SMRSA 2025-2026 Meeting Schedule
At the Regular Meeting of the South Monmouth Regional Sewerage Authority, on February 13, 2025, the Commissioners approved the meeting dates for 2025 and 2026 in accordance with the Open Public Meeting Act.
SMRSA CAUCUS AND REGULAR MEETING DATES FOR 2025-2026
| Wednesday | March 12, 2025 | Wednesday | September 10, 2025 |
| Wednesday | April 9, 2025 | Wednesday | October 8, 2025 |
| Wednesday | May 14, 2025 | Wednesday | November 12, 2025 |
| Wednesday | June 11, 2025 | Wednesday | December 10, 2025 |
| Wednesday | July 9, 2025 | Wednesday | January 14, 2026 |
| Wednesday | August 13, 2025 | Wednesday | February 11, 2026 |
CAUCUS MEETINGS – will be held at the South Monmouth Regional Sewerage Authority Administration Building, 1235 18th Avenue, Belmar, New Jersey, on the second Wednesday of each month, at 5:30 p.m. prevailing time, commencing March 12, 2025, and expiring February 11, 2026.
REGULAR MEETINGS – will be held at the South Monmouth Regional Sewerage Authority Administration Building, 1235 18th Avenue, Belmar, New Jersey, on the second Wednesday of each month immediately after the Caucus Meeting commencing March 12, 2025, and expiring February 11, 2026
The public will be allowed to participate in the Caucus and Regular Open Public Meetings. Action will only be taken at the Regular Meetings of the South Monmouth Regional Sewerage Authority. A portion of the Caucus Meeting may be closed to the public in accordance with the provisions of the Open Public Meeting Act.
Ryan R. Krause, P.E., C.M.E.
Executive Director – Posted 2/14/25 – 2/18/26
SOUTH MONMOUTH REGIONAL SEWERAGE AUTHORITY
NOTICE OF ADOPTION OF BOND RESOLUTION
PUBLIC NOTICE is hereby given that a resolution entitled: “Supplemental Resolution Authorizing the Issuance of Up To $2,450,000 Aggregate Principal Amount of Additional Project Notes of the South Monmouth Regional Sewerage Authority and Providing for Certain Terms and Provisions Thereof” (the “Resolution”) was adopted by the South Monmouth Regional Sewerage Authority on March 12, 2025. Copies of said Resolution have been filed and are available for public inspection in the office of the Clerks of the Boroughs of Belmar, Brielle, Lake Como, Manasquan, Sea Girt, Spring Lake and Spring Lake Heights and the Township of Wall, each in the County of Monmouth, New Jersey, and in the office of said Authority, 1235 18th Avenue, Belmar, New Jersey.
Any action or proceeding of any kind or nature in any court questioning the validity of the creation or establishment of the South Monmouth Regional Sewerage Authority, or the validity or proper authorization of bonds provided for by the Resolution, or the validity of any covenants, agreements or contracts provided for by the Resolution shall be commenced within twenty (20) days after the first publication of this notice, which was first published this 19th day of March, 2025.
SOUTH MONMOUTH REGIONAL SEWERAGE AUTHORITY
Ryan R. Krause, P.E., C.M.E., Executive Director – 03/19/2025
Removed 1/28/2026
SOUTH MONMOUTH REGIONAL SEWERAGE AUTHORITY
Notice of Contract Awards
The Commissioners of the South Monmouth Regional Sewerage Authority at an open public meeting held on September 10, 2025 awarded the following procurement contract pursuant to Local Public Contracts Law N.J.S.A. 40A:11-1 et seq. and Pay to Play Laws, N.J.S.A. 19:44A-20.4, as a Fair and Open Process.
Award: Freehold Carting, Inc.
Nature: Sewer Sludge Hauling
Duration: January 1, 2026 to December 31, 2026
Amount: Sludge: $0.067 to SBRSA and 0.0735 to PVSC per gallon
Award: Premier Magnesia, LLC
Nature: Delivery of Magnesium Hydroxide, Thioguard, TST
Duration: January 1, 2026 to December 31, 2026
Amount: $0.281 per wet pound
Award: JCI Jones Chemicals, Inc.
Nature: Delivery of 15% Bulk Sodium Hypochlorite
Duration: January 1, 2026 to December 31, 2026
Amount: $0.1610 per wet pound
Award: Kuehne Chemical Co., Inc.
Nature: Delivery of 20% Bulk Sodium Hypochlorite
Duration: January 1, 2026 to December 31, 2026
Amount: $0.2040 per wet pound
Award: Pilot Electrical Co., Inc.
