden NJ  08104, 856-583-1261.  sschreiber@ccmua.org with copy to Kim Michelini, kim@ccmua.org and Marge DellaVecchia, mdellavecchia@psands.com.   All questions must be sent by email no later than 4:00pm on June 17, 2021. Questions received after this date and time will not be addressed.

            4.3       ADDENDA/REVISIONS TO REQUEST FOR PROPOSALS

Addenda/revisions to this Request For Proposals shall be provided to all firms who have received this Request For Proposals.

            4.4       ACCEPTANCE OF OFFER

The signed proposal shall be considered an offer on the part of the offeror.  Such offer shall be deemed accepted upon execution of a signed contract.

5.0       INSURANCE

Prior to commencing work under contract, the successful firm(s) shall furnish the CCMUA with a certificate of insurance as evidence that it has procured the insurance coverage required herein.  This coverage must be provided by a carrier approved by the CCMUA and rated appropriately through A.M. Best.  Firms must give the CCMUA a thirty-day notice of cancellation, non-renewal or change in insurance coverage.

The successful firm(s) shall provide and maintain the following minimum limits of insurance coverage during the period of performance required under the contract resulting from this Request For Proposals and provide proof of same by supplying a certificate of insurance naming the CCMUA as additional insured with the signed contract.  The notice to proceed and/or purchase order will not be issued by the CCMUA until the certificate of insurance is provided with the signed contract.

            5.1       PROFESSIONAL LIABILITY

            $1,000,000.00 errors and omissions/malpractice for occurrence.

            5.2       WORKERS COMPENSATION AND EMPLOYERS’ LIABILITY

            Statutory coverage for New Jersey; $500,000.00 Employer’s Liability

            5.3       GENERAL LIABILITY 

$1,000,000.00 per occurrence/ $3,000,000.00 aggregate for bodily injury and property damage. 

            5.4       AUTO LIABILITY

$1,000,000.00 per occurrence. This coverage is required if the operation of any vehicle is required in the performance of the services detailed herein (including but not limited to the use of a vehicle to make any on-site visits).

6.0       INDEMNIFICATION

The contractor shall assume all risk of and responsibility for, and agrees to indemnify, defend, and save harmless the Camden County MUA and its officials and employees from and against any and all claims, demands, suits, actions, recoveries, judgments and costs and expenses in connection therewith on account of the loss of life, property or injury or damage to the person, body or property of any person or persons whatsoever, which shall arise from or result directly or indirectly from the work and/or materials supplied under this contract. This indemnification obligation is not limited by but is in addition to the insurance obligations contained in this agreement. 

7.0       MISCELLANEOUS REQUIREMENTS

            7.1       Camden County MUA will not be responsible for any expenses incurred by any firm in preparing or submitting a proposal. All      proposals shall provide a straightforward, concise delineation of the firm’s capabilities to satisfy the requirements of this Request For Proposals. Emphasis should be on completeness and clarity of content. 

            7.2       The contents of the proposal submitted by the successful firm(s) and this Request For Proposals may become part of the contract for these services.  The successful firm(s) will be expected to execute said contract with the Camden County MUA. 

            7.3       Proposals shall be signed in ink by the individual or authorized principal of the responding party.  Proposals submitted shall be valid for a minimum of 60 days from the date of opening.

            7.4       The Camden County MUA reserves the right to reject any and all proposals received by reason of this Request For Proposals. 

            7.5       Any selected firm is prohibited from assigning, transferring, conveying, subletting or otherwise disposing of this agreement or its rights, title, or interest therein or its power to execute such agreement to any other person, company or corporation without the prior written consent of the Executive Director.

            7.6       The selected firm(s) shall be required to comply with the requirements of P.L. 1975, c. 127 (see attached affirmative action language) and submit an employee information report or certificate of employee information report approval. This requirement will be addressed upon execution of agreement.

            7.7       The selected firm(s) shall be required to complete the Certification Regarding the Debarment, Suspension, Ineligibility and Voluntary Exclusion – Lower Tier Covered Transactions (see attached certification) prior to the commencement of services.  This requirement will be addressed upon execution of agreement.

            7.8       All responses to this Request For Proposals shall be subject to public scrutiny in accordance with New Jersey statutes, rules, and regulations.

7.9       Any contract for services shall be subject to the availability and appropriation of sufficient funds for this purpose annually.

            7.10     Contracts awarded pursuant to this Request For Proposals may be amended to provide for additional work within the scope of activities of the original contract, the need for which may arise or become apparent after the original contract award, and not for the purpose of undertaking new or different work or projects.  Any contract amendment for such additional work must be approved by resolution of the Board of Commissioners.

7.11     The selected firm(s) shall be prohibited during the term of its contract from representing any individual or entity in any matter in which an adverse party is the County of Camden, the CCMUA Board of Commissioners, or any officers, employees, departments or subdivisions of any of the aforementioned or in any matter which, in the sole discretion of the CCMUA, shall constitute a conflict of interest or shall have the appearance of impropriety.

