CITY OF PASSAIC NOTICE TO BIDDERS

Size: px
Start display at page:

Download "CITY OF PASSAIC NOTICE TO BIDDERS"

Transcription

1

2 CITY OF PASSAIC NOTICE TO BIDDERS Sealed Proposals will be received on Wednesday, September 5, 2018 at 10:30 A.M. prevailing time in the Purchasing Conference Room, 2 nd Floor, Rm. 203, City Hall, 330 Passaic Street, Passaic, NJ then publicly opened and read aloud for the following: FURNISHING OF JANITORIAL CLEANING SERVICES CITY OF PASSAIC A Non Mandatory (voluntary) pre-bid walk through has been scheduled for Monday, August 27, 10:00 A.M. in the Council Chambers, 330 Passaic Street, Passaic, NJ. Copies of the bids are on file and open to public inspection at the Division of Purchasing, City Hall, 330 Passaic Street, Passaic, NJ between the hours of 8:30 A.M. and 4:00 P.M. daily except Saturdays, Sundays and Holidays and/or can be downloaded from the City of Passaic s website, Proposal and proposal guarantee must be enclosed in a sealed envelope addressed to the City of Passaic, Division of Purchasing, Attn: Doris Dudek, Director of Purchasing; 330 Passaic Street, Passaic, NJ; bearing the name and address of the bidder written on the face of the envelope, and clearly marked BID with the contract title. The City of Passaic is only responsible for forwarding addendums or clarifications to those prospective bidders who obtained specifications directly from the City of Passaic, Division of Purchasing or to those who have put the City of Passaic Division of Purchasing on notice as having received the specification. Bidders must be registered with the Division of Revenue, State of New Jersey for a Business Registration Certificate prior to award of contract. If awarded a contract, your company/firm shall be required to comply with the requirements of N.J.S.A. 10:5-31 et seq. and N.J.A.C. 17:27. DORIS DUDEK, R.P.P.O., QPA DIRECTOR OF PURCHASING

3 SPECIFICATIONS JANITORIAL CLEANING SERVICES CITY OF PASSAIC The following are specifications for the Janitorial/Cleaning Services to be performed at the following locations in the City of Passaic: 1. BASE BID LOCATIONS City Hall Building 330 Passaic Street The Annabelle Shimkowitz Senior Citizen Building /Recreation 330 Passaic Street Park Bathrooms: Christopher Columbus Indoor Sports Facility 380 Paulison Avenue Christopher Columbus Park Outdoor Bathrooms 380 Paulison Avenue Pulaski Park Bathrooms Hudson Street & Third Street Lobby Bathroom in Police Department ALTERNATE #1 LOCATIONS WIC Building 333 Passaic Street Passaic Alliance 286 Passaic Street East Side Firehouse 11 Hope Avenue (Chief s Office & Outside Foyer Area) Juvenile UPO Building 41 Myrtle Avenue 2. HOURS Municipal Hours are 8:30 A.M to 4:00 P.M. All cleaning must be performed after normal working hours 4:00 PM until midnight five (5) nights a week. THIS IS NON NEGOTIABLE AND IF NOT ADHERED TO WILL BE CAUSE FOR CANCELLATION OF CONTRACT. 3. REQUIREMENTS OUTSIDE OF BUILDINGS: 1. Empty all outside waste 2. Cigarette urns and ashtrays should be emptied and damp wiped daily. INSIDE OF BUILDINGS: 1. Vacuum or wet mop entries/foyers. 2. Dust all doors, paneling, moldings, baseboards and windowsills. 3. Picture frames and wall mountings to be dusted periodically. 4. All mats in entranceways are to be maintained for cleanliness. 5. All glass and metal in entrance foyers will be spray cleaned.

4 6. All countertops and tables will be dusted and sprayed down with cleaning products. 7. Spot clean walls, doors, partitions and other washable surfaces to remove fingerprints and smudges. 8. Clean and disinfect all water fountains and water coolers. 9. Clean Elevators in City Hall daily. 10. Clean Stairwells daily. CARPETED FLOORS: 1. The contractor agrees to furnish a heap filter vacuum cleaner with power broom and all necessary attachments. 2. Vacuum all carpeting, moving light furniture other than desks, file cabinets, etc. Edges and corners will be cleaned periodically with vacuum attachments to eliminate dust accumulation. 3. All carpeting will be spot cleaned on a continual basis using standard spot removal procedures. 4. Shampooing three (3) times a year. Carpets located in Administration Office, 2 nd floor foyer, Council Chambers. TILE AND HARDWOOD FLOORS: 1. All tile and hard surface floors are to be swept for dust w/dust treated mops. Floors will be mopped with a neutral cleaner. 2. Waxing One (1) time per month 3. Stripping Floors Once a Year 4. Scrubbing Floors Once a week 5. Mopping Floors Daily 6. Buffing Floors Once per week 7. Finishing Floors Once a month OFFICE FURNITURE: 1. Dust desktops and furniture twice a week without disturbing papers on desks. 2. Dust tops of filing cabinets twice a week. 3. Upholstered furniture to be brushed and vacuumed periodically. 4. Picture frames and wall mountings to be dusted periodically. COUNCIL CHAMBERS/CONFERENCE AND MEETING ROOMS 1. Conference and Meeting Room tables are to be dusted and/or wiped. 2. Conference and Meeting Room chairs are to be brushed/vacuumed periodically. Chairs should be put back after vacuuming. 3. Windowsills are to be dusted and cleaned periodically. 4. Council Chambers/Court Room needs to be checked each evening to ensure that the room is clean and orderly due to meetings that are held that night (Council Meeting Schedule to be provided to successful contractor).

5 LAVATORIES: 1. Clean and disinfect toilets, urinals and sinks inside and out. 2. Clean all mirrors. 3. Empty all wastebaskets and replace trash liners. 4. Fully replenish toilet tissue and refill soap dispenser. 5. All partitions, shelves, towel and tissue dispensers should be dusted and disinfected. 6. Sweep followed by wet mop all floors with a neutral cleanser. 7. Wipe and disinfect tile or receptacle partitions in lavatories as needed. 8. Upon discarding mop pail water in Janitor Closet, the deep sink will be rinsed thoroughly. PARK BATHROOM LOCATIONS: 9. Christopher Columbus Indoor Sports Facility to be cleaned daily 10. Pulaski Park Bathrooms Hudson Street & Third Street cleaned during the Spring & Summer Season. 11. Christopher Columbus Park Outdoor Bathrooms cleaned during the Spring & Summer season Number of Bathrooms City Hall 5 WIC/Health Clinic 3 Senior Citizen Building 2 Passaic Alliance 3 Eastside Firehouse 10 Juvenile 1 Pulaski Park Bathrooms 2 Christopher Columbus Park 2 Christopher Columbus Indoor 2 Outdoor Bathrooms Sports Facility Bathrooms Police Department Lobby Bathroom 1 Juvenile UPO Building 2 TRASH AND WASTE RECEPTACLES IN OFFICES 1. Plastic trash liners will be used for all food/waste containers and changed on a daily basis. 2. Both recycling and waste will be removed from building daily. 3. All trash to be removed from buildings at the end of cleaning shift. Recyclables do not Have to be separated. ANY ITMES NOT SPECIFICALLY MENTIONED BUT WOULD BE CONSIDERED USUAL OR CUSTOMARY JANITORIAL SERVICES ARE INCLUDED FOR THE PURPOSE OF PROVIDING A QUOTE AND THOUGH MAY NOT BE LISTED, ARE NOT TO BE CONSIDERED OMITTED. ALL DAYS AND TIMES SPECIFIED ABOVE FOR CLEANING ARE SUBJECT TO CHANGE AT THE DISCRETION OF THE CITY OF PASSAIC AND, UPON NOTICE TO THE SUCCESSFUL BIDDER, SHALL BE SCHEDULED ACCORDINGLY. IN THE EVENT OF UNFORSEEN CIRCUMSTANCES THAT RESULT IN ALL OR SOME SERVICES NOT BEING RENDERED ON ANY GIVEN DAY, THE SUCCESSFUL CONTRACTOR MUST NOTIFY THE DIVISION OF PURCHASING.

6 BACKGROUND CHECKS The City of Passaic will conduct background checks on all employees working at facility. The City of Passaic reserves the right to refuse personnel based on results of the background check.

7 PROPOSAL FORM Date Mrs. Doris Dudek Director of Purchasing 330 Passaic Street Passaic, NJ Dear Mrs. Dudek: I or (We) have carefully examined the Legal Advertisement, Instructions to Bidders and Specifications for the FURNISHING OF JANITORIAL CLEANING SERVICES, CITY OF PASSAIC. The contract period for this service shall be for a period of one (1) year commencing on the execution of contract (Notice to Proceed) with an option to renew for one (1) two (2) year terms or two (2) one year term. The undersigned states that they have carefully examined the legal advertisement, Instructions to Bidders and detailed specifications in the Bid Package for Janitorial Cleaning Services. The City of Passaic will provide the cleaning products inclusive of consumable goods, cleaning detergents, floor cleaners, floor chemicals, etc. BASE BID Locations Square Footage Unit Price City Hall building including 35,086 SF $ Police Department Lobby Bathroom (only) The Annabelle Shimkowitz Senior Building/Recreation 8,020 SF $ Park Bathrooms Christopher Columbus Indoor Sports Facility 1,013 SF $ 380 Paulison Ave Christopher Columbus Park Outdoor Bathrooms 1,043 SF $ 380 Paulison Ave Pulaski Park Bathrooms $ Hudson Street & Third Street 300 SF TOTAL FOR BASE BID $ IN WORDS

8 ALTERNATE #1 ADDITIONAL LOCATIONS Square Footage Total Price WIC Building 333 Passaic Street 4,775 SF $ Passaic Alliance 286 Passaic Street 4,961 SF $ East Side Firehouse 11 Hope Avenue 1,281 SF $ (Chief s Office & Outside Foyer Area) Juvenile UPO Building 3,241 SF $ 41 Myrtle Avenue The City of Passaic may award the work on the basis of the Base Bid, or combined with such Alternates as selected, until a net amount is reached which is within the funds available. A Bid Bond from a Surety/Bonding Company licensed and qualified to do business in the State of New Jersey by the appropriate agencies, a Certified Check or Cashier s Check is enclosed in the amount of $ equal to 10% of the total bid, not to exceed $20, dollars. We certify that the price quoted is not in collusion with any other bidder. All prices are exclusive of Federal and State Taxes and delivered to Passaic, NJ THIS IS NOT A PREVAILING WAGE PROJECT PUBLIC WORKS CONTRACTOR REGISTRATION IS NOT APPLICABLE NAME OF COMPANY ADDRESS AUTHORIZED SIGNATURE Print Name TAX ID # TELEPHONE # FAX #

9 3/23/18 INSTRUCTION TO BIDDERS Sealed Proposals shall be received in accordance with Public Advertisement as required by law, a copy of said notice being attached hereto and made a part of these specifications. I. SUBMISSION OF BIDS A. BIDS FORWARDED THROUGH THE MAIL The bid proposal form shall be submitted, in a sealed envelope: (1) addressed to the City of Passaic, Division of Purchasing, Attn: Doris Dudek, Director of Purchasing (2) bearing the name and address of the bidder written on the face of the envelope, and (3) clearly marked BID with the contract title. It is the bidder s responsibility to see that bids are presented to the City of Passaic on the hour and the place designated. Bids may be hand delivered or mailed; however, the City of Passaic disclaims any responsibility for bids forwarded by regular mail or overnight mail. Bids received after the designated time and date will be returned unopened. B. PROPOSAL FORM Sealed bids forwarded to the City of Passaic before the time of opening of bids may be withdrawn upon written application of the bidder who shall be required to produce evidence showing that the individual is or represents the principal or principals involved in the bid. Once bids have been opened, they must remain firm for a period of sixty (60) calendar days. All prices and amounts must be written in ink or preferably typewritten. Bids containing any conditions, omissions, unexplained erasures or alterations, items not called for in the bid proposal form, attachment of additive information not required by the specifications, or irregularities of any kind, may be rejected by the City of Passaic. Any changes, white-outs, strike-outs, etc. on the proposal page must be initialed in ink by the person responsible for signing the bid. Bidders must insert prices for furnishing all of the materials and/or labor required by these specifications. Prices shall be net, including any charges for packing, crating, containers, etc. All transportation charges shall be fully prepaid by the contractor F.O.B. destination and placement at locations specified by the City of Passaic. As specified, placement may require inside deliveries. No additional charges will be allowed for any transportation costs resulting from partial shipments made at the contractor s convenience. The vendor shall guarantee any or all materials and services supplied under these specifications. Defective or inferior items shall be replaced at the expense of the vendor. In case of rejected materials, the vendor will be responsible for return freight charges. II. BID SECURITY A. BID GUARANTEE SEE ATTACHED SAMPLE Bidder shall submit with the bid a certified check, cashier s check or bid bond in the amount of ten (10%) of the total price bid, but not in excess of $20,000.00, payable unconditionally to the City of Passaic. When submitting a Bid Bond, it shall contain Power of Attorney for full amount of Bid Bond from a surety company authorized to do business in the State of New Jersey and acceptable to the City of Passaic. The check or bond of the unsuccessful bidder (s) shall be returned as prescribed by law. The check or bond of the bidder to whom the contract is awarded shall be retained until a contract is executed and the required