Nature: Purchase and Repair of Pumps and Motors
Duration: January 1, 2026 to December 31, 2026
Amount: Contracted Schedule of Prices
Award: SM Elecric Group, Inc.
Nature: Electrical Diagnostic, Troubleshooting and Repair Services
Duration: January 1, 2026 to December 31, 2026
Amount: Contracted Schedule of Prices
Award: Multi-Temp Mechanical, Inc.
Nature: Furnish HVAC Repair & Purchase/Install of New HVAC Equipment
Duration: January 1, 2026 to December 1, 2026
Amount: Contracted Schedule of Prices
The contracts and resolutions authorizing said procurements are on file and available for public inspection in the office of the Authority.
Ryan R. Krause, P.E, C.M.E
Executive Director
9/11/2025 – 12/18/25
NOTICE TO BIDDERS
NOTICE TO BIDDERS hereby is given that Bids are invited and will be received as follows:
1. OWNER: South Monmouth Regional Sewerage Authority
a. WORK TITLE: FURNISH AND DELIVER 15% BY TRADE SODIUM HYPOCHLORITE SOLUTION
WORK DESCRIPTION: This is an annual contract to Furnish and Deliver 15% by Trade Sodium Hypochlorite Solution to the South Monmouth Regional Sewerage Authority’s Facilities.
b. WORK TITLE: FURNISH AND DELIVER 20% BY TRADE SODIUM HYPOCHLORITE SOLUTION
WORK DESCRIPTION: This is an annual contract to Furnish and Deliver 20% by Trade Sodium Hypochlorite Solution to the South Monmouth Regional Sewerage Authority’s Facilities.
c. WORK TITLE: FURNISH AND DELIVER MAGNESIUM HYDROXIDE,THIOGUARD
WORK DESCRIPTION: This is an annual contract to Furnish and Deliver Magnesium Hydroxide, Thioguard to the South Monmouth Regional Sewerage Authority’s Facilities.
d. WORK TITLE: REMOVAL AND HAULING OF SEWAGE SLUDGE
WORK DESCRIPTION: This is an annual contract for the Removal and Hauling of Liquid Sewage Sludge (approximately 3-8% solids) from the South Monmouth Regional Sewerage Authority’s Facilities, for disposal at either Stony Brook Regional Sewerage Authority (SBRSA) or Passaic Valley Sewerage Commission (PVSC). The cost for disposal of the sludge at SBRSA and PVSC is not included in this bid. The disposal costs will be handled under separate Interlocal Governmental Contract.
e. WORK TITLE: FURNISH HVAC REPAIR AND PURCHASE/INSTALL OF NEW HVAC EQUIPMENT
WORK DESCRIPTION: This a contract to provide HVAC repairs and, if needed, replacement, including all labor, tools and equipment, for the period of one year.
f. WORK TITLE: ELECTRICAL DIAGNOSTIC, TROUBLESHOOTING AND REPAIR SERVICES
WORK DESCRIPTION: This is an annual contract to provide Electrical Diagnostic, Troubleshooting and Repair Services to the South Monmouth Regional Sewerage Authority’s Facilities.
g. WORK TITLE: FURNISH PUMP AND MOTOR REPAIR AND PURCHASE OF NEW PUMPS AND MOTORS
WORK DESCRIPTION: This is an annual contract to provide pump and motor repairs and, if needed, replacement including all labor, tools and equipment to the South Monmouth Regional Sewerage Authority’s Facilities.
2. WORK SITE: 1235 Eighteenth Avenue, Belmar, New Jersey 07719
3. ENGINEER
South Monmouth Regional Sewerage Authority
1235 Eighteenth Avenue
Belmar, New Jersey 07719
ATTENTION: RYAN KRAUSE
TELEPHONE: (732) 681-0611
4. CONTRACT DOCUMENTS:
Contract documents may be examined or picked up, free of cost, Monday thru Friday, except legal holidays, from 9:00 A.M. to 4:00 P.M., prevailing time, at the ENGINEER’s address. Contract documents may be mailed upon request and receipt of prepaid postage.
5. USE OF CONTRACT DOCUMENTS:
Contract Documents are available solely for the purpose of obtaining Bids and not to confer a license, grant or for any other purpose.
6. PRE-BID MEETING: None.
7. BID GUARANTEE:
Bid Guarantee is required in an amount not less than ten percent (10%) of the total amount indicated in the Bid, but not in excess of Twenty Thousand Dollars ($20,000).
8. CONSENT OF SURETY:
A certificate is required from a surety company stating that it will provide bond(s) in the form and amounts as stated in the Contract Documents.