            7.12     All Firms are advised that, pursuant to N.J.S.A. 19:44A-20.27, it is their responsibility to file an annual disclosure statement with the New Jersey Election Law Enforcement Commission (“ELEC”) if, during the calendar year, they receive a contract(s) in excess of $50,000 from public entities, including Camden County MUA.  It is the firm’s responsibility to determine if such filing is necessary.  Additional information on this requirement is available from ELEC at 888-313-3532.           

7.13     All Firms are advised that vendors and contracting units shall comply with the State Contractor Business Registration requirement (“BRC”).  Firms may file a BRC with the CCMUA prior to award of contracts if not filed with the RFP.  ALL FIRMS (AND THEIR SUBCONTRACTORS) COMPETING FOR CCMUA CONTRACTS MUST PROVIDE A COPY OF ITS BUSINESS REGISTRATION CERTIFICATE BY THE DATE THE RFP IS AWARDED.  FAILURE TO DO SO WILL RESULT IN REJECTION OF YOUR PROPOSAL (See also Part II, Section I, herein). 

7.14   APPROVAL AND CERTIFICATION OF BILLING STATEMENT: Authorization for payment of periodic billing, final payments or retainage monies requires approval and certification by formal resolution of the Camden County MUA Board of Commissioners.  Pursuant to N.J.S.A. 40A:11-19.1, unless otherwise provided for in the contract, the required payment date shall be 60 calendar days from the receipt of a properly executed invoice, or 60 calendar days from the receipt of goods or services, whichever is later. Interest shall not be paid unless goods and services are rendered.  Interest on amounts due shall be paid for the period beginning on the day after the required payment date and ending on the date on which the check for payment is drawn. Interest shall be paid at the rate specified by the State Treasurer for State late payments.

7.15     N.J.A.C. § 17:44-2.2  AUTHORITY TO AUDIT OR REVIEW CONTRACT RECORDS:
(a) Relevant records of private vendors or other persons entering into contracts with covered entities are subject to audit or review by OSC pursuant to N.J.S.A. 52:15C-14(d).
(b) Vendors shall maintain all documentation related to products, transactions or services under this contract for a period of five years from the date of final payment. Such records shall be made available to the New Jersey Office of the State Comptroller upon request.

            7.16     AMERICAN GOODS AND PRODUCTS TO BE USED WHERE AVAILABLE

            Where applicable, pursuant to N.J.S.A. 40A:11-18, only manufactured and farm products of the United States wherever available, shall be used in the execution of the work or supply of goods as specified herein.

8.0       CRITERIA FOR EVALUATION OF PROPOSALS

The RFP Committee will evaluate each submission and selection will be made upon the basis of the criteria listed below.  We are requesting billing rate information and an overall not to exceed price for this effort.  While hourly rates are included in the evaluation criteria, the not to exceed price is not included in the criteria for evaluation.

Criteria                                                                                           Points       Percent

Project Specific Qualifications
Project scope understanding and explanation.
History of successfully implementing solutions to mitigate flooding and minimize the impacts of flood events in urban and suburban areas.
Proven record of experience, including referrals, in providing the type of services detailed herein.
Subtotal
5
10
5
20
    20%
Key Staff Qualifications
Senior PM/Principal Qualifications (similar projects)
Personnel Qualifications
Mapping and analysis credentials
Planning and Permitting expertise  
Subtotal
8
7
2
3
20
    20%  
Overall Experience
Thorough understanding of the regulatory requirements affecting  stormwater management in New Jersey.
NJDEP, ACOE, NJDOT, Municipal and County
References
Subtotal
5
5
10

20
    20%
Team Availability and Commitment
Location of Office
Availability of Personnel: Ability to provide services in a timely manner.
Subtotal
1
1
2
    2%
Project Approach
Project understanding
Completeness and clarity of submission
Key issues and critical problems
Project delivery to CCMUA  
Subtotal
10
8
3
  23
      23%
Project Billing and Total Cost:
Subtotal
15
15
15%
Firm’s Capability/Performance100100%

The proposal should be as clear and detailed as necessary to convey the firm’s capability to perform the services in question.  Pricing information should be as clear and unambiguous as possible. The CCMUA reserves the right to review these proposals and make its determinations based upon the best combination, in its sole judgment, of pricing, experience and overall wherewithal.

9.0       TERM & TERMINATION

Term of agreement shall be for the duration of the effort required to provide CCMUA with a work product that characterizes drainage conditions and proposes and evaluates feasible alternatives to address flooding experienced by towns along the Newton Creek, Big Timber Creek, Little Timber Creek and the Delaware River that impact on the following towns:  Gloucester City, Brooklawn, Bellmawr, Mt. Ephraim (Camden County) and Westville (Gloucester County) which  is expected to be 9 months.

The CCMUA may terminate the agreement for any reason upon thirty (30) days written notice to the firm.  In this event, the CCMUA shall only be responsible for payment up to the effective date of termination.

PART II

        PROPOSAL REQUIREMENTS

FORMAT

To assure consistency, responses must conform to the following format:

B.         Resume                               

A.        Scope of Services                

C.         Facilities                            

D.        Conflict of Interest             

E.         Fees

F.         Form of Contract

G.        Other Information

H.        MBE/WBE Tracking Information

I.          State Contractor Business Registration Program

J.         Certification of Debarment

K.         Schedule of Allowable/Unallowable Expenses for certain services

L.         Disclosure of Investment Activities in Iran

All sections are to be addressed and specifically referenced.    The following explains what we expect in each of the major sections.