10 performance bond or other security is submitted. The check or bond of the successful bidder shall be forfeited if the bidder fails to enter into a contract pursuant to N.J.S.A. 40A: FAILURE TO SUBMIT THIS SHALL BE CAUSE FOR REJECTION OF THE BID. B. CONSENT OF SURETY SEE ATTACHED SAMPLE Bidder shall submit with the bid a Certificate (Consent of Surety) with Power of Attorney for full amount of the bid price from a Surety Company authorized to do business in the State of New Jersey and acceptable to the City of Passaic, stating that it will provide said bidder with a Performance Bond in the full amount of the bid. This certificate shall be obtained in order to confirm that the bidder to whom the contract is awarded will furnish Performance and Payment Bonds from an acceptable subcontractor or by any combination thereof which results in performance security equal to the total amount of the contract, pursuant to N.J.S.A. 40A: FAILURE TO SUBMIT THIS SHALL BE CAUSE FOR REJECTION OF THE BID. C. PERFORMANCE BOND Successful bidder shall simultaneously with the delivery of the executed contract, submit an executed bond in the amount of one hundred (100%) of the acceptable bid as security for the faithful performance of this contract. The performance bond provided shall not be released until final acceptance of the whole work and then only if any liens or claims have been satisfied and any maintenance bonds required have been executed and approved by the City of Passaic. FAILURE TO DELIVER THIS WITH THE EXECUTED CONTRACT SHALL BE CAUSE FOR DECLARING THE CONTRACT NULL AND VOID. D. LABOR AND MATERIAL (PAYMENT BOND) Successful bidder shall with the delivery of the performance bond submit an executed payment bond to guarantee payment to laborers and suppliers for the labor and material used in the work performed under the contract. FAILURE TO DELIVER THIS WITH THE PERFORMANCE BOND SHALL BE CAUSE FOR DECLARING THE CONTRACT NULL AND VOID. E. MAINTENANCE BOND Successful bidder shall upon acceptance of the work submit a maintenance bond in the amount of 100% guaranteeing against defective quality of work or materials for the period of two (2) years. THE SURETY ON SUCH BOND OR BONDS SHALL BE A DULY AUTHORIZED SURETY COMPANY AUTHORIZED TO DO BUSINESS IN THE STATE OF NEW JERSEY N.J.S.A. 17:31-5. III. INTERPRETATION AND ADDENDA A. The bidder understands and agrees that its bid is submitted on the basis of the specifications prepared by the City of Passaic. The bidder accepts the obligation to become familiar with these specifications.

11 B. Bidders are expected to examine the specifications and related documents with care and observe all their requirements. Ambiguities, errors or omissions noted by bidders should be promptly reported in writing to the appropriate official. In the event the bidder fails to notify the City of Passaic of such ambiguities, errors or omissions, the bidder shall be bound by the bid. C. No oral interpretation of the meaning of the specifications will be made to any bidder. Every request for an interpretation shall be in writing, addressed to the City of Passaic representative stipulated in the bid. In order to be given consideration, written requests for interpretation must be received at least seven (7) days prior to the date fixed for the opening of the bids. Any and all such interpretations must be received at least seven (7) days prior to the date fixed for the opening of the bids. Any and all such interpretations and any supplemental instructions will be in the form of written addenda to the specifications, and will be distributed to all prospective bidders, in accordance with N.J.S.A. 40A: All addenda so issued shall become part of the contract documents, and shall be acknowledged by the bidder in the bid. The City of Passaic s interpretations or correction thereof shall be final. D. Any bidder challenging the bid specifications must file notice of the challenge with the Director of Purchasing no less than three (3) business days prior to the opening of the bids. Any challenge filed after that date will be void and will have no impact on the award of the contract. IV. DISCREPANCIES IN BIDS 1. If the amount shown in words and its equivalent in figures do not agree, written words shall be binding. Ditto marks are not considered writing or printing and shall not be used. 2. In the event that there is a discrepancy between the unit prices and the extended totals, the unit prices shall prevail. In the event there is an error of the summation of the extended totals, the computation by the City of Passaic of the extended totals shall govern. V. PRICE FLUCTUATIONS DURING CONTRACT All prices quoted shall be firm and not subject to increase during the period of contract. In the event of a manufacturer s price decrease during the contract period, the City shall receive the full benefit of such price reduction of any undelivered purchase order and on any subsequent order placed during the contract period VI. BRAND NAMES, PATENTS & STANDARDS OF QUALITY A. Brand names and/or descriptions used in this bid are to acquaint bidders with the type of commodity desired and will be used as a standard by which alternate or competitive materials offered will be judged. Competitive items must be equal to the standard described and be of the same quality of work. Variations between materials described by the bidder on a separate sheet and submitted with the bid proposal form. Vendor s literature WILL NOT suffice in explaining exceptions to these specifications. In the absence of any changes by the bidder, it will be presumed and required that materials as described in the proposal be delivered. B. It is the responsibility of the bidder to demonstrate the equivalency of item(s) offered. The City of Passaic reserves the right to evaluate the equivalency of an item (s) which, in its deliberations, meets its requirements. C. In submitting its bid, the bidder certifies that the merchandise to be furnished will not infringe upon any valid patent or trademark and that the successful bidder shall, at its own expense, defend any and all actions or suits charging such infringement, and will save the City of Passaic harmless from any damages resulting from such infringement. D. Only manufactured and farm products of the United States, wherever available, shall be used on this contract pursuant to N.J.S.A. 40A:11-18.

12 E. Wherever practical and economical to the City of Passaic, it is desired that recycled or recyclable products be provided. Please indicate when recycled products are being offered. VII. INSURANCE & INDEMNIFICATION General At all times during the Term of the Agreement, the Company, at its sole cost and expense, shall keep and maintain insurance against any loss or damage in an amount, and under such terms, as set forth below. Insurance Company shall obtain and maintain, at a minimum, the insurance coverage set forth below. Such insurance shall be obtained from insurance companies authorized to do business in the State of New Jersey and having an A.M. Best s rating of at least A- or better or the equivalent thereof. Deductible amounts or self insured retention amount payable under or with respect to such insurance coverage shall be the sole responsibility of the Company. Required Coverages: Type Minimum Coverage 1. Workers Compensation Insurance Statutory, as required by the State of New Jersey, including Employer s Liability limits of $1,000,000 and including Other States endorsement. 2. Commercial General Liability, Bodily Insurance with combined single Injury and Property Damage, including limits of $1,000,000/$2,000,000 Contractual liability and Products and per project/per location Completed Operations 3. All Risk Property Coverage/Builder s Vendor/contractor shall agree to Risk if applicable insure any owned, leased or Borrowed property. The City of Passaic will have no liability with Regard to non-owned property. 4. Commercial Automobile Liability $1,000,000 per accident for Bodily Injury with coverage Provided for (1) owned autos (2) hired autos and (3) other Non-owed vehicles 5. Commercial Excess Liability $5,000,000 or an amount Sufficient to equal $5,000,000 With the primary general liability And automobile liability limits 6. Professional liability $1,000,000 each claim/annual Aggregate Deductibles No policy shall have a deductible amount greater than $100,000 per occurrence. Form and Content All policies, binders or interim insurance contracts with respect to insurance maintained by the Company hereunder shall:

13 1. Designate the City of Passaic, its officers, agents and employees (except in the case of Workers Compensation Insurance) as an additional insured: 2. Provide that there shall be no recourse against the City for payment of premiums or commissions or (if such policies provide for payment thereof) additional premiums or assessments; 3. Provide that such insurance shall be primary insurance without any Right of contribution from any other insurance carried by the City of Passaic or to the Company to the extent that such other insurance provides The City of Passaic or the Company with contingent and/or excess Liability insurance with respect to its respective interest and such insurance shall expressly provide that all provisions thereof (except the limits of liability, which shall be applicable to all insured as a group and Liability for premiums) shall operate in the same manner as if there were a separate policy covering each insured. 4. Provide that the City of Passaic shall be furnished with at least thirty (30) days prior written notice of any material change, cancellation, expiration or non-renewal of coverage and that unilateral change, cancellation, expiration or non-renewal shall be effective absent such notice; and 5. Waive any right of subrogation of the insurers there under against the City of Passaic. Prior to, but no later than the event date, the Company shall provide to the City, a certificate of Insurance that evidence compliance with the requirements of this Section. VIII. PREPARATION OF BIDS A. The City of Passaic is exempt from any local, state or federal sales, use or excise tax. B. Estimated Quantities (Open-End Contracts) The City of Passaic has attempted to identify the item (s) and the estimated amounts of each item bid to cover its requirements; however, past experience shows that the amount ordered may be different than that submitted for bidding. The right is reserved to decrease or increase the quantities specified in the specifications pursuant to N.J.A.C. 5: NO MINIMUM PURCHASE IS IMPLIED OR GUARANTEED. C. Successful bidder shall be responsible for obtaining any applicable permits or licenses from any government entity that has jurisdiction to require the same. All bids submitted shall include this cost in the bid price agreement. D. The City of Passaic encourages, but does not require, any business awarded a contract with the City to employ residents of the City of Passaic in connection with the performance of the contract.

14 IX. STATUTORY AND OTHER REQUIREMENTS A. Mandatory Affirmative Action Certification No firm may be issued a contract unless it complies with the affirmative action regulations of N.J.S.A. 10:5-31 et. seq. (P.L. 1975, c 127). 1. Procurement, Professional and Service Contracts All Successful vendors must 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: i. A photocopy of a valid letter for an approved Federal Affirmative Action Plan (good for one year from the date of the letter), or ii. A photocopy of an approved Certificate of Employee Information Report, or iii. If the vendor has none of the above, the public agency is required to provide the vendor with an initial Affirmative Action Employee Information Report (AA-302). 2. Construction Contracts All successful contractors must submit within three days of the signing of the contract an Initial Project Manning Report (AA201-available upon request from the State s Affirmative Action Office) for any contract award that meets or exceeds the bidding threshold. B. Americans with Disabilities Act of 1990 Discrimination on the basis of disability in contracting for the purchase of bids and services is prohibited. The successful bidder is required to read Americans with Disabilities language that is part of this specification and agrees that the provisions of Title II of the Act are made a part of the contract. The successful bidder is obligated to comply with the Act and to hold the City of Passaic harmless. C. Prevailing Wage Act (When Applicable) Pursuant to N.J.S.A. 34: et seq., successful bidders on projects for public work shall adhere to all requirements of the New Jersey Prevailing Wage Act. The contractor shall be required to submit a certified payroll record to the City of Passaic within ten (10) days of the payment of the wages. The contractor is also responsible for obtaining and submitting all subcontractors certified payrolls in the form set forth in N.J.A.C. 12:6-6.1(c). It will be the contractor s responsibility to obtain any additional copies of the certified payroll form to be submitted by contacting the Office of Administrative Law, CN 049, Trenton, New Jersey or the New Jersey Department of Labor, Division of Workplace Standards. D. Stockholder Disclosure Chapter 33 of the Public Laws of 1977 provides that no corporation or partnership shall be awarded any contract for the performance of any work or the furnishing of any materials or supplies, unless, prior to the receipt of the bid or accompanying the bid of said corporation or partnership, there is submitted a statement setting forth the names and addresses of all stockholders in the corporation or partnership who own ten percent or more of its stock of any class, or of all individual partners in the partnership who own a ten percent or greater interest therein. Form of Statement shall be completed and attached to the bid proposal.