9. SUBMISSION OF BIDS:
All Bids will be submitted on the proposal form furnished, be placed in the provided sealed envelope and must be received by Owner prior to the Date and Time indicated for Public Bid Opening and Reading in Paragraph #10. No Bids will be received after the indicated Date and Time. Bidders may either:
a. Mail Bids to:
South Monmouth Regional Sewerage Authority
1235 Eighteenth Avenue
Belmar, New Jersey 07719
OR
b. Hand Deliver Bids to Owner at the Place indicated for Public Bid Opening and Reading in Paragraph #10.
10. PUBLIC BID OPENING AND READING:
Date: Wednesday, September 3, 2025
Time: 10:00 a.m. Prevailing Time
Location: South Monmouth Regional Sewerage Authority
1235 Eighteenth Avenue
Belmar, New Jersey 07719
11. STATUTORY REQUIREMENTS:
This Bid and Contract are subject to NJ Local Public Contracts Law (N.J.S.A 40a:11-1 et seq. and 2012, c. 25) and Bidders are required to comply with all applicable Laws and Regulations including the N.J.S.A.10:5-31 et seq., and N.J.A.C. 17:27 (Affirmative Action) P.L. 1999, C.238 (Public Works Contractor Registration), P.L. 1963, C.150 (Prevailing Wages) and P.L. 2004, C.57 (New Jersey Business Registration Requirements).
12. REJECTION OF BIDS
Owner reserves the right to reject any or all Bids and to waive any immaterial defect or informality in any Bid, if deemed in the best interest of Owner.
BY ORDER OF SOUTH MONMOUTH REGIONAL SEWERAGE AUTHORITY
Removed 9/11/25
SOUTH MONMOUTH REGIONAL SEWERAGE AUTHORITY
NOTICE OF SURPLUS SALE OF PROPERTY
Be advised that the Board of Commissioners of the South Monmouth Regional Sewerage Authority have authorized the sale of surplus property online. The address of the auction site is www.govdeals.com. The surplus property is being sold in an “as is” condition without express or implied warranties.
The online auction which began Tuesday, June 24, 2025, through Monday, July 7, 2025, had the following items unsold which will be reauctioned Monday, July 21, 2025 through Monday July 28, 2025 9:00 am:
The surplus property up for reauctioned is as follows:
2014 Chevy Tahoe SUV (Qty – 1)
2011 Chevy Tahoe SUV (Qty – 1)
Sharp MX 3070V copier, scanner, printer (Qty – 1)
Sharp MX 3640 copier, scanner, printer (Qty – 1)
All bidders must pre-register with GovDeals at www.govdeals.com.
The South Monmouth Regional Sewerage Authority reserves the right to accept or reject any bids submitted.
Ryan R. Krause, P.E., C.M.E.
Executive Director
7/15/25 -7 /23/25
SOUTH MONMOUTH REGIONAL SEWERAGE AUTHORITY
NOTICE OF SURPLUS SALE OF PROPERTY
Be advised that the Board of Commissioners of the South Monmouth Regional Sewerage Authority have authorized a sale of surplus property online. The address of the auction site is www.govdeals.com. The surplus property is being sold in an “as is” condition without express or implied warranties.
The online auction will be held beginning Tuesday, June 24, 2025, at 9 a.m. until Monday, July 7, 2025, at 3 p.m.
The surplus property being sold is as follows:
1995 GMC Top Kick Truck (Qty – 1)
2014 Chevy Tahoe SUV (Qty – 1)
2011 Chevy Tahoe SUV (Qty – 1)
2001 Dodge 3500 Utility Truck (Qty – 1)
2007 Kubota RTV 1100 (Qty – 1)
Detroit 6-71 Generator 175 KW (Qty – 1)
Sharp MX 3070V copier, scanner, printer (Qty – 1)
Sharp MX 3640 copier, scanner, printer (Qty – 1)
All bidders must pre-register with GovDeals at www.govdeals.com.
The South Monmouth Regional Sewerage Authority reserves the right to accept or reject any bids submitted.
Ryan R. Krause, P.E., C.M.E.
Executive Director
6/16/25 – 7/15/25
SOUTH MONMOUTH REGIONAL SEWERAGE AUTHORITY
Notice of Contract Awards
The Commissioners of the South Monmouth Regional Sewerage Authority at an open public meeting held on June 11, 2025, awarded the following contracts pursuant to Local Public Contracts Law N.J.S.A. 40A:11-1 et seq. and Pay to Play Laws, N.J.S.A. 19:44A-20.4, as a Non-Fair and Open Process:
Award: Paulus, Sokolowski & Sartor, LLC
Nature: Waste Gas Burner Flare Replacement Project – Contract Administration Services
Amount: $73,800.00
Awarded as a Fair & Open Process:
Award: BR Welding, Inc.