SECTION A – SCOPE OF SERVICES

The scope of work for Engineering Services shall be as follows:

The Study of the flooding and stormwater conditions should be addressed by individually studying and researching the existing conditions of each of the towns and the impact of each of the waterways on the town and its infrastructure.  In each of the watersheds that impact the municipalities, analysis to be completed to assess the extent and cause of flooding and potential upgrades, optimizations, green infrastructure and/or structural improvements recommended to address the scope and scale of the problems.

For each of the locations/towns noted, the following shall be included in this proposal for Characterization, Analysis and potential Alternative Feasibility Study:

1.         Inventory of Existing Conditions: Proposer shall inventory the existing conditions within the project limits to a level of detail necessary for development of study and analysis of the conditions and feasible/practicable alternatives to address the conditions. 

Investigate and document areas in each municipality that experience frequent flooding (Areas of General Flooding). The investigation should consider the 2-year, 10-year, 25-year, and 100-year storm intervals based on publicly available documentation.  In addition, short duration, intensive rainfall events shall be analyzed to assess the impact of those events on the local drainage systems.  Mapping shall be developed that reasonably depicts the limits of Areas of General Flooding during each of the studied storm intervals.

In addition to the above, outreach to local officials shall be conducted as part of the effort to identify known Areas of General Flooding. (See Meeting Coordination below)

2.         Evaluation of Flooding: It is known that the areas lie within the floodplain of the Delaware River and adjacent waterways of the Newton Creek and Big Timber and Little Timber Creek and are therefore, prone to flooding.  The Proposer shall evaluate the existing conditions and known environmental constraints to determine the principal cause of street flooding within the project area.

Compile and analyze existing documentation regarding the drainage systems in approximately five (5) Areas of General Flooding per municipality.  The consultant shall anticipate a minimum of 25 such study areas.  The consultant will characterize the configuration and condition the existing drainage system in these areas in a brief narrative format supported by tabular and graphic information.

With anticipated rise in the mean water level of the Delaware River and more intense storms in the coming decades due to climate change, preparedness and an understanding of these impacts on the towns must be understood and accounted for. Therefore, in addition to assessment of the principal causes of the existing flooding, the consultant shall evaluate and project the impacts of climate change on the system in the future and incorporate these findings into the alternatives analysis further described below.

The Consultant shall then document conditions within the drainage basin associated with each Area of General Flooding.  The consultant will characterize, in a brief narrative format supported by tabular and graphic information, pertinent aspects of the drainage basin that mitigate or exacerbate flooding events.  .Proposers are to explain how they would document the conditions and evaluate alternatives.

3.         Conceptual Design Alternatives Analysis: Utilizing the data gathered in the above, identify at least three alternatives to address meaningful mitigation of flooding events.  Alternatives to be considered may include, but not be limited to: green infrastructure, grey infrastructure, operations and maintenance, separate stormwater conveyance/ peak storage, upsizing of existing infrastructure, tide gates,

Evaluate and rank the practicability of each alternative, or combination of alternatives, to mitigate flooding in Areas of General Flooding, in a brief narrative and matrix format.  Investigate the feasibility of the three (3) highest ranked alternative approaches to mitigate flooding in each Area of General Flooding.  Provide an order-of-magnitude cost estimate for the three (3) highest ranked alternative approaches for each Area of General Flooding.

Included in this conceptual analysis should be evaluation of the environmental conditions and potential permitting of the alternatives for consideration by the County/CCMUA.

4.         Summary Report: The Proposer shall provide to CCMUA/CCIA a summary report which identifies the conditions and practicable alternatives to be considered to address the noted conditions and future rise in mean high water and higher intensity storms resulting from climate change.  Evaluate and rank the practicability of each alternative, or combination of alternatives, to mitigate flooding in Areas of General Flooding, in a brief narrative and matrix format.  Investigate the feasibility of the three (3) highest ranked alternative approaches to mitigate flooding in each Area of General Flooding.  Provide an order-of-magnitude cost estimate for the three (3) highest ranked alternative approaches for each Area of General Flooding.

            Summary Report should also include an anticipated Project Schedule.

5.         Meeting Coordination, Outreach and Attendance:  The consultant shall be responsible for coordinating all project meetings, prepare and distribute meeting agenda, and issuing meeting minutes with the cooperation, advice, and consent of the Authorities.

The consultant shall work with Camden County and the CCMUA to set up a Stakeholder Committee with the appropriate parties.  The Committee shall include, at a minimum the following participants:

            •           Camden County Municipal Utilities Authority

            •           Camden County Improvement Authority

            •           Camden County Department of Public Works and Engineering

            •           Mayor/Designee from each of the 5 participating municipalities

            •           Others to be determined.

            The number of meetings will vary but should include, at a minimum:

            •           Local official meetings:  1 meeting with each town

            •           Status meetings:  1 meeting per month for 9 months

            •           Stakeholder meetings (Regulatory Agencies, interest groups, etc.):  3 Meetings

            •           Public Meetings:  2 meetings

The consultant shall be responsible for coordinating all project meetings, prepare and distribute meeting agenda, and issuing meeting minutes with the cooperation, advice, and consent of the Authorities.