15 E. The New Jersey Worker and Community Right to Know Act The Manufacturer or supplier of a substance or mixture shall supply the Chemical Abstracts Service number of all the components of the mixture or substance and the chemical name. The manufacturer and supplier must properly label each container. Further, all applicable Material Safety Data Sheets (MSDS) - hazardous substance fact sheet - must be furnished. Owners must also ensure that all containers, which are stored at their facilities by contractors, display RTK labeling. The options and exclusions from labeling are found in New Jersey Right to Act regulations at (N.J.A.C. 8: and 5.6). General information and labeling assistance for bidders is found on the New Jersey Department of Health and Senior Services Right to Know Program website at: F. Non-Collusion Affidavit The Non-Collusion Affidavit, which is part of these specifications, shall be properly executed and submitted with the bid proposal. FAILURE TO SUBMIT THIS SHALL BE CAUSE FOR REJECTION OF THE BID. G. Public Works Contractor Registration Act Pursuant to the Public Works Contractor Registration Act (as amended by P.L c.91) each contractor bidding on a public works project must be registered with the Department of Labor s Division of Wage and Hour Compliance at the time bids are received by the City of Passaic. After bids are received, and prior to contract award, the contractor most likely to receive the contract award must submit to the City of Passaic copies of his certification and copies of his subcontractors certification. All named sub-contractors listed in a bid (including out of state contractors), material suppliers excluded, must also be registered with the Department of Labor s Division of Wage and Hour Compliance at the time bids are received. Non-Listed subcontractors do not have to be registered until they physically start the public work assigned to them. The law specifically prohibits accepting applications for registration as a substitute for a certificate of registration (N.J.S.A. 34: ) FAILURE TO BE A REGISTERED CONTRACTOR OR SUBCONTRACTOR AT THE TIME OF THE BID OPENING IS A MATERIAL DEFECT WHICH CAN NOT BE WAIVED OR CORRECTED AND WHICH WILL RESULT IN THE BID BEING REJECTED AS NON-RESPONSIVE. IT IS THE CONTRACTOR S RESPONSIBILITY TO INSURE THAT ALL HIS SUB- CONTRACTORS ARE REGISTERED AT THE TIME OF THE BID OPENING. IT IS ALSO THE CONTRACTOR S RESPONSIBILITY TO INSURE THAT ALL HIS

16 NON-LISTED SUBCONTRACTORS ARE REGISTERED UPON STARTING THE PUBLIC WORK ASSIGNED TO THEM. For more information please contact: Contractor Registration Unit Division of Wage and Hour Compliance NJ Department of Labor PO Box 389 Trenton, NJ Telephone # H. Business Registration Certificate *Revised January 25, 2010* Pursuant to N.J.S.A. 52:32-44 each vendor submitting a bid or proposal with the City of Passaic must be registered with The Division of Revenue, State of New Jersey. If the Business Registration Certificate for the contractor and sub-contractor (if applicable) is not part of the bid package but they are registered, the contractor must submit to the City of Passaic their Business Registration Certificate and a copy of their sub-contractors Business Registration Certificate prior to award of contract. All named subcontractor (s) listed on the bid including out of state vendors must be registered with the Division of Revenue, State of New Jersey. Registration as a Business: Businesses must complete Form NJ-REG and submit it to the Division of Revenue. The form can be filed as per the following: A. Register online at Click the online link and then select Register for Tax and Employer Purposes. B. Call the Division at (609) to have a form mailed to you. C. Write to the Division at: Client Registration Bureau, PO Box 252, Trenton, NJ Registration as an individual: There is a simplified registration process for individuals doing business with any New Jersey government agency. The form (NJ-REG-A) can be downloaded from the web at To obtain a copy by mail, call (609) , or write to the Division at the Client Registration Bureau, PO Box 252, Trenton, NJ I. Business Code of Ethics The successful bidder must submit prior to OR in conjunction with the signing of the contract, the signed Business Code of Ethics. In order to provide goods or services to the City of Passaic, a vendor must sign the enclosed acknowledgement form indicating that they have reviewed the BCE and has not taken any action which would constitute a violation of the BCE. rejected. Any vendor who fails to comply with this requirement shall be subject to their bid being

17 The following statutes must be adhered to if applicable: J. New Jersey Underground Facility Protection Act; N.J.S.A. 48:2073 et. seq. K. Licensed Master Plumber; N.J.S.A. 45:14C-2(h) L. The Electrical Contractors Licensing Act of 1962; N.J.S.A. 45:5A-1 M. Plan or Design Immunity; N.J.S.A. 59:4-6 et. seq. N. Certificate of Authority; N.J.S.A. 17:31-5 et. seq. O. Contractor Certification and Alarm Contractor Licensure; N.J.S.A. 45:5A-18 et. seq. P. The Certification of Fire Protection Equipment Contractors; N.J.S.A. 52:14B-5 et. seq. Q. Landscape Irrigation Contractor Certification Act of 1991; N.J.S.A. 45:5AA-1 et. seq. R. Tree Expert Act; N.J.S.A. 45:15C-1 et. seq. S. Pesticide Control Act of 1971; N.J.S.A. 13:1F-1 X. METHODS OF AWARD A. All contracts shall be for 12 consecutive months unless otherwise noted in technical or supplemental specifications. B. The City of Passaic may award the work on the basis of the Base Bid, combined with such Alternates as selected, until a net amount is reached which is within the funds available. C. If the award is to be made on the basis of Base Bids only, it will be made to that responsible bidder whose base bid, therefore is the lowest. If the award is to be made on the basis of a combination of a Base Bid with Alternates, the Alternates will be awarded based on the order specified in the proposal sheet. D. The City of Passaic may also elect to award the work on the basis of line items or unit prices, whichever results in the lowest total amount. E. The successful bidder will not assign any interest in this contract and shall not transfer any interest in the same without the prior written consent of the City of Passaic. F. Procedure for selecting the lowest responsible qualified bidder when two identical bids are received are as follows: 1) The Purchasing Agent or Business Administrator shall assign heads and tails to the two bidders and toss a coin a single time to the floor. 2) The winner of the coin toss, shall be determined to be the lowest responsible bidder.

18 3) The coin toss shall be conducted in the presence of the City Clerk or Assistant City Clerk and a third person. coin toss. 4) The resolution awarding the contract shall reference the breaking of the identical bid by the 5) In the event of a three or more way identical bid (s), all bids will be rejected and the contract rebid. XI. THE FOLLOWING SHALL BE CONSIDERED REASONS FOR REJECTION OF ALL BIDS: A. The lowest bid substantially exceeds the cost estimates for the goods or services. B. The lowest bid substantially exceeds the City s appropriation for the goods or services. C. The governing body decides to abandon project. D. The City wants to substantially revise the bid specifications. E. The purpose or provisions of the Local Public Contracts Law are being violated. F. The governing body decides to use a State authorized contract. G. Negative Prior Experience as per N.J.S.A. 40A:11-4 H. Failure to Enter Contract Should the bidder, to whom the contract is awarded, fail to enter into a contract within 21 days, Sundays and holidays excepted, the City of Passaic may then, at its option, accept the bid of the next lowest bidder. XII. PROMPT PAY PROCEDURES AND ALTERNATIVE DISPUTE RESOLUTION PROCESS 1. BILLS AND PAYMENTS: All bills submitted to the City for approval and payment pursuant to N.J.S.A. 2A:30A-1 et. seq. must comply with the following provisions. The billing date shall be the date that the contractor signs the certification on the voucher/purchase order that the work has been performed. These bills include all bills for improvements to real property and contracts for engineers, architects, surveyors, design or skilled services relating to construction work. Bills that are required to be approved by an engineering or architecture firm (prior to submission to the Council for approval) for purposes of confirmation of successful completion of construction work shall be approved or disapproved within 20 days of submission of same to the architect or engineer. If bills are disapproved or monies withheld from payment then notice of the reason for same shall be given within the same 20 days to the contractor. The City Council must approve payment of all bills pursuant to N.J.S.A. 40A:5-17. For the City Council to consider a bill for approval it must be submitted to the City purchasing director at least two weeks prior to a scheduled/or re-scheduled Council meeting date. If the Council or any agent or officer of the

19 Council determines that the bill is not approved then notice of the disapproval shall be sent to the contractor within five days of the Council meeting on which the bill was listed for approval. If the bill is approved by the City Council then payment shall be made to the contractor within 7 days of the Council meeting as the payment cycle. Bills submitted under N.J.S.A. 40A: which are contracts which exceed $100, then the contractor agrees to the withholding of 2% of the amount due on each partial payment pending completion of the work. Upon final completion of the work and acceptance of the work performed then the City shall release all of the monies withheld. Successful bidder/respondent shall complete W-9 Form and submit to Division of Purchasing prior to contract award. The form is available at the following link: 2. ALTERNATIVE DISPUTE RESOLUTION PROCESS: All disputes relating to construction contracts pursuant to N.J.S.A. 40A:11-50 or relating to contracts for engineers or architects, surveyors, design or skilled services relating to construction contracts for prompt payment issues shall be submitted to the following Alternative Dispute Resolution Process ( ADR ). All disputes shall first be submitted to the architect of record, if there is one, for a determination. If 30 days pass without a determination by the architect or a determination is made that does not resolve the dispute, then the claims shall be submitted for mediation by a single mediator pursuant to the rules of AAA. If the dispute is submitted for mediation the neutral party involved must demonstrate knowledge of the New Jersey Local Public Contracts Law. If the parties cannot resolve their dispute through the mediation process, the parties are free to file an action in the appropriate court of law. XIII. INTEREST AND LATE FEES The City of Passaic will not pay late fees or interest on late payments on any contractual payments due from the City to Contractor. The City Council must approve all payments made under a City contract. The Council normally meets every 2 weeks and bills that are submitted timely and approved by the appropriate department will normally be considered for payment by the City Council at the next meeting after approval of same by the department. XIV. QUALIFIED MINORITY BUSINESS, QUALIFIED WOMEN S BUSINESS AND QUALIFIED SMALL BUSINESS ENTERPRISES Pursuant to Resolution # , the City of Passaic seeks to encourage qualified minority business enterprises, qualified women s business enterprises and qualified small business enterprises to bid on municipal construction contracts. The City purchasing director shall attempt to give notice to qualified minority, women and small businesses, which are registered with the State of New Jersey, of the City s intent to receive bids on a municipal construction project. Any minority, women s or small business which seeks to bid on City construction projects can request that the purchasing director put them on a list of businesses to receive notice (via ) of the City s intent to seek bids on a City construction project. The failure of the purchasing director to provide notice to either the State registered businesses or the list of businesses registered with the City shall not be grounds for the voiding of any bid process.

20 XV. TERMINATION OF CONTRACT A. If, through any cause, the successful bidder shall fail to fulfill in a timely and proper manner obligations under this contract or if the contractor shall violate any of the requirements of this contract, the City of Passaic shall thereupon have the right to terminate this contract by giving written notice to the contractor of such termination and specifying the effective date of termination. Such termination shall relieve the City of Passaic of any obligation for balances to the contractor of any sum or sums set forth in the contract. B. Notwithstanding the above, the contractor shall not be relieved of liability to the City of Passaic for damages sustained by the City of Passaic by virtue of any breach of the contract by the contractor and the City of Passaic may withhold any payments to the contractor for the purpose of compensation until such time as the exact amount of the damage due the City of Passaic from the contractor is determined. C. The contractor agrees to indemnify and hold the City of Passaic harmless from any liability to subcontractors/suppliers concerning payment for work performed or goods supplied arising out of the lawful termination of the contract by the City of Passaic under this provision. D. In case of default by the successful bidder, the City of Passaic may procure the articles or services from other sources and hold the successful bidder responsible for any excess cost occasioned thereby. E. Continuation of the terms of this contract beyond the fiscal year is contingent on availability of funds in the following year s budget. In the event of unavailability of such funds, the City of Passaic reserves the right to cancel this contract.