Nature: Waste Gas Burner Flare Replacement Project
Amount: $1,396,500.00
The contracts and resolutions authorizing said procurements are on file and available for public inspection in the office of the Authority.
Ryan R. Krause, P.E, C.M.E
Executive Director
6/18/2025 – 7/10/25
SOUTH MONMOUTH REGIONAL SEWERAGE AUTHORITY
Notice of Contract Awards
The Commissioners of the South Monmouth Regional Sewerage Authority at an open public meeting held on May 14, 2025, awarded the following contracts pursuant to Local Public Contracts Law N.J.S.A. 40A:11-1 et seq. and Pay to Play Laws, N.J.S.A. 19:44A-20.4, as a Non-Fair and Open Process:
Award: Paulus, Sokolowski & Sartor, LLC
Nature: Pipe Galley (Pipe Coatings and Electrical Upgrades Project)
Amount: $78,000.00
Awarded as a Fair & Open Process:
Award: Rapid Pump and Meter Service Company
Nature: Pipe Galley (Pipe Coatings and Electrical Upgrades Project)
Amount: $1,989.510.00
The contracts and resolutions authorizing said procurements are on file and available for public inspection in the office of the Authority.
Ryan R. Krause, P.E, C.M.E
Executive Director
5/21/25 – 6/18/2025
NOTICE TO BIDDERS
Pipe Galley Pipe Coatings and Electrical Upgrades
NOTICE TO BIDDERS is hereby given that sealed Bids are invited and will be received as set forth herein.
OWNER: South Monmouth Regional Sewerage Authority, Belmar, Monmouth County, New Jersey
PROJECT TITLE: Pipe Galley Pipe Coatings and Electrical Upgrades
GENERAL DESCRIPTION OF PROJECT: The principal features of the work to be performed under this Contract will consist of the demolition, removal, and installation of a new access hatches and structural supports to the Pipe Galley, the epoxy coating of existing process piping located within the pipe galley and Scum Pit, the replacement of all deteriorated pipe supports, and the replacement of various existing electrical conduits and wires located from the MCC room and around the Settling Tanks.
ADDRESS FOR SUBMITTING BIDS: South Monmouth Regional Sewerage Authority, 1235 18th Avenue, Belmar, New Jersey 07719
ENGINEER’S NAME AND PHYSICAL ADDRESS:
Paulus Sokolowski and Sartor
1450 Highway 34
Wall, New Jersey 07753
ATTN.: Ryan Schulz, P.E.
All questions regarding the bid documents or for project information shall be submitted to Ryan Schulz, P.E. in writing at rschulz@psands.com. The last day to submit questions is Friday, April 18th, 2025.
OBTAINING CONTRACT DOCUMENTS:
Bidders desiring a hard Copy of the Bid Documents for use in preparing bids may obtain a set from QuestCDN. Bid Documents can be downloaded electronically for a non-refundable fee of $22.00 by going to the www.questcdn.com Project Search Page and looking up QuestCDN Project Number 9569659. You can contact QuestCDN at (952) 233-1632 or info@questcdn.com for assistance with membership registration, downloading, and working with digital documents. For questions regarding the bid documents or project information, please contact Ryan Schulz, P.E. at his office phone (732) 430-7207 or at rschulz@psands.com.
BID SECURITY:
A person bidding on a contract for the erection, alteration or repair of a public building, structure, facility or other improvement to real property, the total price of which exceeds $100,000, shall furnish a guarantee as provided for herein. A contracting unit may provide that a person bidding on any other contract, advertised in accordance with law, shall furnish a guarantee as provided for herein. The guarantee shall be payable to the contracting unit so that if the contract is awarded to the bidder, the bidder will enter into a contract therefore and will furnish any performance bond or other security required as a guarantee or indemnification. The guarantee shall be in the amount of 10% of the bid, but not in excess of $20,000.00, except as otherwise provided herein, and may be given, at the option of the bidder, by certified check, cashier’s check or bid bond. In the event that any law or regulation of the United States imposes any condition upon the awarding of a monetary grant to any contracting unit, which condition requires the depositing of a guarantee in an amount other than 10% of the bid or in excess of $20,000.00 the provisions of this section shall not apply and the requirements of the law or regulation of the United States shall govern. The bid security shall be retained by the Authority until the Contract for the Work has been executed. Bid bonds will be returned or written notice of release will be given to the unsuccessful Bidders, with the exception of the second qualifying Bidder, at such time as their bids are rejected. In the event the successful Bidder is unable to execute the Contract, for whatever reason, the Authority may exercise its legal prerogatives, including, but not limited to, enforcement of its rights as to the bid security.