SECTION B – PROJECT APPROACH

This section should address areas as outlined:

  • Provide a project approach describing how your team will provide the entire scope of services stated within Section A – Scope of Services.
  • Describe your team’s approach to documentation quality control and coordination.
  • Identify unique credentials, skills, experience and/or services provided by your firm (and any included consultant/s, if applicable).

SECTION C – RESUME

This section shall address areas as outlined:

            1.         Name and address of your firm and the corporate officer authorized to  execute agreements.

            2.         Briefly describe your firm’s history, ownership,  organizational structure, location of its management, and licenses to do business in the State of New Jersey.

            3.         Describe in general your firm’s regional, statewide, and local service capabilities.

            4.         Provide and identify the names, experience, qualifications,  and applicable licenses held by the individual primarily responsible for servicing the CCMUA and any other person(s), whether as employees or subcontractors, with specialized skills that would be assigned to service the CCMUA.

            5.         Provide a listing of local governmental clients with which you have similar contracts; include the name, address and         telephone number of the contact person.   

6.         Provide a statement that your firm will comply with the insurance coverage requirement as set forth in Part I, Section 5 of this RFP.

            7.         Provide a statement of assurance to the effect that your firm is not currently in violation of any regulatory rules and regulations that may have an impact on your firm’s operations.

SECTION D – FACILITIES

This section should address areas as outlined:

            1.         OFFICE LOCATIONS

                        a.         For your firm’s facilities which are located closest to

                                    Camden County, New Jersey, provide:

                                    1.         The location.

                                    2.         Firm personnel assigned to this location.

                                    3.         The activities of the firm performed at this location.

                        b.         For those facilities and activities located elsewhere, please explain the activities performed elsewhere and why these are best performed at a different office.  Firms where all activities are performed at one location should leave this paragraph blank.

SECTION E – CONFLICT OF INTEREST

This section should disclose any potential conflicts of interest that the firm may have in performing these services for the Camden County MUA.

SECTION F – SCHEDULE

It is anticipated that this project will take no more than NINE (9) months to complete, however an escalated schedule is preferred. The Proposer shall provide a detailed schedule of tasks outlining the duration of each task and major milestones. The proposer shall also affirm that they have available staff to service the project within the timeline noted.

SECTION E – FEES

As noted in the Background Section of this RFP, the RFP Committee will evaluate each submission and selection will be made upon the basis of the criteria listed, including the hourly cost and estimated overall fee.   The intent of this cost proposal is to present (and to articulate) how the firm intends to approach the scope of services and any other components understood to be included in this assignment.  The respondent is expected to provide the job titles and hourly rates anticipated to participate in the assignment and a total estimated cost.  Each of the proposers must provide a breakdown of tasks and job titles that are projected to be utilized during this contract and the hourly rate for the title. 

Pending review of proposals, the RFP Committee will identify the top proposers and arrange for in-person and/or virtual interviews for further review.  Proposal fees can be more fully described and articulated at that time. 

Note:  The Camden County MUA reserves the right to negotiate fees with any or all vendors meeting the evaluation criteria set forth herein.  Negotiations will be conducted in accordance with the CCMUA’s Request For Proposals policy.

SECTION H – FORM OF CONTRACT/AMENDMENT OF CONTRACT

The CCMUA will supply the form of contract which will incorporate the terms and conditions of the within document and the successful proposer’s proposal, fees and costs. Proposer may not vary the material terms of this document or include its own version of a contract with its proposal.

     Contracts awarded pursuant to this Request For Proposals may be amended to provide for closely related services, the need for which may arise or become apparent after the original contract award.  Any contract amendment for closely related services must be approved by resolution of the Board of Commissioners.

SECTION I – OTHER INFORMATION

This section is for any further pertinent data and information not included elsewhere in the RFP and found necessary by your firm.

VENDORS ARE REQUIRED TO USE THE CCMUA’s FORMS AND SHALL NOT RECREATE IN ANY WAY THE FORMS PROVIDED WITH THIS RFP.  FAILURE TO USE THE CCMUA FORMS OR ADDING TO, AMENDING, ALTERING, OR REVISING THE CCMUA FORMS, INCLUDING, BUT NOT LIMITED TO, CONVERTING THE CCMUA PDF TO A WORD DOCUMENT, SHALL BE CAUSE FOR REJECTION OF VENDOR’S PROPOSAL

Important Note:        Please complete the following sections and return them with your response to this RFP.

SECTION J – MBE/WBE TRACKING INFORMATION

Definitions:

            A Minority Business Enterprise (MBE) is defined in the Camden County Affirmative Action Plan as “a business which is independently owned and operated and is at least 51% owned and controlled by minority group members”.  Minority group members are defined in the Camden County Affirmative Action Plan as “persons who are Black, Hispanic, Portuguese, Asian-American, American Indian or Alaskan Natives”

            A Women Business Enterprise (WBE) is defined in the Camden County Affirmative Action Plan as “a business which is independently owned and operated and is at least 51% owned and controlled by women”.