21 BID BOND SAMPLE KNOW ALL MEN BY THESE PRESENTS, That we, the undersigned and principal, and as Surety, are hereby and firmly bound unto the in the penal sum of TEN PERCENT OF amount bid, not to exceed TWENTY THOUSAND and 00/100---(10%, not to exceed $20, for payment of which, well and truly to be made, we hereby jointly and severally bind ourselves, our heirs, executors, administrators, successors and assigns. Signed this day of. The condition of the above obligation is such that whereas the Principal has submitted to the owner as defined, a certain Bid, attached hereto, and hereby made a part hereof, to enter into a contract in writing, for NOW THEREFORE, A. If said Bid shall be rejected, or, in the alternative, B. If said Bid shall be accepted and the Principal shall execute and deliver a contract in the form of Contract provided (properly completed in accordance with said Bid) and shall furnish a bond for his faithful performance of said contract, and shall in all other respects perform the Agreement created by the acceptance of the Bid, Then, this obligation shall be void, otherwise the same shall remain in force, and effect; it being expressly understood and agreed that the liability of the surety for any and all claims hereunder shall, in no event, exceed the penal amount of this obligation as herein stated. The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its bond shall be in no way impaired or affected by any extension of the time within which the Principal may accept such Bid; and said Surety does hereby waive notice of any such extension. IN WITNESS WHEREOF, the principal and Surety have set their hands and seals, and such of them as are corporations having caused their corporate seals to be hereto affixed and these presents to be signed by their proper officers, the day and year first set forth above. Principal: (L.S.) Surety: By: STATE OF SS: COUNTY OF On this day of 20, before me personally came to me known, who, being by me duly sworn, did depose and say; he resides in that he is the of the the corporation described in and which executed the above instrument; that he knows the seal of said corporation; that the seal affixed to said instrument is such corporate seal; that it was so affixed by order of the Board of Directors of said corporation, and that he signed his name thereto by like order. (SEAL) Notary Public of My Commission expires

22 SAMPLE FORM OF CONSENT OF SURETY/SURETY GUARANTY (To accompany Proposal) KNOW ALL MEN BY THESE PRESENTS, That for and in consideration of the sum of $1.00, lawful money of the United States, the receipt whereof is hereby acknowledged, paid the undersigned corporation, and for other valuable consideration, the corporation organized and existing (Name of Surety Company) under the laws of the State of, licensed to do business in the State of New Jersey, certifies and agrees, that if is awarded (Contract) to, the undersigned corporation (Name of Bidder) (Name of Bidder) will execute the bond or bonds as required by the Contract Documents and will become surety in the full amount of the Contract price for the faithful performance of the contract and for payment of all persons supplying labor or furnishing materials in connection thencewith. Dated this day of 2. By (To be accompanied by the usual proof of authority of officers of surety company to execute the same) CORPORATION ACKNOWLEDGMENT STATE OF SS: COUNTY OF On this day of 2, before me personally came to me known, who, being by me duly sworn, did depose and say; he resides in that he is the of the the corporation described in and which executed the above instrument; that he knows the seal of said corporation; that the seal affixed to said instrument is such corporate seal; that it was so affixed by order of the Board of Directors of said corporation, and that he signed his name thereto by order. (SEAL) Notary Public of My Commission expires

23 ALL GOODS AND SERVICES VENDORS For your convenience, all goods and services vendors now have two (2) options in filing the Division of Contract Compliance AA302, Affirmative Action Employee Information Report Renewal and Vendor Activity Summary forms. As always, you may complete the forms manually and mail them to this Office or you may input your employment data directly onto the AA302 Vendor Activity Summary Report form located on our website. To access the Division s website, simply follow these steps: 1. Type compliance 2. Select the Internet Submission button. 3. Select About Internet Submission if you wish to continue. 4. Review the Agreement and select Accept, if you wish to continue. 5. Complete the Registration for Electronic Form Submission section. Please note that the password is created by you. 6. Within 3-5 business days, the Division will confirm your password by . At that time, you may access the electronic form to input your employment data. 7. When you complete each screen, you must print each screen page in order to copy your submission. The Division will not be able to provide you with a copy after the information has been sent.

24 CONSTRUCTION CONTRACTORS For your convenience, all contractors now have two (2) options in filing the Division of Contract Compliance AA202, Monthly Project Workforce Report form. As always, you may complete the form manually and mail the form to this office, with a copy to this office, with a copy to the Public Agency or you may input your employment data directly onto the AA202 form located on our website, with a copy to the public agency. To access the Division s website, simply follow these steps 1. Type compliance 2. Select the Internet Submission button. 3. Select About Internet Submission to review the Agreement. 4. Review the Agreement and select Accept if you wish to continue. 5. Complete the Registration for Electronic Form Submission section. Please note that the password is created by you. 6. Within 3-5 business days, the Division will confirm your password by . At that time, you may access the electronic form to input your employment data. 7. When you complete each screen, you must print each screen page in order to copy your submission. The Division will not be able to provide you with a copy after the information has been sent. In addition, you will still be required to send a hard copy to the public agency awarding the contract.

25 (REVISED 4/10) EXHIBIT A MANDATORY EQUAL EMPLOYMENT OPPORTUNITY LANGUAGE N.J.S.A. 10:5-31 et seq. (P.L. 1975, C. 127) N.J.A.C. 17:27 GOODS, PROFESSIONAL SERVICE AND GENERAL SERVICE CONTRACTS During the performance of this contract, the contractor agrees as follows: The contractor or subcontractor, where applicable, will not discriminate against any employee or applicant for employment because of age, race, creed, color, national origin, ancestry, marital status, affectional or sexual orientation, gender identity or expression, disability, nationality or sex. Except with respect to affectional or sexual orientation and gender identity or expression, the contractor will ensure that equal employment opportunity is afforded to such applicants in recruitment and employment, and that employees are treated during employment, without regard to their age, race, creed, color, national origin, ancestry, marital status, affectional or sexual orientation, gender identity or expression, disability, nationality or sex. Such equal employment opportunity shall include, but not be limited to the following: employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided by the Public Agency Compliance Officer setting forth provisions of this nondiscrimination clause. The contractor or subcontractor, where applicable will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that all qualified applicants will receive consideration for employment without regard to age, race, creed, color, national origin, ancestry, marital status, affectional or sexual orientation, gender identity or expression, disability, nationality or sex. The contractor or subcontractor will send to each labor union, with which it has a collective bargaining agreement, a notice, to be provided by the agency contracting officer, advising the labor union of the contractor's commitments under this chapter and shall post copies of the notice in conspicuous places available to employees and applicants for employment. The contractor or subcontractor, where applicable, agrees to comply with any regulations promulgated by the Treasurer pursuant to N.J.S.A. 10:5-31 et seq., as amended and supplemented from time to time and the Americans with Disabilities Act. The contractor or subcontractor agrees to make good faith efforts to meet targeted county employment goals established in accordance with N.J.A.C. l7: 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.

26 EXHIBIT A 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 jobrelated testing, as established by the statutes and court decisions of the State of New Jersey and as established by applicable Federal law and applicable Federal court decisions. In conforming with the targeted employment goals, the contractor or subcontractor agrees to review all procedures relating to transfer, upgrading, downgrading and layoff to ensure that all such actions are taken without regard to age, race, creed, color, national origin, ancestry, marital status, affectional or sexual orientation, gender identity or expression, disability, nationality or sex, consistent with the statutes and court decisions of the State of New Jersey, and applicable Federal law and applicable Federal court decisions. The contractor shall submit to the public agency, after notification of award but prior to execution of a goods and services contract, one of the following three documents: Letter of Federal Affirmative Action Plan Approval Certificate of Employee Information Report Employee Information Report Form AA302 (electronically provided by the Division and distributed to the public agency through the Division s website at The contractor and its subcontractors shall furnish such reports or other documents to the Division of Public Contracts Equal Employment Opportunity Compliance as may be requested by the office from time to time in order to carry out the purposes of these regulations, and public agencies shall furnish such information as may be requested by the Division of Public Contracts Equal Employment Opportunity Compliance for conducting a compliance investigation pursuant to Subchapter 10 of the Administrative Code at N.J.A.C. 17:27.

27 (REVISED 4/10) EXHIBIT B 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 CONSTRUCTION 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, up-grading, 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 or workers' representative of the contractor's commitments under this act 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. When hiring or scheduling workers in each construction trade, the contractor or subcontractor agrees to make good faith efforts to employ minority and women workers in each construction

28 EXHIBIT B trade consistent with the targeted employment goal prescribed by N.J.A.C. l7:27-7.2; provided, however, that the Division may, in its discretion, exempt a contractor or subcontractor from compliance with the good faith procedures prescribed by the following provisions, A, B and C, as long as the Division is satisfied that the contractor or subcontractor is employing workers provided by a union which provides evidence, in accordance with standards prescribed by the Division, that its percentage of active "card carrying" members who are minority and women workers is equal to or greater than the targeted employment goal established in accordance with N.J.A.C. l7: The contractor or subcontractor agrees that a good faith effort shall include compliance with the following procedures: (A) If the contractor or subcontractor has a referral agreement or arrangement with a union for a construction trade, the contractor or subcontractor shall, within three business days of the contract award, seek assurances from the union that it will cooperate with the contractor or subcontractor as it fulfills its affirmative action obligations under this contract and in accordance with the rules promulgated by the Treasurer pursuant to N.J.S.A. 10:5-31 et. seq., as supplemented and amended from time to time and the Americans with Disabilities Act. If the contractor or subcontractor is unable to obtain said assurances from the construction trade union at least five business days prior to the commencement of construction work, the contractor or subcontractor agrees to afford equal employment opportunities minority and women workers directly, consistent with this chapter. If the contractor's or subcontractor's prior experience with a construction trade union, regardless of whether the union has provided said assurances, indicates a significant possibility that the trade union will not refer sufficient minority and women workers consistent with affording equal employment opportunities as specified in this chapter, the contractor or subcontractor agrees to be prepared to provide such opportunities to minority and women workers directly, consistent with this chapter, by complying with the hiring or scheduling procedures prescribed under (B) below; and the contractor or subcontractor further agrees to take said action immediately if it determines that the union is not referring minority and women workers consistent with the equal employment opportunity goals set forth in this chapter. (B) If good faith efforts to meet targeted employment goals have not or cannot be met for each construction trade by adhering to the procedures of (A) above, or if the contractor does not have a referral agreement or arrangement with a union for a construction trade, the contractor or subcontractor agrees to take the following actions: (l) To notify the public agency compliance officer, the Division, and minority and women referral organizations listed by the Division pursuant to N.J.A.C. 17:27-5.3, of its workforce needs, and request referral of minority and women workers; (2) To notify any minority and women workers who have been listed with it as awaiting available vacancies;

29 EXHIBIT B (3) Prior to commencement of work, to request that the local construction trade union refer minority and women workers to fill job openings, provided the contractor or subcontractor has a referral agreement or arrangement with a union for the construction trade; (4) To leave standing requests for additional referral to minority and women workers with the local construction trade union, provided the contractor or subcontractor has a referral agreement or arrangement with a union for the construction trade, the State Training and Employment Service and other approved referral sources in the area; (5) If it is necessary to lay off some of the workers in a given trade on the construction site layoffs shall be conducted in compliance with the equal employment opportunity and nondiscrimination standards set forth in this regulation, as well as with applicable Federal and State court decisions; (6) To adhere to the following procedure when minority and women workers apply or are referred to the contractor or subcontractor: (i) The contactor or subcontractor shall interview the referred minority or women worker. (ii) If said individuals have never previously received any document or certification signifying a level of qualification lower than that required in order to perform the work of the construction trade, the contractor or subcontractor shall in good faith determine the qualifications of such individuals. The contractor or subcontractor shall hire or schedule those individuals who satisfy appropriate qualification standards in conformity with the equal employment opportunity and non-discrimination principles set forth in this chapter. However, a contractor or subcontractor shall determine that the individual at least possesses the requisite skills, and experience recognized by a union, apprentice program or a referral agency, provided the referral agency is acceptable to the Division. If necessary, the contractor or subcontractor shall hire or schedule minority and women workers who qualify as trainees pursuant to these rules. All of the requirements, however, are limited by the provisions of (C) below. (iii) The name of any interested women or minority individual shall be maintained on a waiting list, and shall be considered for employment as described in (i) above, whenever vacancies occur. At the request of the Division, the contractor or subcontractor shall provide evidence of its good faith efforts to employ women and minorities from the list to fill vacancies. (iv) If, for any reason, said contractor or subcontractor determines that a minority individual or a woman is not qualified or if the individual qualifies as an advanced trainee or apprentice, the contractor or subcontractor shall inform the individual in writing of the reasons for the determination, maintain a copy of the determination in its files, and send a copy to the public agency compliance officer and to the Division.

30 EXHIBIT B (7) To keep a complete and accurate record of all requests made for the referral of workers in any trade covered by the contract, on forms made available by the Division and submitted promptly to the Division upon request. (C) The contractor or subcontractor agrees that nothing contained in (B) above shall preclude the contractor or subcontractor from complying with the union hiring hall or apprenticeship policies in any applicable collective bargaining agreement or union hiring hall arrangement, and, where required by custom or agreement, it shall send journeymen and trainees to the union for referral, or to the apprenticeship program for admission, pursuant to such agreement or arrangement. However, where the practices of a union or apprenticeship program will result in the exclusion of minorities and women or the failure to refer minorities and women consistent with the targeted county employment goal, the contractor or subcontractor shall consider for employment persons referred pursuant to (B) above without regard to such agreement or arrangement; provided further, however, that the contractor or subcontractor shall not be required to employ women and minority advanced trainees and trainees in numbers which result in the employment of advanced trainees and trainees as a percentage of the total workforce for the construction trade, which percentage significantly exceeds the apprentice to journey worker ratio specified in the applicable collective bargaining agreement, or in the absence of a collective bargaining agreement, exceeds the ratio established by practice in the area for said construction trade. Also, the contractor or subcontractor agrees that, in implementing the procedures of (B) above, it shall, where applicable, employ minority and women workers residing within the geographical jurisdiction of the union. After notification of award, but prior to signing a construction contract, the contractor shall submit to the public agency compliance officer and the Division an initial project workforce report (Form AA 201) electronically provided to the public agency by the Division, through its website, for distribution to and completion by the contractor, in accordance with N.J.A.C. 17:27-7. The contractor also agrees to submit a copy of the Monthly Project Workforce Report once a month thereafter for the duration of this contract to the Division and to the public agency compliance officer. The contractor agrees to cooperate with the public agency in the payment of budgeted funds, as is necessary, for on-the-job and/or off-the-job programs for outreach and training of minorities and women. (D) The contractor and its subcontractors shall furnish such reports or other documents to the Division of Public Contracts Equal Employment Opportunity Compliance as may be requested by the Division from time to time in order to carry out the purposes of these regulations, and public agencies shall furnish such information as may be requested by the Division of Public Contracts Equal Employment Opportunity Compliance for conducting a compliance investigation pursuant to Subchapter l0 of the Administrative Code (NJAC 17:27).