CONSENT OF SURETY:
Certificate from a Surety Company is required indicating consent to be bound as surety and guarantor for performance required under the Contract Documents.
BID SUBMISSION PROCEDURES:
Bids must be submitted on the Bid Form contained in the Contract Documents and must be enclosed in a sealed envelope plainly marked on the outside with the name of project and the name and address of the Bidder. The Bid must be delivered to the Owner prior to the Bid Opening at the above address for submitting Bids.
CONTRACTOR REGISTRATION:
Bidders are required to be registered by the New Jersey Department of Labor at the time bids will be received by the Project Owner pursuant to the Public Works Contractor Registration Act (P.L. 2003, c. 91, N.J.S.A. 34:11-56.51). Effective September 1, 2004, Bidders are also required to be registered by the New Jersey Department of Treasury, Division of Revenue at the time bids will be received by the Project owner pursuant to the Business Registration Act (P.L.2004, c.57, N.J.S.A.52:32-44).
PUBLIC BID OPENING AND READING:
Date/Time: Thursday, May 8, 2025, at 10:00AM
PRE BID MEETING
A non-mandatory pre-bid meeting has been scheduled for Tuesday, April 8th, at 10:00 AM.
STATUTORY REQUIREMENTS:
Bidders are required to comply with applicable statutory requirements set forth in the Contract Documents including the requirements of N.J.S.A. 10:5-31, et seq. & N.J.A.C. 17:27-1.1, et seq. (Affirmative Action); P.L. 1963, c. 150 (Prevailing Wage); Americans with Disabilities Act of 1990 (42 U.S.C. 12101, et seq.); and P.L.2004, c.19 & P.L.2005, c.271 (Pay to Play).
REJECTION OF BIDS:
The South Monmouth Regional Sewerage Authority reserves the right to reject any or all Bids, or to waive any bid defect where such defect is not detrimental to the best interest of the South Monmouth Regional Sewerage Authority and fairness of the bidding process. The right is also reserved to increase or decrease the quantities specified in the manner designated in the Contract Documents.
DEPARTMENT CIRCULAR 570 REQUIREMENT:
All applicable surety bonds required in connection with the advertisement and award of building contracts or sub agreements must be written by a surety company listed on the Federal Treasury List (Department Circular 570 – Surety Companies Acceptable on Federal Bonds), incorporated herein by reference. Copies of this document may be obtained from the Department.
By the order of the South Monmouth Regional Sewerage Authority, Belmar, Monmouth County, New Jersey.
By: Ryan R. Krause, P.E., C.M.E. Executive Director
3/24/25 – 6-5-25
SOUTH MONMOUTH REGIONAL SEWERAGE AUTHORITY
ADVERTISEMENT FOR BIDS
NOTICE is hereby given that sealed bids will be received by the South Monmouth Regional Sewerage Authority (hereinafter called the “Authority” or the “Owner”) for:
Waste Gas Flare Replacement Project
New Jersey I-Bank
Project No. S340377-08
Sealed Bids for the above named Contract will be received by South Monmouth Regional Sewerage Authority (the “Owner”) at the office of South Monmouth Regional Sewerage Authority, 1235 18th Avenue, Belmar, New Jersey 07719 at 10:00 a.m. eastern time on June 4, 2025, at which time all bids will be publicly opened and read aloud. Any bid received after the designated closing time will be returned unopened.
The South Monmouth Regional Sewerage Authority’s Waste Gas Flare Replacement Project will occur at their Wastewater Treatment Plant (WWTP) located at 1235 18th Avenue, Belmar, New Jersey.
The work required under the Contract shall consist of, but is not limited to the following:
- Mobilization;
- Removal and disposal of existing digester gas waste flare system and specific piping and elements;
- Performance of test pits to locate existing piping systems;
- Installation of new enclosed waste gas burner system, gas piping, appurtenances, controls, and electrical improvements;
- Start up and equipment testing;
- Restoration, final cleaning, and demobilization.
The Work shall be completed within 435 Calendar Days from the date of the Notice to Proceed.
This Contract is expected to be funded in part with funds from the New Jersey Department of Environmental Protection and the New Jersey Environmental Infrastructure Bank. Neither the State of New Jersey, the New Jersey Environmental Infrastructure trust, nor any of their departments, agencies or employees is, or will be, a party to this Contract or any lower tier contract or subcontract. This Contract is subject to the provisions of N.J.A.C. 7:22-3.1 et seq.,4.1 et seq, 5.1 et seq., 9.1 et seq. and 10.1 et seq.