Using the definitions above, please check the following space which best describes your firm:

                        Minority Business Enterprise (MBE)

                        Women Business Enterprise (WBE)

                        Neither          

NAME OF FIRM:  _____________________________________________                                                                                     

ADDRESS: _____________________________________________________________________________________________________

_________________________________________________________________________________________________________________                    

DATE: ________________________      

SECTION K – STATE CONTRACTOR BUSINESS REGISTRATION PROGRAM

Pursuant to N.J.S.A. 52:32-44, Camden County MUA is prohibited from entering into a contract with an entity unless the bidder/proposer/contractor, and each subcontractor that is required by law to be named in a bid/proposal/contract has a valid Business Registration Certificate on file with the Division of Revenue and Enterprise Services within the Department of the Treasury.

Prior to contract award or authorization, the contractor shall provide the Contracting Agency with its proof of business registration and that of any named subcontractor(s).

Subcontractors named in a bid or proposal shall provide proof of business registration to the bidder, who in turn, shall provide it to the Contracting Agency prior to the time of contract, purchase order, or another contracting document is awarded or authorized.

During the course of contract performance:

(1) The contractor shall not enter into a contract with a subcontractor unless the subcontractor first provides the contractor with a valid proof of business registration.

(2) The contractor shall maintain and submit to the Contracting Agency a list of subcontractors and their addresses that may be updated from time to time.

(3) The contractor and any subcontractor providing goods or performing services under the contract, and each of their affiliates, shall collect and remit to the Director of the Division of Taxation in the Department of Treasury, 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 in the State.  Any questions in this regard can be directed to the Division of Taxation at (609) 292-6400.  Form NJ-REG can be filed online at www.state.nj.us/treasury/revenue/busregcert.shtml.

Before final payment is made under the contract, the contractor shall submit to the Contracting Agency a complete and accurate list of all subcontractors used and their addresses.

Pursuant to N.J.S.A. 54:49-4.1, a business organization that fails to provide a copy of a business registration as required, or that provides false business registration information, shall be liable for a penalty of $25 for each day of violation, not to exceed $50,000, for each proof of business registration not properly provided under a contract with a contracting agency.

The CCMUA strongly recommends that all vendors provide their BRC (and BRC’s for each subcontractor) with submission of bids or RFP’s.  (See samples of Business Registration Certifications below):


MANDATORY EQUAL EMPLOYMENT OPPORTUNITY LANGUAGE

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

N.J.A.C. 17:27

GOODS, PROFESSIONAL SERVICE AND GENERAL SERVICE CONTRACTS

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

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

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

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

The contractor or subcontractor, where applicable, agrees to comply with any regulations promulgated by the Treasurer pursuant to N.J.S.A. 10:5-31 et seq., as amended and supplemented from time to time and the Americans with Disabilities Act.

          The contractor or subcontractor agrees to make good faith efforts to meet targeted county employment goals established in accordance with N.J.A.C. 17:27‑5.2.

          The contractor or subcontractor agrees to inform in writing its appropriate recruitment agencies including, but not limited to, employment agencies, placement bureaus, colleges, universities, and labor unions, that it does not discriminate on the basis of age, race, creed, color, national origin, ancestry, marital status, affectional or sexual orientation, gender identity or expression, disability, nationality or sex, and that it will discontinue the use of any recruitment agency which engages in direct or indirect discriminatory practices.

          The contractor or subcontractor agrees to revise any of its testing procedures, if necessary, to assure that all personnel testing conforms with the principles of job‑related testing, as established by the statutes and court decisions of the State of New Jersey and as established by applicable Federal law and applicable Federal court decisions.

          In conforming with the targeted employment goals, the contractor or subcontractor agrees to review all procedures relating to transfer, upgrading, downgrading and layoff to ensure that all such actions are taken without regard to age, 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:

          1.  Letter of Federal Affirmative Action Plan Approval; or

          2.  Certificate of Employee Information Report; or

          3.  Employee Information Report Form AA302 (electronically provided by the Division and distributed to the public agency through the Division’s website at www.state.nj.us/treasury/contract_compliance)

          The contractor and its subcontractors shall furnish such reports or other documents to the Division of Purchase & Property, CCAU, EEO Monitoring Program as may be requested by the office from time to time in order to carry out the purposes of these regulations, and public agencies shall furnish such information as may be requested by the Division of Public Contracts Equal Employment Opportunity Compliance for conducting a compliance investigation pursuant to N.J.A.C. 17:27-1.1 et seq.

AMERICANS WITH DISABILITIES ACT

Mandatory Language

Equal Opportunity for Individuals with Disabilities.