31 EXHIBIT C The contractor shall comply with all federal regulations pursuant to the Code of Federal Regulations, Title 24 Housing and Urban Development. In particular, the contractor shall comply with the following: 1. Copeland Anti-Kickback Act (18 U.S.C. 874) as supplemented in Department of Labor regulations (29 CFR Part 3); all contracts and subgrants for construction or repair. 2. Davis-Bacon Act (40 U.S.C. 276a to 276a-7) as supplemented by Department of Labor regulations (29 CFR Part 5); construction contracts in excess of two Thousand Dollars ($2,000.00) awarded by grantees and subgrantees when required by Federal grant program legislation. 3. Contract work hours and Safety Standards Act (40 U.S.C Sections 103 and 107 as supplemented by Department of Labor regulations (29 CFR Part 5); construction contracts awarded by grantees and subgrantees in excess of Two Thousand Dollars ($2,000.00) and in excess of Two Thousand Five Hundred Dollars ($2,500.00) for other contracts which involve the employment of mechanics or laborers. 4. All applicable standards, orders or requirements issued under Section 306 of the Clean Air Act (42 U.S.C. 185 h), Section 508 of the Clean Air Act (33 U.S.C. 1368), Executive Order 11738, and the Environmental Protection Agency regulations (40 CFR Part 15); contracts, subcontracts and subgrants of amounts in excess of One Hundred Thousand Dollars ($100,000.00).

32 AMERICANS WITH DISABILITIES ACT OF 1990 Equal Opportunity for Individuals with Disability The CONTRACTOR and the OWNER 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 OWNER 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 OWNER in any action or administrative proceeding commenced pursuant to this Act. The Contractor shall indemnify, protect, and save harmless the OWNER, 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 owns 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 OWNER grievance procedure, the CONTRACTOR agrees to abide by any decision of the OWNER which is rendered pursuant to said grievance procedure. If any action or administrative proceeding results in an award of damages against the OWNER or if the OWNER 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 OWNER shall, as soon as practicable after a claim has been made against it, give written notice thereof to the CONTRACTOR along with full and complete particulars of the claim. If any action or administrative proceedings its brought against the OWNER or any of its agents, servants, and employees, the OWNER shall expeditiously forward or have forwarded to the CONTRACTOR every demand, complaint, notice, summons, pleading, or other process received by the OWNER or its representatives. It is expressly agreed and understood that any approval by the OWNER 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 the Agreement or otherwise at law.

33 IMPORTANT IF YOU HAVE ANY QUESTIONS, PLEASE CONTACT DORIS DUDEK, DIRECTOR OF PURCHASING (973) FAX (973)

34 BIDDING REQUIREMENTS The following is a checklist of items which must be submitted with bid proposal. 1. Certified Check, Cashier s Check, or duly executed Bid Bond If Applicable (Refer to Legal Advertisement) 2. Consent of Surety (if applicable) 3. Non-Collusion Affidavit 4. Stockholder Disclosure Certification (Corporation Statement) 5. Required Evidence Affirmative Action Regulations 6. Qualification Questionaire 7. List of Sub-Contractors (if applicable) 8. Disclosure of Investment Activities in Iran Certification 9. Business Registration Certificates: Contractor and Sub-Contractors must be registered at time of contract award. (Refer to Instruction to Bidders) 10. Public Works Contractor Registration: Contractor and Sub-Contractors must be registered at the time of bid opening (Refer to Instruction to Bidders) 11. Acknowledgment of Receipt of Addenda

35 NON-COLLUSION AFFIDAVIT State of New Jersey County of ss: I, residing in (name of affiant) (name of Municipality) in the County of and State of of full age, being duly sworn according to law on my oath depose and say that: I am of the firm of (title or position) (name of firm) the bidder making this Proposal for the bid proposal entitled, and that I executed the said proposal with full (title of bid proposal) authority to do so that said bidder has not, directly or indirectly entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free, competitive bidding in connection with the above named project; and that all statements contained in said proposal and in this affidavit are true and correct, and made with full knowledge that the relies upon the (name of contracting unit) truth of the statements contained in said proposal and in the statements contained in this affidavit in awarding the contract for the said project. I further warrant that no person or selling agency has been employed or retained to solicit or secure such contract upon an agreement or understanding for a commission, percentage, brokerage, or contingent fee, except bona fide employees or bona fide established commercial or selling agencies maintained by. Subscribed and sworn to before me this day,20 (Type or print name of affiant under signature) Notary Public of My Commission expires 20

36 CORPORATION STATEMENT STATEMENT OF INDIVIDUAL (S) OWNING 10% OR MORE OF STOCK OR INTEREST IN THE BIDDER S BUSINESS ENTITY In accordance with N.J.S.A. 52: , no corporation, partnership, limited partnership, limited liability corporation, limited liability partnership, Subchapter S corporation or sole proprietorship, shall be awarded a contract, unless prior to the receipt of the bid or accompanying the bid of the corporation, partnership, limited partnership, limited liability corporation, limited liability partnership, subchapter S corporation or sole proprietorship, there is submitted to the City, a statement setting for the names and addresses of all stockholders who own 10% or more of the stock, of any class or of all individual partners who own a 10% or greater interest in the corporation, partnership, limited partnership, limited liability corporation, limited liability partnership, Subchapter S corporation or sole proprietorship. If one or more such stockholder or partner is itself a corporation or partnership, the stockholders holding 10% or more of that corporation s stock, or the individual partners owning 10% or greater interest in that partnership, as the case may be, shall also be listed. The disclosure shall be continued until names and addresses of every noncorporate stockholder and individual partner, exceeding the 10% ownership criteria established in this act has been listed. This form shall be submitted with the bid whether or not a stockholder or partner owns less than 10% of the business submitting the bid. Date LEGAL NAME OF BIDDER: Check which business entity the bidder is: Corporation Complete if the bidder is one of the 3 types of Corporations: Limited Liability Corporation Date Incorporated: Subchapter S Corporation Where Incorporated: Partnership Limited Partnership NOTE: If no stockholder or partner owns 10% or more of the Limited Liability Partnership business submitting the bid, please sign and date this form. Sole Proprietorship / Signature Date

37 Corporation Statement (Continued) BUSINESS ADDRESS: / Street Address City State Zip / Telephone # Fax # Listed below are the names and addresses of all stockholders or individuals who own ten (10) percent or more of its stock of any classes, or who own ten (10) percent or greater interest therein. Name Address Name Address Address Name Name Address Name Address THIS STATEMENT MUST BE INCLUDED WITH BID SUBMISSION (Affiant) Subscribed and sworn before me This day of, 20 My Commission expires: (Print name & title of affiant) (Corporate Seal) List Date: July 31, 2014

38 STATE OF NEW JERSEY DEPARTMENT OF THE TREASURY DIVISION OF PURCHASE AND PROPERTY 33 WEST STATE STREET, P.O. BOX 230 TRENTON, NEW JERSEY DISCLOSURE OF INVESTMENT ACTIVITIES IN IRAN FORM BID SOLICITATION#: VENDOR/BIDDER: PART I CERTIFICATION VENDOR/BIDDER MUST COMPLETE PART 1 BY CHECKING ONE OF THE BOXES FAILURE TO CHECK ONE OF THE BOXES WILL RE NDER THE PROPOSAL NON-RESPONSIVE Pursuant to Public Law 2012, c. 25, any person or entity that submits a bid or proposal or otherwise proposes to enter into or renew a contract must complete the certification below to attest, under penalty of perjury, that neither the person nor entity, nor any of its parents, subsidiaries, or affiliates, is identified on the 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 htt p:// f/chaptcr25list. pdf. Vendors/Bidders must review this list prior to completing the below certification. Failure to complete the certification will render a Vendor's/Bidder's proposal non-responsive. If the Director of the Division of Purchase and Property 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 OR A. I certify)', pursuant to Public Law 2012, c. 25, that neither the Vendor/Bidder listed above nor any of its parents, subsidiaries, or affiliates is listed on the N.J. Department of the Treasury's list of entities determined to be engaged in prohibited activities in Iran pursuant to P.L. 2012, c. 25 ("Chapler25 List"). Disregard Part 2 and complete and sign the Certification below. B. 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 Depa11ment's Chapter 25 list. I will provide a detailed, accurate and precise description of the activities in Part 2 below and sign and complete the Certification below. Failure to provide such information will result in the proposal being rendered as nonresponsive and appropriate penalties, fines and/or sanctions will be assessed as provided by law. PART2 PLEASF: PROVIDE ADDITIONAL INFORMATION RELATED TO INVESTMENT ACTIVITIES IN IRAN If you checked Box "B" above, provide a detailed, accurate and precise description of the activities of the Vendor/Bidder, or one of its parents, subsidiaries or affiliates, engaged in the investment activities in Iran by completing the boxes below. ENTITY NAME: RELATIONSHIP TO VENDOR/BIIJDER: DESCRIPTION OF ACTIVITIES: DURATION OF ENGAGEMENT: ANTICIPATED CESSATION DATE: VENDOR/BIDDER CONTACT NAME: VENDOR/BIDDER CONTACT PHONE No.: Attach Additional Sheets If Necessary. CERTIFICATION I, the undersigned, ce1tify that Iam authorized to execute this ce1iification 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 State of New Jersey 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 State to notify the State 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 State, permitting the State to declare any contract(s) resulting from this certification void and unenforceable. Signature Date Print Name and Title DPP Rev Page I of I

PROPOSAL FOR RISK MANAGEMENT CONSULTANT

PROPOSAL FOR RISK MANAGEMENT CONSULTANT PROPOSAL FOR RISK MANAGEMENT CONSULTANT Wantage Township is seeking proposals through the fair and open process as set forth in the State of New Jersey s Pay to Play legislation for the position of Risk

More information

Each interested firm shall submit the following information: 4. Experience related to providing software to public entities;

Each interested firm shall submit the following information: 4. Experience related to providing software to public entities; Introduction TOWN OF GUTTENBERG REQUEST FOR PROPOSALS FROM COMPUTER SOFTWARE FIRMS INTERESTED IN PROVIDING SOFTWARE SUPPORT SERVICES TO THE TOWN OF GUTTENBERG FOR THE PERIOD OF JANUARY 1, 2016 TO DECEMBER

More information

REQUEST FOR QUALIFICATIONS FOR FORENSIC ACCOUNTING SERVICES

REQUEST FOR QUALIFICATIONS FOR FORENSIC ACCOUNTING SERVICES CITY OF LINDEN REQUEST FOR QUALIFICATIONS FOR FORENSIC ACCOUNTING SERVICES CITY OF LINDEN Contract Term January 1, 2015 through December 31, 2015 SUBMISSION DEADLINE 9:30 AM November 13, 2014 10:00 a.m.

More information

MIDDLESEX COUNTY JOINT HEALTH INSURANCE FUND

MIDDLESEX COUNTY JOINT HEALTH INSURANCE FUND MEDICAL INSURANCE CARRIER CLAIM AUDIT All proposals must be submitted in accordance with the following Standardized Submission Requirements and Selection Criteria established by the Middlesex County Joint

More information

JANITORIAL SERVICES BID

JANITORIAL SERVICES BID JANITORIAL SERVICES BID BOROUGH OF OAKLAND MUNICIPAL PLAZA OAKLAND, NEW JERSEY 07436 RICHARD KUNZE BOROUGH ADMINISTRATOR 1 INDEX Page 1. Legal Notice 3 2. Specifications 4-6 3. General Instructions and

More information

1. Provide advice and opinions regarding workers compensation issues, as needed;

1. Provide advice and opinions regarding workers compensation issues, as needed; Town of West New York Requests Proposals ( RFP ) From Law Firms Interested in Serving as Workers Compensation Counsel for the Town of West New York For the Period January 1, 2016 through December 31, 2016

More information

TOWNSHIP OF BERKELEY HEIGHTS

TOWNSHIP OF BERKELEY HEIGHTS TOWNSHIP OF BERKELEY HEIGHTS REQUEST FOR PROPOSALFOR TAX ATTORNEY SERVICES Township of Berkeley Heights Contract Term January 1, 2015 through December 31, 2015 SUBMISSION DEADLINE 10:00 A.M. DEBEMBER 5,

More information

COUNTY OF UNION, NEW JERSEY

COUNTY OF UNION, NEW JERSEY CITY OF ELIZABETH, COUNTY OF UNION, NEW JERSEY REQUEST FOR QUALIFICATIONS Insurance Consultant Contract Term Fiscal Year (July 1, 2015 through June 30, 2016) SUBMISSION DEADLINE 4:00 P.M. Friday JUNE 26,

More information

MIDDLESEX COUNTY JOINT HEALTH INSURANCE FUND

MIDDLESEX COUNTY JOINT HEALTH INSURANCE FUND PHARMACY BENEFITS MANAGER BID PACKAGE All proposals must be submitted in accordance with the following Standardized Submission Requirements and Selection Criteria established by the Middlesex County Joint

More information

SERVICE AGREEMENT CONTRACT NO. ARTICLE 1 SCOPE OF SERVICES

SERVICE AGREEMENT CONTRACT NO. ARTICLE 1 SCOPE OF SERVICES SERVICE AGREEMENT CONTRACT NO. THIS AGREEMENT dated 20 between the STOCKTON UNIVERSITY (the "UNIVERSITY") and (Name of Company), with a business address at ("the Service Provider ). 1.1 The Services ARTICLE

More information

REQUEST FOR QUALIFICATIONS FOR AMBULANCE BILLING SERVICES

REQUEST FOR QUALIFICATIONS FOR AMBULANCE BILLING SERVICES BOROUGH OF ROSELLE REQUEST FOR QUALIFICATIONS FOR AMBULANCE BILLING SERVICES BOROUGH OF ROSELLE Contract Term January 1, 2013 through December 31, 2015 SUBMISSION DEADLINE DECEMBER 27, 2012 10:00 A.M.