In accordance with the provisions of N.J.S.A. 58:11B-26, N.J.A.C 7:22-3.17(a)24 and 4.17(a)24, the contractor (and subcontractor) shall comply with all of the provisions of N.J.A.C. 7:22-9.
The project sponsor has identified that the SED utilization goal for this project is: ten percent (10%).
Awards will be made only to socially and economically disadvantaged business concerns that are certified by the New Jersey Commerce, Economic Growth and Tourism Commission, the New Jersey Department of Transportation, the Port Authority of New York and New Jersey, New Jersey Transit or other agencies deemed appropriate by the Office as eligible minority businesses or female businesses. The invitation to bid is on an unrestricted basis whereby the successful bidder must fulfill the SED utilization requirements.
Bidders desiring a hard Copy of the Bid Documents for use in preparing bids may obtain a set from QuestCDN. Bid Documents can be downloaded electronically for a non-refundable fee of $22.00 by going to the www.questcdn.com Project Search Page and looking up QuestCDN Project Number 9633317. You can contact QuestCDN at 1-952-233-1632 or info@questcdn.com for assistance with membership registration, downloading, and working with digital documents. For questions regarding the bid documents or for project information, please contact Richard Padgitt, PE at rpadgitt@psands.com.
All bids must be submitted on the forms provided in the Bid Documents in the manner designated therein and must be enclosed in a sealed envelope addressed to South Monmouth Regional Sewerage Authority, 1235 18th Avenue, Belmar, New Jersey 07719 and bearing the name and address of the bidder and the Contract name and number. Bidders are directed to submit one (1) original bid.
Bids will be accepted by courier service, hand delivery, or by mail, and the Bidder accepts all risks associated with non-delivery or late delivery. Upon receipt, all bids will be date and time recorded by a by the Authority or its representative, and such time stamp shall be controlling. No oral, facsimile, or telephonic bids or alterations will be considered.
Bidders are solely responsible for the timely delivery of the bids and no bids shall be considered which are presented after the public call for receiving bids. Any bid received after the date and time specified will be returned, unopened, to the bidder. Bids must be based upon and in strict accordance with the Bid Documents. Bids that do not provide the required documents as detailed in the Bid Document Submission Checklist will not be deemed responsive and may be rejected.
A person bidding on a contract for the erection, alteration or repair of a public building, structure, facility or other improvement to real property, the total price of which exceeds $100,000, shall furnish a guarantee as provided for herein. A contracting unit may provide that a person bidding on any other contract, advertised in accordance with law, shall furnish a guarantee as provided for herein. The guarantee shall be payable to the contracting unit so that if the contract is awarded to the bidder, the bidder will enter into a contract therefore and will furnish any performance bond or other security required as a guarantee or indemnification. The guarantee shall be in the amount of 10% of the bid, but not in excess of $20,000.00, except as otherwise provided herein, and may be given, at the option of the bidder, by certified check, cashier’s check or bid bond. In the event that any law or regulation of the United States imposes any condition upon the awarding of a monetary grant to any contracting unit, which condition requires the depositing of a guarantee in an amount other than 10% of the bid or in excess of $20,000.00 the provisions of this section shall not apply, and the requirements of the law or regulation of the United States shall govern.
A certified check, cashier’s check or bid bond in the amount of ten percent (10%) of the bid not to exceed Twenty thousand dollars ($20,000), must be submitted with the bid, guaranteeing that if a contract is awarded, the bidder shall execute the contract and deliver the bond(s) required by the bid documents. Bidders must also submit a Consent of Surety with the bid, wherein the surety agrees to furnish the required bond(s) if the bidder is awarded a contract. If any law or regulation of the United States imposes any condition upon the awarding of a monetary grant to any contracting unit, which condition requires the use of certain surety companies listed on the Federal Treasury or the depositing of a guarantee in an amount other than 10% of the bid not to exceed $20,000.00 the provisions of this section shall not apply, and the requirements of the law or regulation of the United States shall govern.
Per N.J.S.A. 40A:11-24, the contracting unit shall award the contract or reject all bids within such time as may be specified in the invitation to bid, but in no case more than 60 days, except that the bids of any bidders who consent thereto may, at the request of the contracting unit, be held for consideration for such longer period as may be agreed. All bid security, except the security of the three apparent lowest responsible bidders, shall be returned, unless otherwise requested by the bidder, within 10 days after the opening of the bids, Sundays and holidays excepted, and the bids of such bidders shall be considered as withdrawn. Within three days, Sundays and holidays excepted, after the awarding and signing of the contract and the approval of the contractor’s performance bond, the bid security of the remaining unsuccessful bidders shall be returned to them.