            The Contractor and the CCMUA 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 CCMUA pursuant to this contract, the Contractor agrees that the performance shall be in strict compliance with the Act.  In the event that the Contractor, its agents, servants, employees, or subcontractors violate or are alleged to have violated the Act during the performance of this contract, the Contractor shall defend the County in any action or administrative proceeding commenced pursuant to this Act.  The Contractor shall indemnify, protect, and save harmless the CCMUA, its agents, servants, and employees from and against any and all suits, claims, losses, demands, or damages of whatever kind or nature arising out of or claimed to arise out of the alleged violation.  The Contractor shall, at its own expense, appear, defend, and pay any and all charges for legal services and any and all costs and other expenses arising from such action or administrative proceeding or incurred in connection therewith.  In any and all complaints brought pursuant to the CCMUA’s grievance procedure, the Contractor agrees to abide by any decision of the CCMUA, which is rendered pursuant to, said grievance procedure.  If any action or administrative proceeding results in an award of damages against the CCMUA or if the CCMUA 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 CCMUA shall, as soon as practicable after a claim has been made against it, give written notice thereof to the Contractor along with full and complete particulars of the claim.  If any action or administrative proceeding is brought against the CCMUA or any of its agents, servants, and employees, the CCMUA shall expeditiously forward or have forwarded to the Contractor every demand, complaint, notice, summons, pleading, or other process received by the CCMUA or its representatives.

It is expressly agreed and understood that any approval by the CCMUA of the services provided by the Contractor pursuant to this contract will not relieve the Contractor of the obligation to comply with the Act and to defend, indemnify, protect, and save harmless the Owner pursuant to this paragraph.

It is further agreed and understood that the Owner assumes no obligation to indemnify or save harmless the Contractor, its agents, servants, employees and subcontractors for any claim which may arise out of their performance of this agreement.  Furthermore, the Contractor expressly understands and agrees that the provisions of this indemnification clause shall in no way limit the Contractor’s obligations assumed in this agreement, nor shall they be construed to relieve the Contractor from any liability, nor preclude the Owner from taking any other actions available to it under any other provisions of this agreement or otherwise at law.

SECTION L

CERTIFICATION REGARDING DEBARMENT & SUSPENSION AND OTHER RESPONSIBILITY MATTERS

This certification is required by the regulations implementing Executive Order 12549, Debarment and Suspension, 29 CFR Part 98, Section 98.510, titled Participants’ Responsibilities.  The Regulations were published as Part VII of the May 26, 1988 Federal Register (pages 19160-19211).

The prospective primary participant certifies to the best of his / her knowledge and belief, that its principals:

  1. Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by any federal department or agency;
  • Have not within a three-year period preceding this proposal been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offence in connection with obtaining, attempting to obtain, or performing a public (federal, state, or local) transaction or contract under a public transaction; violation of federal or state antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction or records, making false statements, or receiving stolen property;
  • Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (federal, state, or local) with commission of any of the offenses enumerated in paragraph (b) of this certification;
  • Have not within a three-year period preceding this application / proposal had one or more public transactions (federal, state, or local) terminated for cause of default.
  • Acknowledge that all sub-contractors selected for this project must be in compliance with paragraphs (1) (a – d) of this certification.

__________________________________________                  

Name and Title of Authorized Agent

__________________________________________                   ____________________

Name of Firm                                                                       Date

__________________________________________

Signature of Authorized Agent

 _____ I am unable to certify to the above statements.    My explanation is attached.

INSTRUCTIONS FOR CERTIFICATION

1.         By signing and submitting this proposal, the prospective recipient of Federal assistance funds is providing the certification as set out below.

2.         The certification in this clause is a material representation of fact upon which reliance was placed when this transaction was entered into.  If it is later determined that the prospective recipient of Federal assistance funds knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government, the Department of Labor (USDOL) may pursue available remedies, including suspension and/or debarment.

3.         The prospective recipient of Federal assistance funds shall provide immediate written notice to the person to whom this proposal is submitted if at any time the prospective recipient of Federal funds learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances.

4.         The terms “covered transaction”, “debarred”, “suspended”, “ineligible”, “lower tier covered transaction”, “participant”, “person”, “primary covered transaction”, “principal” “proposal”, and “voluntary excluded”, as used in this clause, have the meanings as set out in the Definitions and Coverage sections of rules implementing Executive Order 12549.  You may contact the person to which this proposal is submitted for assistance in obtaining a copy of those regulations.

5.         The prospective recipient of Federal assistance funds agrees by submitting this proposal that, should the proposed covered transaction be entered into, it shall not knowingly enter into any lower tier covered transaction be entered into, it shall not knowingly enter into any lower tier covered transaction with a person who is debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction unless authorized by the USDOL.

6.         The prospective recipient of Federal assistance funds further agrees by submitting this proposal that it will include the clause titled “Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion – Lower Tier Covered Transactions” without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions.

7.         A   participant in a covered transaction may rely upon a certification of prospective participants in a lower tier covered transaction that it is not debarred, suspended, ineligible, or voluntarily excluded from the covered transaction, unless it knows that the certification is erroneous.  A participant may but is not required to check the List of Parties Excluded from Procurement or Nonprocurement Programs.

8.         Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render in good faith the certification required by this clause.  The knowledge and information of a participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings.

9.         Except for transactions authorized under paragraph 5 of these instructions, if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a person who is suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to other remedies available to the Federal Government, the USDOL may pursue available remedies, including suspension and/or debarment. 