More information

REQUEST FOR PROPOSAL

REQUEST FOR PROPOSAL REQUEST FOR PROPOSAL RISK MANAGEMENT CONSULTANT & INSURANCE BROKER OF RECORD SERVICES ISSUE DATE: December 18, 2014 DUE DATE: January 9, 2015 Issued by: Edward Cho, QPA Purchasing Agent Township of Montclair

More information

TOWN OF HARRISON PUBLIC NOTICE FOR SOLICITATION PROFESSIONAL SERVICE CONTRACT FOR THE PERIOD OF JANUARY 1, 2016 THROUGH DECEMBER 31, 2016

TOWN OF HARRISON PUBLIC NOTICE FOR SOLICITATION PROFESSIONAL SERVICE CONTRACT FOR THE PERIOD OF JANUARY 1, 2016 THROUGH DECEMBER 31, 2016 TOWN OF HARRISON PUBLIC NOTICE FOR SOLICITATION PROFESSIONAL SERVICE CONTRACT FOR THE PERIOD OF JANUARY 1, 2016 THROUGH DECEMBER 31, 2016 NOTICE IS HEREBY GIVEN that sealed submissions will be received

More information

1. Legal research and/or advisory opinions as needed; 2. Research and draft ordinances and/or resolutions;

1. Legal research and/or advisory opinions as needed; 2. Research and draft ordinances and/or resolutions; Introduction TOWN OF GUTTENBERG REQUEST FOR QUALIFICATIONS FROM LAW FIRMS INTERESTED IN SERVING AS SPECIAL COUNSEL FOR EMPLOYMENT MATTERS AND EMPLOYMENT LITIGATIONS TO THE TOWN OF GUTTENBERG FOR THE PERIOD

More information

All necessary documents can be downloaded from the official Guttenberg website, www.guttenbergnj.org

All necessary documents can be downloaded from the official Guttenberg website, www.guttenbergnj.org TOWN OF GUTTENBERG REQUEST FOR QUALIFICATIONS FROM EMPLOYEE PAYROLL FIRMS INTERESTED IN SERVING AS EMPLOYEE PAYROLL SERVICE TO THE TOWN OF GUTTENBERG FOR THE PERIOD OF JANUARY 1, 2016 TO DECEMBER 31, 2016

More information

BOROUGH OF KENILWORTH

BOROUGH OF KENILWORTH BOROUGH OF KENILWORTH REQUEST FOR PROPOSALS FOR TAX APPEAL ATTORNEY BOROUGH OF KENILWORTH Contract Term January 1, 2016 through December 31, 2016 SUBMISSION DEADLINE 3:00 P.M. NOVEMBER 12, 2015 ADDRESS

More information

HADDONFIELD PUBLIC SCHOOLS ONE LINCOLN AVENUE HADDONFIELD, NJ 08033 Phone: 856-429-4130, X 215 Fax: 856-429-6015

HADDONFIELD PUBLIC SCHOOLS ONE LINCOLN AVENUE HADDONFIELD, NJ 08033 Phone: 856-429-4130, X 215 Fax: 856-429-6015 HADDONFIELD PUBLIC SCHOOLS ONE LINCOLN AVENUE HADDONFIELD, NJ 08033 Phone: 856-429-4130, X 215 Fax: 856-429-6015 REQUEST FOR PROPOSALS FOR SCHOOL DISTRICT HEALTH INSURANCE BROKER SERVICES Notice is hereby

More information

Borough of Jamesburg

Borough of Jamesburg Borough of Jamesburg Sale of Cellular Communications Tower Lease Bid Specifications Borough of Jamesburg 131 Perrineville Road Jamesburg, NJ 08831 July, 2012 Bid Opening August 16, 2012 11:00am Borough

More information

Each interested firm shall submit the following information: 4 Experience related to representation of public entities;

Each interested firm shall submit the following information: 4 Experience related to representation of public entities; TOWN OF GUTTENBERG REQUEST FOR QUALIFICATIONS FROM FIRMS INTERESTED IN SERVING AS INSURANCE CONSULTANT TO THE TOWN OF GUTTENBERG FOR THE PERIOD OF JANUARY 1, 2015 TO DECEMBER 31, 2015 Introduction The

More information

2. Compensation: Compensation as agreed upon and approved by the Commissioners shall be the basis of payment for services rendered.

2. Compensation: Compensation as agreed upon and approved by the Commissioners shall be the basis of payment for services rendered. TOWN OF WEST NEW YORK SEEKS PROPOSALS FOR FINANCIAL ADVISORY SERVICES CONSULTANT FOR THE TOWN OF WEST NEW YORK FOR JANUARY 1, 2016 TO DECEMBER 31, 2016 Available to any person(s) or firm(s) interested

More information

All necessary documents can be downloaded from the official Guttenberg website, www.guttenbergnj.org

All necessary documents can be downloaded from the official Guttenberg website, www.guttenbergnj.org TOWN OF GUTTENBERG REQUEST FOR QUALIFICATIONS FROM EMPLOYEE PAYROLL FIRMS INTERESTED IN SERVING AS EMPLOYEE PAYROLL SERVICE TO THE TOWN OF GUTTENBERG FOR THE PERIOD OF JANUARY 1, 2015 TO DECEMBER 31, 2015

More information

Each interested firm shall submit the following information: 3. Experience related to representation of public entities;

Each interested firm shall submit the following information: 3. Experience related to representation of public entities; TOWN OF GUTTENBERG REQUEST FOR QUALIFICATIONS FROM TELEPHONE SUPPORT FIRMS INTERESTED IN PROVIDING TELEPHONE CONSULTING SERVICES TO THE TOWN OF GUTTENBERG FOR THE PERIOD OF JANUARY 1, 2016 TO DECEMBER

More information

NOTICE OF REQUEST, SOLICITATION AND INVITATION FOR PROPOSALS FOR LIBRARY ATTORNEY FOR MOUNT LAUREL LIBRARY, BURLINGTON COUNTY

NOTICE OF REQUEST, SOLICITATION AND INVITATION FOR PROPOSALS FOR LIBRARY ATTORNEY FOR MOUNT LAUREL LIBRARY, BURLINGTON COUNTY NOTICE OF REQUEST, SOLICITATION AND INVITATION FOR PROPOSALS FOR LIBRARY ATTORNEY FOR MOUNT LAUREL LIBRARY, BURLINGTON COUNTY Please be advised that the Mount Laurel Library will accept proposals for a

More information

PINE HILL BOARD OF EDUCATION Pine Hill, New Jersey 08021 REQUESTS FOR PROPOSALS OCCUPATIONAL THERAPY SERVICES NOTICE OF SOLICITATION

PINE HILL BOARD OF EDUCATION Pine Hill, New Jersey 08021 REQUESTS FOR PROPOSALS OCCUPATIONAL THERAPY SERVICES NOTICE OF SOLICITATION PINE HILL BOARD OF EDUCATION Pine Hill, New Jersey 08021 REQUESTS FOR PROPOSALS OCCUPATIONAL THERAPY SERVICES NOTICE OF SOLICITATION Notice is hereby given that pursuant to the provisions of N.J.S.A. 19:44A-20,

More information

#5 Independent Contractor Form - With Insurance With Bonds

#5 Independent Contractor Form - With Insurance With Bonds #5 Independent Contractor Form - With Insurance With Bonds Proposed use: Contracts for smaller projects not involving street construction but important enough to require performance and require an avenue

More information

REQUEST FOR PROPOSAL

REQUEST FOR PROPOSAL REQUEST FOR PROPOSAL for BANKING SERVICES BOROUGH OF CALDWELL Prepared by: Borough of Caldwell 1 Provost Square Caldwell, NJ January 26, 2016 Borough of Caldwell County of Essex State of New Jersey NOTICE

More information

All necessary documents can be downloaded from the official Guttenberg website, www.guttenbergnj.org

All necessary documents can be downloaded from the official Guttenberg website, www.guttenbergnj.org TOWN OF GUTTENBERG REQUEST FOR QUALIFICATIONS FROM NEW JERSEY LICENSED REAL ESTATE APPRAISERS INTERESTED IN SERVING AS NEW JERSEY LICENSED REAL ESTATE APPRAISER TO THE TOWN OF GUTTENBERG FOR THE PERIOD

More information

Town of Guttenberg Hudson County, NJ Notice for R.F.Q. and R.F.P. (Request for Qualifications) (Request for Proposals)

Town of Guttenberg Hudson County, NJ Notice for R.F.Q. and R.F.P. (Request for Qualifications) (Request for Proposals) Town of Guttenberg Hudson County, NJ Notice for R.F.Q. and R.F.P. (Request for Qualifications) (Request for Proposals) Request for Qualifications/ Requests for Proposals will be received by the Town Clerk

More information

Each interested firm shall submit the following information: 4. Experience related to providing software to public entities;

Each interested firm shall submit the following information: 4. Experience related to providing software to public entities; TOWN OF GUTTENBERG REQUEST FOR PROPOSALS FROM COMPUTER SOFTWARE FIRMS INTERESTED IN PROVIDING SOFTWARE SUPPORT SERVICES TO THE TOWN OF GUTTENBERG FOR THE PERIOD OF JANUARY 1, 2015 TO DECEMBER 31, 2015

More information

TOWNSHIP OF CRANFORD OFFICE OF THE TOWNSHIP CLERK 8 SPRINGFIELD AVENUE CRANFORD, NEW JERSEY 07016. Tara Rowley, RMC Municipal Clerk

TOWNSHIP OF CRANFORD OFFICE OF THE TOWNSHIP CLERK 8 SPRINGFIELD AVENUE CRANFORD, NEW JERSEY 07016. Tara Rowley, RMC Municipal Clerk TOWNSHIP OF CRANFORD OFFICE OF THE TOWNSHIP CLERK 8 SPRINGFIELD AVENUE CRANFORD, NEW JERSEY 07016 Tara Rowley, RMC Municipal Clerk PHONE 908-709-7210 FAX 908-276-4859 EMAIL T-Rowley@cranfordnj.org The

More information

REQUEST FOR PROPOSAL FOR RISK MANAGEMENT CONSULTANT

REQUEST FOR PROPOSAL FOR RISK MANAGEMENT CONSULTANT REQUEST FOR PROPOSAL FOR RISK MANAGEMENT CONSULTANT BOROUGH of PINE HILL SUBMISSION DEADLINE AT WHICH TIME PROPOSALS WILL BE OPENED IS December 11, 2012 10:00 A.M. ADDRESS ALL PROPOSALS TO: JENNICA BILECI,

More information

AGREEMENT FOR SECURITY AND TRANSPORT SERVICES

AGREEMENT FOR SECURITY AND TRANSPORT SERVICES AGREEMENT FOR SECURITY AND TRANSPORT SERVICES THIS AGREEMENT For Security Services (the Agreement ) is made and entered into effective this day of, 20, by and between CITY OF Commerce City, COLORADO, a

More information

General Proposed application must meet or exceed the technical requirements listed below.