Bidders are advised there is a Pre-Bid Meeting scheduled for Thursday, May 1, 2025, at 10:00 a.m. The Pre-Bid Meeting will be held at the South Monmouth Regional Sewerage Authority Wastewater Treatment Plant, 1235 18th Avenue, Belmar, NJ 07719. The Pre-Bid Meeting is not mandatory, but it is highly recommended that Bidders attend. All interested parties are invited to attend. Bidder questions shall be submitted in writing to Richard Padgitt, P.E. at rpadgitt@psands.com by COB Friday, May 16, 2025. In accordance with N.J.S.A. 40A:11-23(c), responses to written questions will be issued by either a clarification or addendum mailed or delivered to all parties recorded by the Authority as having received the Request for Bids. Questions received after 5:00 p.m. on May 16, 2025, will not be answered. Only questions answered by formal written addenda or clarifications will be binding. Oral and other interpretations will have no binding legal effect.
The Authority will evaluate bids and any award will be made to the lowest responsive and responsible Bidder. The Authority reserves the right to reject any and all bids, in accordance with applicable laws, and to waive any minor immaterial informalities therein and to accept any bid in accordance with the Local Public Contracts Law, N.J.S.A. 40A:11-1 et seq.
The successful Bidder will be required to submit bonds and proof of insurance before execution of the Contract. All bids and accompanying documents, as well as the insurance certificates, bonds and other contract documents, are subject to review by the Authority Attorney to ensure compliance with New Jersey laws and regulations.
Bidders are required to comply with the requirements of N.J.S.A. 10:5-31 et seq. and N.J.A.C. 17:27-1 et seq.
By Order of South Monmouth Regional Sewerage Authority
Ryan R. Krause, P.E., C.M.E.
Executive Director
4/28/25-6/5/25
SOUTH MONMOUTH REGIONAL SEWERAGE AUTHORITY
Notice of Contract Awards
The Commissioners of the South Monmouth Regional Sewerage Authority at an open public meeting held on April 9, 2025 awarded the following service contracts pursuant to Local Public Contracts Law N.J.S.A. 40A:11-1 et seq. and Pay to Play Laws, N.J.S.A. 19:44A-20.4, as a Non-Fair and Open Process.
Award: Eastern Lift Truck
Nature: H60A Lift Truck
Amount: $66,495.45
Award: H2M Architects & Engineers, Inc.
Nature: Design & Bid Assistance Services for Access Road Slope Stabilization Project
Amount: $73,800.00
The contracts and resolutions authorizing said procurements are on file and available for public inspection in the office of the Authority.
Ryan R. Krause, P.E, C.M.E
Executive Director 4/16/25- 5/21/25
SOUTH MONMOUTH REGIONAL SEWERAGE AUTHORITY
Notice of Contract Awards
The Commissioners of the South Monmouth Regional Sewerage Authority at an open public meeting held on March 12, 2025, awarded the following service contracts pursuant to Local Public Contracts Law N.J.S.A. 40A:11-1 et seq. and Pay to Play Laws, N.J.S.A. 19:44A-20.4, as a Non-Fair and Open Process.
Award: Stewart & Stevenson Power Products, LLC
Nature: Two(2) Mobile Replacement Generators
Amount: Not to Exceed $150,312.42
Award: Tetra Tech (Cornerstone Environmental Group, LLC)
Nature: Stabilization Pond Liner Repair/Replacement
Amount: $46,800.00
The contracts and resolutions authorizing said procurements are on file and available for public inspection in the office of the Authority.
Ryan R. Krause, P.E, C.M.E.
Executive Director 3/19/25
SOUTH MONMOUTH REGIONAL SEWERAGE AUTHORITY
Notice of Contract Award
The Commissioners of the South Monmouth Regional Sewerage Authority awarded a Professional Service Contract at their meeting on March 12, 2025 without public bidding pursuant to N.J.S.A. 40A:11-5 et seq. and/or N.J.S.A. 19:44A-20.4 et seq. This appointment is for one year and expires on the date of the 2026 Reorganization Meeting. The Resolutions of Appointment and contracts are available for public inspection at the SMRSA Administrative Office at 1235 18th Avenue, Belmar, New Jersey.
The Contract was awarded to:
Padula Law Group, LLC for Labor Counsel Services at an hourly rate not to exceed $195.00 per hour in accordance with their proposal dated February 25, 2025;
Ryan R. Krause, P.E., C.M.E.