SECTION M

Camden County MUA

Exhibit of Allowable & Unallowable expenses

Camden County MUA follows OMB Circular A-122 for determining allowable and unallowable costs. Certain allowable costs covered under OMB A-122 are allowable with conditions as specified below. All Costs deemed unallowable in OMB A-122 are unallowable by the CCMUA.  The Following are examples of allowable and unallowable costs.

Item of CostsAllowableUnallowableWith Conditions
Advertisingx  
Alcoholic Beverages X 
Bad Debts X 
Banking Feesx Note 1
Car Allowance X 
Communicationsx Note 2
Donations X 
Employee Moralex Note 3
Entertainment Costs X 
Fines/Penalties X 
Good or Services for personal use X 
Meetings & Conferences (In House)x Note 4  
Membershipx Note 5
Participant Incentivesx Note 6
Participant support costs.x Note 7
Staff Meals X 
Taxesx Note 8
Transportationx  
Travelx Note 9

Note 1 – The following banking fees are not allowable: ATM usage fees, late charges, overage fees.

Note 2 – Proper documentation must be kept determining program usage.

Note 3 – Example of employee morale are in-house publications, health clinics & recreational activities. Costs are allowable if incurred with established practice, reasonable, equitably distributed to all activities and offset by income earned.

Note 4 – Cost associated with meeting and conferences hosted by the sub recipient are allowable with the following condition: Costs for meals must receive pre-approval as well as facility costs. Attendance to out of state conferences must have pre-approval.  

Note 5 – Business Memberships and subscriptions are allowable. Costs of membership in any country club, social or dinning club or organization are unallowable.

Note 6 – An example of participant incentives would include gift cards or lunches/dinner for positive behavior or reaching program goals. Participant incentives are allowable if the agency has set policy and procedures identifying the reward system which must be pre-approved by the county. Please refer to the CCMUA’s gift card policy attached to and made a part hereof.

Note 7 – These costs include stipends or subsistence allowances, travel allowances and registrations fees paid to or on behalf of participants or trainees (but not employees) in connection with meetings, conferences, symposia, or training projects and are allowable as direct costs with the prior approval of the awarding agency. Costs associated with participant support require proper documentation detailing the participants along with itemized receipts.

Note 8 – Taxes from which exemptions are available are unallowable for example sales tax for nonprofit organizations.

Note 9 – Local travel will be reimbursed at the agency mileage rate not to exceed the federal mileage rate. Out of state travel costs must be pre-approved by the granting agency. Lodging, meals and incidental costs must not exceed the rates outlined in the Federal Per Diem guidelines.

Camden County MUA

Gift Card Policy & Procedure

  1. Purchase gift cards as needed.
  1. Maintain a log which includes date purchased, type of gift card (store/visa), amount, bar code ID number, issued to, issued by.
  1. Receipt of gift card signature form which will include – Participants name, reason for giving gift card, date received, type of gift card, amount, the bar code number, signature and print of received by and issued by.
  1. Copy front/back of gift card.
  1. Attach copy of the gift card to the receipt.

6.   Maintain originals and send copies with reimbursement request.

7.   Service or activation fees for gift cards is unallowable.

                        SECTION N:  DISCLOSURE OF INVESTMENT ACTIVITIES IN IRAN

BID OR RFP # AND TITLE:

VENDOR/BIDDER NAME:

Pursuant to N.J.S.A. 52:32-57, et seq. (P.L. 2012, c.25 and P.L. 2021, c.4) any person or entity that submits a bid or proposal or otherwise proposes to enter into or renew a contract must certify that neither the person nor entity, nor any of its parents, subsidiaries, or affiliates, is identified on the New Jersey Department of the Treasury’s Chapter 25 List as a person or entity engaged in investment activities in Iran.                                      The Chapter 25 list is found on the Division’s website at
https://www.state.nj.us/treasury/purchase/pdf/Chapter25List.pdf. Vendors/Bidders must review this list prior to completing the below certification. If the Director finds a person or entity to be in violation of the law, s/he shall take action as may be appropriate and provided by law, rule or contract, including but not limited to, imposing sanctions, seeking compliance, recovering damages, declaring the party in default and seeking debarment or suspension of the party.

CHECK THE APPROPRIATE BOX

I certify, pursuant to N.J.S.A. 52:32-57, et seq. (P.L. 2012, c.25 and P.L. 2021, c.4), that neither the Vendor/Bidder listed above nor any of its parents, subsidiaries, or affiliates is listed on the New Jersey Department of the Treasury’s Chapter 25 List of entities determined to be engaged in prohibited activities in Iran.

OR

I am unable to certify as above because the Vendor/Bidder and/or one or more of its parents, subsidiaries, or affiliates is listed on the New Jersey Department of the Treasury’s Chapter 25 List. I will provide a detailed, accurate and precise description of the activities of the Vendor/Bidder, or one of its parents, subsidiaries or affiliates, has engaged in regarding investment activities in Iran by completing the information requested below.

Entity Engaged in Investment Activities
Relationship to Vendor/ Bidder

Description of Activities


Duration of Engagement
_______________________________________


Anticipated Cessation Date            

Attach Additional Sheets If Necessary.