General Proposed application must meet or exceed the technical requirements listed below. TOWN OF GUTTENBERG REQUEST FOR PROPOSALS FROM FIRMS INTERESTED IN PROVIDING TO THE TOWN OF GUTTENBERG ELECTRONIC TICKETING (E-TICKET) FOR THE PERIOD OF SEPTEMBER 1, 2014 TO AUGUST 31, 2017 Introduction

More information

COUNTY OF UNION, NEW JERSEY

COUNTY OF UNION, NEW JERSEY CITY OF ELIZABETH COUNTY OF UNION, NEW JERSEY REQUEST FOR QUALIFICATIONS FINANCIAL ADVISORARY SERVICES Contract Term 2017 State Fiscal Year (Ending June 30, 2017) SUBMISSION DEADLINE 11:00 A.M. MAY 12,

More information

BOROUGH OF ELMWOOD PARK REQUEST FOR PROPOSAL PAYROLL SERVICES

BOROUGH OF ELMWOOD PARK REQUEST FOR PROPOSAL PAYROLL SERVICES BOROUGH OF ELMWOOD PARK REQUEST FOR PROPOSAL PAYROLL SERVICES Date Issued: May 15, 2015 Return Date & Time: Return To: May 26, 2015, no later than noon Keith Kazmark, RMC/CMC/MMC Borough of Elmwood Park

More information

DETAILED REQUIREMENTS OF THE REQUEST FOR PROPOSAL FOR EMS BILLING SERVICES

DETAILED REQUIREMENTS OF THE REQUEST FOR PROPOSAL FOR EMS BILLING SERVICES Town of West New York Requests Proposals From Individuals/Firms Interested in Providing EMS Billing Services for the Town of West New York For the Period January 1, 2016 through December 31, 2016 Introduction

More information

WOODBURY CITY BOARD OF EDUCATION 25 N. Broad Street Woodbury, NJ 08096 (856) 853-0123 (856) 853-0704

WOODBURY CITY BOARD OF EDUCATION 25 N. Broad Street Woodbury, NJ 08096 (856) 853-0123 (856) 853-0704 WOODBURY CITY BOARD OF EDUCATION 25 N. Broad Street Woodbury, NJ 08096 (856) 853-0123 (856) 853-0704 REQUEST FOR PROPOSALS BANKING SERVICES NOTICE OF SOLICITATION Notice is hereby given that the Woodbury

More information

MARYLAND DEPARTMENT OF HOUSING AND COMMUNITY DEVELOPMENT SMALL PROCUREMENT CONTRACT (FOR CONTRACTS OF $25,000 OR LESS) [Insert Contract Name and No.

MARYLAND DEPARTMENT OF HOUSING AND COMMUNITY DEVELOPMENT SMALL PROCUREMENT CONTRACT (FOR CONTRACTS OF $25,000 OR LESS) [Insert Contract Name and No. MARYLAND DEPARTMENT OF HOUSING AND COMMUNITY DEVELOPMENT SMALL PROCUREMENT CONTRACT (FOR CONTRACTS OF $25,000 OR LESS) [Insert Contract Name and No.] THIS CONTRACT (the Contract ) is made as of the day

More information

Specifications for Furnishing and Delivery of. One (1) 2015 Ford Escape Sports Utility Vehicle or Equal

Specifications for Furnishing and Delivery of. One (1) 2015 Ford Escape Sports Utility Vehicle or Equal Specifications for Furnishing and Delivery of One (1) 2015 Ford Escape Sports Utility Vehicle or Equal Freehold Soil Conservation District 4000 Kozloski Road PO Box 5033 Freehold, NJ 07728-5033 SPECIFICATIONS

More information

CITY OF LAREDO PURCHASING DIVISION TERMS AND CONDITIONS OF INVITATIONS FOR BIDS

CITY OF LAREDO PURCHASING DIVISION TERMS AND CONDITIONS OF INVITATIONS FOR BIDS TERMS AND CONDITIONS OF INVITATIONS FOR BIDS GENERAL CONDITIONS Bidders are required to submit bids upon the following expressed conditions: (a) Bidders shall thoroughly examine the specifications, schedule

More information

EASTAMPTON TOWNSHIP POLICE DEPARTMENT TOW LICENSE APPLICATION/LICENSE

EASTAMPTON TOWNSHIP POLICE DEPARTMENT TOW LICENSE APPLICATION/LICENSE EASTAMPTON TOWNSHIP POLICE DEPARTMENT TOW LICENSE APPLICATION/LICENSE Applications accepted 1/1 thru 1/31 of any given year. License effective 2/1 thru 1/31 of any given year. Please print or type all

More information

CITY OF UNION CITY REQUEST FOR PROPOSALS ( RFP ) TO PROVIDE GPS FLEET MANAGEMENT SYSTEM FOR UNION CITY VEHICLES

CITY OF UNION CITY REQUEST FOR PROPOSALS ( RFP ) TO PROVIDE GPS FLEET MANAGEMENT SYSTEM FOR UNION CITY VEHICLES CITY OF UNION CITY REQUEST FOR PROPOSALS ( RFP ) TO PROVIDE GPS FLEET MANAGEMENT SYSTEM FOR UNION CITY VEHICLES Pursuant to the fair and open process as defined by the New Jersey Local Unit Pay-to- Play

More information

THE HUDSON COUNTY IMPROVEMENT AUTHORITY AFFIRMATIVE ACTION COMPLIANCE/MANDATORY EEO LANGUAGE N.J.S.A.

THE HUDSON COUNTY IMPROVEMENT AUTHORITY AFFIRMATIVE ACTION COMPLIANCE/MANDATORY EEO LANGUAGE N.J.S.A. APPENDIX E-13 THE HUDSON COUNTY IMPROVEMENT AUTHORITY AFFIRMATIVE ACTION COMPLIANCE/MANDATORY EEO LANGUAGE N.J.S.A. 10:5-31 et seq. (P.L. 1975, C. 127) N.J.A.C. 17:27 CONSTRUCTION CONTRACTS This form is

More information

INDEPENDENT CONTRACTOR SERVICES AGREEMENT

INDEPENDENT CONTRACTOR SERVICES AGREEMENT INDEPENDENT CONTRACTOR SERVICES AGREEMENT THIS AGREEMENT is entered into as of this day of, 2010, by and between the CITY OF MONTROSE, State of Colorado, a Colorado home rule municipal corporation, whose

More information

BID BOND CITY OF EAST POINT, GEORGIA

BID BOND CITY OF EAST POINT, GEORGIA BID BOND CITY OF EAST POINT, GEORGIA BIDDER (Name and Address): SURETY (Name and Address of Principal Place of Business): OWNER (hereinafter referred to as the City (Name and Address): City of East Point

More information

The University of Procurement Services Department, N.S.F.A.A.F.A.F.F.F.F.F.F.A.F.F.A.

The University of Procurement Services Department, N.S.F.A.A.F.A.F.F.F.F.F.F.A.F.F.A. MONTCLAIR STATE UNIVERSITY STANDARD CONTRACT TERMS AND CONDITIONS I. The contractor certifies that it understands and agrees that the following terms and conditions (collectively the "University s Standard

More information

DETAILED REQUIREMENTS OF THE REQUEST FOR PROPOSAL FOR EMS BILLING SERVICES

DETAILED REQUIREMENTS OF THE REQUEST FOR PROPOSAL FOR EMS BILLING SERVICES DETAILED REQUIREMENTS OF THE REQUEST FOR PROPOSAL FOR EMS BILLING SERVICES TOWNSHIP OF WEST NEW YORK FACTS AND FIGURES West New York Township is a legal, governmental entity. Its governing body consists

More information

STATE OF MINNESOTA MINNESOTA STATE COLLEGES AND UNIVERSITIES Minnesota State University, Mankato/System Office

STATE OF MINNESOTA MINNESOTA STATE COLLEGES AND UNIVERSITIES Minnesota State University, Mankato/System Office STATE OF MINNESOTA MINNESOTA STATE COLLEGES AND UNIVERSITIES Minnesota State University, Mankato/System Office SERVICES CONTRACT/P. O. # Title: THIS CONTRACT, and amendments and supplements thereto, is

More information

AGREEMENT BETWEEN THE COUNTY OF TEHAMA AND TAX SALE SERVICES OF CALIFORNIA, LLC

AGREEMENT BETWEEN THE COUNTY OF TEHAMA AND TAX SALE SERVICES OF CALIFORNIA, LLC AGREEMENT BETWEEN THE COUNTY OF TEHAMA AND TAX SALE SERVICES OF CALIFORNIA, LLC This agreement is entered into between the Tehama County Tax Collector, ( County ) and Tax Sale Services of California, LLC.

More information

WITNESSETH. That Contractor, for the consideration hereinafter fully set out, hereby agrees with the County as follows:

WITNESSETH. That Contractor, for the consideration hereinafter fully set out, hereby agrees with the County as follows: NORTH CAROLINA RANDOLPH COUNTY CONTRACT THIS CONTRACT, made and entered into this day of, 2015 by and between Randolph County, a political subdivision of the State of North Carolina, hereinafter referred

More information

Page 1 of 12 Document Effective Date Solicitation Terms & Conditions 08/08/2008 Purchase Order Terms and Conditions 01/01/2009 Special Provisions 01/01/2009 STATE OF COLORADO SOLICITATION INSTRUCTIONS/

More information

ARCHITECT/ENGINEER CONTRACT Table of Contents

ARCHITECT/ENGINEER CONTRACT Table of Contents ATTACHMENT A ARCHITECT/ENGINEER CONTRACT Table of Contents I. PARTIES II. III. IV. DATE PROJECT SCOPE OF SERVICES V. OBLIGATIONS OF ARCHITECT/ENGINEER VI. VII. OBLIGATIONS OF UNIVERSITY DESIGN PHASE REQUIREMENTS

More information

Request For Proposal. Furnish Schneider Business Park Signs Design Build Services. For the Cibolo Economic Development Corporation Cibolo, Texas

Request For Proposal. Furnish Schneider Business Park Signs Design Build Services. For the Cibolo Economic Development Corporation Cibolo, Texas Request For Proposal Furnish Schneider Business Park Signs Design Build Services For the Cibolo Economic Development Corporation Cibolo, Texas The City of Cibolo, Texas Economic Development Corporation

More information

CITY OF SHREVEPORT STANDARD CLAUSES BY REFERENCE

CITY OF SHREVEPORT STANDARD CLAUSES BY REFERENCE STANDARD SOLICITATION INSTRUCTIONS/PROVISIONS AND GENERAL CONTRACT CLAUSES FOR THE CITY OF SHREVEPORT LOUISIANA CITY OF SHREVEPORT STANDARD CLAUSES BY REFERENCE THE FOLLOWING CITY OF SHREVEPORT (HEREINAFTER

More information

INVITATION TO BID. Web and Application Development Services. Monday, February 23, 2015 at 10:00 AM

INVITATION TO BID. Web and Application Development Services. Monday, February 23, 2015 at 10:00 AM 200 GRAND RIVER, SUITE 203 Pg 1 of 11 BID: RFP-IT-0215-292 INVITATION TO BID ITEM: PreBid Conference: DEADLINE: BID OPENING: Web and Application Development Services Monday, February 9, 2015 at 11:00 AM

More information

To receive consideration, proposals must be submitted in accordance with the following instructions:

To receive consideration, proposals must be submitted in accordance with the following instructions: NOTICE The City of Bandon is accepting Proposals for Janitorial Services for: City Hall, 555 Hwy 101, Bandon, OR Community Center, 1200 11th St SW, Bandon, OR Police Department, 555 Hwy 101, Bandon, OR

More information

MAGNOLIA BOARD OF EDUCATION 801 Preston Ave Suite D Somerdale, New Jersey 08083

MAGNOLIA BOARD OF EDUCATION 801 Preston Ave Suite D Somerdale, New Jersey 08083 MAGNOLIA BOARD OF EDUCATION 801 Preston Ave Suite D Somerdale, New Jersey 08083 REQUESTS FOR PROPOSALS SOLICITOR/AUDITOR/ARCHITECT/OCCUPATIONAL THERAPIST NOTICE OF SOLICITATION Notice is hereby given that

More information

PROPOSAL DOCUMENT LEGAL NOTICE - PROPOSALS WANTED GENERAL INFORMATION AND INSTRUCTION (IF YOU CHOOSE NOT TO SUBMIT A PROPOSAL, PLEASE COMPLETE PAGE )

PROPOSAL DOCUMENT LEGAL NOTICE - PROPOSALS WANTED GENERAL INFORMATION AND INSTRUCTION (IF YOU CHOOSE NOT TO SUBMIT A PROPOSAL, PLEASE COMPLETE PAGE ) PROPOSAL DOCUMENT CITY OF BEVERLY HILLS PURCHASING DIVISION 455 NORTH REXFORD DRIVEBEVERLY HILLS, CALIFORNIA 90210(310) 285-2440 LEGAL NOTICE - PROPOSALS WANTED Sealed proposals are requested on the list

More information

TOWNSHIP OF BERKELEY 627 PINEWALD KESWICK ROAD P.O. BOX B BAYVILLE, NJ 08721 (732) 244-7400 (732) 736-1747 (FAX) REQUEST FOR PROPOSAL REBID FOR