Executive Director 3/19/25
SOUTH MONMOUTH REGIONAL SEWERAGE AUTHORITY
Notice of Contract Awards
The Commissioners of the South Monmouth Regional Sewerage Authority awarded Professional Service Contracts at their meeting on February 13, 2025 without public bidding pursuant to N.J.S.A. 40A:11-5 et seq. and/or N.J.S.A. 19:44A-20.4 et seq. All appointments are for one year and expire on the date of the 2026 Reorganization Meeting. The Resolutions of Appointment and contracts are available for public inspection at the SMRSA Administrative Office at 1235 18th Avenue, Belmar, New Jersey.
The Contracts were awarded to:
Wielkotz & Company, LLC. for Auditing Services in an annual amount not to exceed $30,000.00 for conducting the Fiscal Year 2024 audit; and an hourly rate of $150-$200 for other general services it in accordance with their proposal dated October 22, 2024;
Dilworth Paxson, LLP for Bond Counsel Services at an hourly rate for general services not to exceed $225.00 per hour and not to exceed $25,000 plus $1.00 per $1,000 of Bonds Fees in accordance with their proposal dated October 29, 2024;
Manna & Bonello, P. C. for General Counsel Services an annual amount not to exceed $19,200.00 as retainer; and an hourly rate of $135.00 for all general counsel services in accordance with their proposal dated November 11, 2024;
Bruce Padula, Esq. of Cleary, Giacobbe, Alfieri, Jacobs, LLC for Labor Counsel Services at an hourly rate not to exceed $195.00 per hour in accordance with their proposal dated November 4, 2024;
NW Financial Group, LLC for Financial Advisor/Consulting Disclosure Services in an annual amount not to exceed $8,500.00 to assist with NJIB Financing and not to exceed an hourly rate of $235.00 for general services in accordance with their proposal dated January 22, 2025;
Coastal Solutions, Inc. for Information Technology Support and Computer Services in an amount not to exceed $10,773.00 for Remote/Onsite Support and an hourly rate of $145.00 per hour for additional services in accordance with their proposal dated
November 6, 2024;
The Danskin Agency as the Authority’s Risk Management Consultant for the NJUAJIF in an amount not to exceed $16,539.00 (funds payable from the Authority’s NJUAJIF annual premium) in accordance with the Agreement dated February 12, 2025.
Ryan R. Krause, P.E., C.M.E.
Executive Director 2/20/2025
SOUTH MONMOUTH REGIONAL SEWERAGE AUTHORITY
Notice of Contract Awards
The Commissioners of the South Monmouth Regional Sewerage Authority awarded Professional Service Contracts at their meeting on February 13, 2025 without public bidding pursuant to N.J.S.A. 40A:11-5 et seq. and/or N.J.S.A. 19:44A-20.4 et seq. All appointments are for one year and expire on the date of the 2026 Reorganization Meeting. The Resolutions of Appointment and contracts are available for public inspection at the SMRSA Administrative Office at 1235 18th Avenue, Belmar, New Jersey.
The Contracts were awarded to:
Wielkotz & Company, LLC. for Auditing Services in an annual amount not to exceed $30,000.00 for conducting the Fiscal Year 2024 audit; and an hourly rate of $150-$200 for other general services it in accordance with their proposal dated October 22, 2024;
Dilworth Paxson, LLP for Bond Counsel Services at an hourly rate for general services not to exceed $225.00 per hour and not to exceed $25,000 plus $1.00 per $1,000 of Bonds Fees in accordance with their proposal dated October 29, 2024;
Manna & Bonello, P. C. for General Counsel Services an annual amount not to exceed $19,200.00 as retainer; and an hourly rate of $135.00 for all general counsel services in accordance with their proposal dated November 11, 2024;
Bruce Padula, Esq. of Cleary, Giacobbe, Alfieri, Jacobs, LLC for Labor Counsel Services at an hourly rate not to exceed $195.00 per hour in accordance with their proposal dated November 4, 2024;
NW Financial Group, LLC for Financial Advisor/Consulting Disclosure Services in an annual amount not to exceed $8,500.00 to assist with NJIB Financing and not to exceed an hourly rate of $235.00 for general services in accordance with their proposal dated January 22, 2025;
Coastal Solutions, Inc. for Information Technology Support and Computer Services in an amount not to exceed $10,773.00 for Remote/Onsite Support and an hourly rate of $145.00 per hour for additional services in accordance with their proposal dated
November 6, 2024;
The Danskin Agency as the Authority’s Risk Management Consultant for the NJUAJIF in an amount not to exceed $16,539.00 (funds payable from the Authority’s NJUAJIF annual premium) in accordance with the Agreement dated February 12, 2025.
Ryan R. Krause, P.E., C.M.E.
Executive Director 2/20/2025