CERTIFICATION  

I, the undersigned, certify that I am authorized to execute this certification on behalf of the Vendor/Bidder, that the foregoing information and any attachments hereto, to the best of my knowledge are true and complete. I acknowledge that the Camden County MUA is relying on the information contained herein, and that the Vendor/Bidder is under a continuing obligation from the date of this certification through the completion of any contract(s) with the CCMUA to notify the CCMUA in writing of any changes to the information contained herein; that I am aware that it is a criminal offense to make a false statement or misrepresentation in this certification. If I do so, I will be subject to criminal prosecution under the law, and it will constitute a material breach of my agreement(s) with the CCMUA, permitting the CCMUA to declare any contract(s) resulting from this certification void and unenforceable.

______________________________________ ___________________________________
Signature                                           Date
_____________________________________________________
Print Name & Title                                                          DPP Rev. 2.1.2021

                                                                                                  

NOTICE

Notice is hereby given that the Camden County Municipal Utilities Authority of Camden, New Jersey is requesting proposals for RFP #2021-16 for Engineering & Planning Services needed for Flooding Characterization, Analysis and Alternative Feasibility Study for the Newton, Big Timber Creek and Delaware River-Front towns.    Copies of the Request of Proposal are available from the CCMUA, Contact Kathy Savidge, kathys@ccmua.org or by phone 856-583-1205 during regular business hours or vendors can register to download all documents from the Camden County website:

http://www.camdencounty.com/service/purchasing-and-procurements/

Proposals must be submitted to the CCMUA’s Purchasing Department, 1645 Ferry Avenue, Camden, N.J. 08104 no later than 11:00 AM on July 7, 2021 where they will be opened publicly via Zoom. The link to join the meeting remotely by video is:  https://us02web.zoom.us/j/83688713412?pwd=WndMN1dGOFlDYll6bDNmL2U1NkU5QT09.  You may also join by phone by dialing 1 (929) 205-6099 and entering Meeting ID: 836 8871 3412 and Passcode: 325381.

A Pre-Proposal Meeting is scheduled for 10:00 AM on June 10, 2021 and will be held via Zoom.  To join this meeting by video use the following link:  https://us02web.zoom.us/j/84569028711?pwd=em01ZFVhTTduZXZ6YzN0dHFHZFdhQT09 You may also call in to the meeting by phone by dialing 1 (929) 205-6099 and entering Meeting ID: 845 6902 8711 and Passcode: 105511.

Any proposals received after said date/time, whether by mail or otherwise, will be returned unopened.  No proposals will be accepted after the above referenced date.   Proposals must be submitted in sealed envelopes with the name of the RFP clearly marked on the outside of the envelope.  Proposals may not be e-mailed, faxed or transmitted over the telephone.

It is recommended that each proposal be hand delivered to the CCMUA, 1645 Ferry Avenue, Camden, NJ.  The CCMUA assumes no responsibility for delays in any form of carrier, mail or delivery service causing the proposal to be received at the CCMUAlater than the above referenced scheduled opening.

Nothing herein is intended to exclude any responsible firm or in any way restrain or restrict competition.  All responsible firms are encouraged to submit proposals. 

The CCMUA Board of Commissioners reserves the right to accept or reject any or all proposals submitted in the best interest of the CCMUA  and the Board further reserves the right to waive any defect or informality in any proposal should it be in the best interest of the CCMUA. 

Proposers are required to comply with the requirements of P.L. 1975, c. 127 (N.J.A.C. 17:27) and N.J.S.A. 10:5-31.

All proposers and their subcontractors competing for CCMUA contracts must provide a copy of their Business Registration Certificate at the time the proposal is submitted or should be registered prior to the proposal due date.

The proposal is being solicited through the “Fair and Open Process” provided by N.J.S.A. 1944a-20.4 et seq.

Proposers are required to comply with the requirements of P.L. 1999, c. 238 (J.J.S.A.34:11-56.48 to 57), where applicable.

This Request For Proposals does not constitute a bid and is intended solely to obtain competitive proposals from which the CCMUA may choose contractor(s) that best meet(s) its needs.  It is the intent of the CCMUA that no statutory, regulatory, or common law bidding requirement apply to this Request For Proposals.  The CCMUA intends to award any contract(s) for these services pursuant to N.J.S.A. 40A:11-5(1)(a)(i). 

Kathy Savidge

CCMUA Assistant Purchasing Agent

June 4, 2021

NOTICE OF ADDENDUM

CAMDEN COUNTY M.U.A

RFP #2021-16

The attention of all Proposers for the RFP #2021-16 for Engineering & Planning Services needed for Flooding Characterization, Analysis and Alternative Feasibility Study for the Newton, Big Timber Creek and Delaware River-Front towns.is directed to Addendum #1 and will consist of Questions & Answers and Changes to Proposal Documents.

The remote public opening, via Zoom, scheduled to be opened July 7, 2021, at 11:00 AM. and Zoom link remain unchanged.

All provisions of the contract documents not affected by this addendum shall remain in full force and effect.  

A copy of this addendum will be sent in a manner authorized by law to all vendors who have received the bid specifications and will also be available in the Purchasing Department, Camden County Municipal Utilities Authority, Camden, NJ 08104.

Kathy Savidge, Asst. Purchasing Agent

Camden County Municipal Utilities Authority

June 28, 2021