TOWNSHIP OF BERKELEY 627 PINEWALD KESWICK ROAD P.O. BOX B BAYVILLE, NJ 08721 (732) 244-7400 (732) 736-1747 (FAX) REQUEST FOR PROPOSAL REBID FOR TOWNSHIP OF BERKELEY 627 PINEWALD KESWICK ROAD P.O. BOX B BAYVILLE, NJ 08721 (732) 244-7400 (732) 736-1747 (FAX) REQUEST FOR PROPOSAL REBID FOR MEDICAL BILLING RELEASE DATE: December 17, 2015 ADDRESS ALL

More information

PROJECT NO. 2733, RFP NO. 14-15/02. Peralta Community College District. 333 East 8th Street, Oakland, CA 94606. Questions

PROJECT NO. 2733, RFP NO. 14-15/02. Peralta Community College District. 333 East 8th Street, Oakland, CA 94606. Questions PROJECT NO. 2733, RFP NO. 14-15/02 Peralta Community College District 333 East 8th Street, Oakland, CA 94606 August 7, 2014 ADDENDUM No. 1 This addendum supersedes items of the original contract documents

More information

Sterling High School Board of Education Somerdale, New Jersey

Sterling High School Board of Education Somerdale, New Jersey Notice is hereby given that pursuant to the provisions of N.J.S.A. 19:44A-20, New Jersey Pay to Play, and other legislative enactments, more specifically Chapter 271 of the laws of the State of New Jersey,

More information

BID DOCUMENTS FOR LAUNDERING, PRESSING & DRY CLEANING SERVICES FOR THREE-YEAR TERM

BID DOCUMENTS FOR LAUNDERING, PRESSING & DRY CLEANING SERVICES FOR THREE-YEAR TERM BID DOCUMENTS FOR LAUNDERING, PRESSING & DRY CLEANING SERVICES FOR THREE-YEAR TERM CITY OF OWOSSO 301 W. MAIN STREET OWOSSO, MICHIGAN 48867 May 5, 2014 NOTICE TO BIDDERS LAUNDERING, PRESSING & DRY CLEANING

More information

SAMPLE SERVICES CONTRACT

SAMPLE SERVICES CONTRACT SAMPLE SERVICES CONTRACT The parties to this contract are the SAN DIEGO COUNTY WATER AUTHORITY, a county water authority, (the Water Authority) and, [a / an], having its principal place of business at

More information

REQUEST FOR PROPOSAL

REQUEST FOR PROPOSAL REQUEST FOR PROPOSAL PURCHASING DEPARTMENT P.O. BOX 1349 300 N. PATTERSON ST. VALDOSTA, GEORGIA 31601 #LC-2016-09R FOR: Security Guard Services DUE DATE: April 20, 2016 Proposals Due By: 10:00 am EST Amy

More information

D3 Bus Wash Rehabilitation AC Transit Contract #2016-1372 SECTION 002113 INSTRUCTIONS TO BIDDERS

D3 Bus Wash Rehabilitation AC Transit Contract #2016-1372 SECTION 002113 INSTRUCTIONS TO BIDDERS PART 1 GENERAL 1.01 GENERAL SECTION 002113 INSTRUCTIONS TO BIDDERS A. Information contained in this section is supplemental to or in explanation of information in the INVITATION TO BID contained in Section

More information

Instructions Application for a Business License

Instructions Application for a Business License New Jersey Office of the Attorney General Division of Consumer Affairs Fire Alarm, Burglar Alarm and Locksmith Advisory Committee 124 Halsey Street, 6th Floor, Newark, NJ 07102 http://www.njconsumeraffairs.gov/fbl/

More information

NC General Statutes - Chapter 44A Article 3 1

NC General Statutes - Chapter 44A Article 3 1 Article 3. Model Payment and Performance Bond. 44A-25. Definitions. Unless the context otherwise requires in this Article: (1) "Claimant" includes any individual, firm, partnership, association or corporation

More information

INVITATION TO BID EOE

INVITATION TO BID EOE INVITATION TO BID The 22 nd Judicial Circuit is currently soliciting bid proposals for the Clerk and Admission Office s new flooring for the Family Courts Juvenile Division at 920 N. Vandeventer Ave. The

More information

SECTION 00900 PERFORMANCE BOND., hereinafter called PRINCIPAL, and

SECTION 00900 PERFORMANCE BOND., hereinafter called PRINCIPAL, and SECTION 00900 PERFORMANCE BOND KNOW ALL PERSONS BY THESE PRESENTS: THAT (Name or Contractor) a (Address of Contractor) (Corporation, Partnership, or Individual), hereinafter called PRINCIPAL, and (Name

More information

HOMER TOWNSHIP HIGHWAY DEPARTMENT ADDENDUM #1. June 13, 2014 VARIOUS (2014 ROAD PROGRAM) SECTION NO.: 14-00000-01-GM

HOMER TOWNSHIP HIGHWAY DEPARTMENT ADDENDUM #1. June 13, 2014 VARIOUS (2014 ROAD PROGRAM) SECTION NO.: 14-00000-01-GM HOMER TOWNSHIP HIGHWAY DEPARTMENT ADDENDUM #1 June 13, 2014 VARIOUS (2014 ROAD PROGRAM) SECTION NO.: 14-00000-01-GM This addendum consists of the following clarification: 1. Addendum #1 is attached and

More information

Ceres Unified School District INDEPENDENT CONTRACTOR AGREEMENT 2013-2014

Ceres Unified School District INDEPENDENT CONTRACTOR AGREEMENT 2013-2014 Ceres Unified School District INDEPENDENT CONTRACTOR AGREEMENT 2013-2014 THIS CONTRACT is hereby entered into by the Ceres Unified School District, hereinafter referred to as DISTRICT, and CONTRACTOR MAILING

More information

The Township of Barnegat. In Accordance with. Chapter 10 of the General Code Of the Township of Barnegat Sections 19, 20, 21

The Township of Barnegat. In Accordance with. Chapter 10 of the General Code Of the Township of Barnegat Sections 19, 20, 21 The Township of Barnegat In Accordance with Chapter 10 of the General Code Of the Township of Barnegat Sections 19, 20, 21 Will receive proposals for Financial Advisor no later than 2:00 PM, Thursday,

More information

State of New Jersey New Jersey Public Broadcasting System New Jersey Network Standard Terms and Conditions

State of New Jersey New Jersey Public Broadcasting System New Jersey Network Standard Terms and Conditions 1. STANDARD TERMS AND CONDITIONS APPLICABLE TO THE CONTRACT: Unless the bidder is specifically instructed otherwise in the Request for Proposals (RFP), the following terms and conditions shall apply to

More information

5. Preparation of the State and Federal Single Audit Reports.

5. Preparation of the State and Federal Single Audit Reports. THE CITY OF GROTON REQUEST FOR PROPOSAL FOR AUDITING SERVICES RFP 15-01 (Revised 5/28/15) 1. Introduction The City of Groton, Connecticut (the City) is soliciting proposals for purpose of obtaining the

More information

Township of Manalapan, Monmouth County

Township of Manalapan, Monmouth County Township of Manalapan, Monmouth County Request for Proposals for Payroll Processing Service Bid Date and Time: Tuesday, May 3, 2011 at 2:00 PM Expiration Date: 24 Months from Date of Award REQUEST FOR

More information

BRITISH SOCCER CAMP A G R E E M E N T

BRITISH SOCCER CAMP A G R E E M E N T THE STATE OF TEXAS * COUNTY OF CORYELL * KNOW ALL MEN BY THESE PRESENTS: BRITISH SOCCER CAMP A G R E E M E N T This agreement is made and entered into this the 20th day of January, 2015 by and between

More information

The West Lafayette Engineering Department is requesting quotes for sidewalk repairs needed in the Barbarry Subdivision.

The West Lafayette Engineering Department is requesting quotes for sidewalk repairs needed in the Barbarry Subdivision. May 19th, 2016 RE: REQUEST FOR QUOTES 2016 Sidewalk Replacement The West Lafayette Engineering Department is requesting quotes for sidewalk repairs needed in the Barbarry Subdivision. The enclosed Quote

More information

AGREEMENT FOR FINANCIAL AND ACCOUNTING CONSULTATION SERVICES

AGREEMENT FOR FINANCIAL AND ACCOUNTING CONSULTATION SERVICES AGREEMENT FOR FINANCIAL AND ACCOUNTING CONSULTATION SERVICES THIS AGREEMENT is made as of December 1, 2003, by and between the San Francisquito Creek Joint Powers Authority, a body corporate and politic

More information

1. The New Jersey Economic Development Authority Affirmative Action Addendum to Construction Contract,

1. The New Jersey Economic Development Authority Affirmative Action Addendum to Construction Contract, New Jersey Economic Development Authority Affirmative Action Addendum to Construction Contract MANDATORY EQUAL EMPLOYMENT OPPORTUNITY LANGUAGE Pursuant to N.J.A.C. 19:30 SUBCHAPTER 3. AFFIRMATIVE ACTION

More information

SHORE REGIONAL HIGH SCHOOL DISTRICT

SHORE REGIONAL HIGH SCHOOL DISTRICT SHORE REGIONAL HIGH SCHOOL DISTRICT REQUEST FOR PROPOSAL Wireless Mini Cell Tower to be located at the Shore Regional High School SEALED PROPOSAL MUST BE RECEIVED AT: Shore Regional High School Board of

More information

REQUEST FOR PROPOSAL FOR FINANCIAL ADVISORY SERVICES ATLANTIC CITY MUNICIPAL UTILITIES AUTHORITY SUBMISSION DEADLINE

REQUEST FOR PROPOSAL FOR FINANCIAL ADVISORY SERVICES ATLANTIC CITY MUNICIPAL UTILITIES AUTHORITY SUBMISSION DEADLINE REQUEST FOR PROPOSAL FOR FINANCIAL ADVISORY SERVICES ATLANTIC CITY MUNICIPAL UTILITIES AUTHORITY SUBMISSION DEADLINE March 31, 2016 1:00 P.M. ADDRESS ALL PROPOSALS TO: G. Bruce Ward, Esq. Executive Director

More information

CONTRACT NUMBER [Contract Number] PERFORMANCE BOND. As to the Surety: Name: Principal Business Address: Telephone:( )

CONTRACT NUMBER [Contract Number] PERFORMANCE BOND. As to the Surety: Name: Principal Business Address: Telephone:( ) CONTRACT NUMBER [Contract Number] PERFORMANCE BOND As to the Contractor/Principal: Name: [CONTRACTOR NAME], [Contractor Address] Telephone: [Contractor Phone Number] As to the Surety: Name: Principal Business

More information

REQUEST FOR PROPOSAL Procurement of Landscaping Services

REQUEST FOR PROPOSAL Procurement of Landscaping Services City of Montrose Purchasing Division 433 South First Street PO Box 790 Montrose, CO 81402 REQUEST FOR PROPOSAL Procurement of Landscaping Services Issue Date: Thursday February 27, 2014 Bid Number: 14-012

More information

INDEPENDENT CONTRACTORS AGREEMENT

INDEPENDENT CONTRACTORS AGREEMENT INDEPENDENT CONTRACTORS AGREEMENT THIS AGREEMENT entered into by and between (hereafter the Contractor ) and the Park District of Highland Park (hereafter Park District ). WHEREAS, Contractor will be performing

More information

**If this is an agreement between the City and an individual or business entity providing DESIGN SERVICES, use Form MVF 00-05.**

**If this is an agreement between the City and an individual or business entity providing DESIGN SERVICES, use Form MVF 00-05.** **If this is an agreement between the City and an individual or business entity providing DESIGN SERVICES, use Form MVF 00-05.** **OPERATOR** Do a global search and replace the word *NAME* with CONTRACTOR,

More information

REQUEST FOR QUALIFICATIONS INFORMATION TECHNOLOGY CONSULTANT SUBMISSION DEADLINE DECEMBER 13, 2013 10:00 A.M. ADDRESS ALL QUALIFICATIONS TO:

REQUEST FOR QUALIFICATIONS INFORMATION TECHNOLOGY CONSULTANT SUBMISSION DEADLINE DECEMBER 13, 2013 10:00 A.M. ADDRESS ALL QUALIFICATIONS TO: BOROUGH OF ROSELLE REQUEST FOR QUALIFICATIONS INFORMATION TECHNOLOGY CONSULTANT SUBMISSION DEADLINE DECEMBER 13, 2013 10:00 A.M. ADDRESS ALL QUALIFICATIONS TO: ATTN: PURCHASING DEPARTMENT 2 ND FLOOR ROSELLE

More information

ARCHITECTURAL SERVICES CONTRACT. THIS CONTRACT FOR ARCHITECTURAL SERVICES is made by and between the County of Nueces, hereinafter called County and

ARCHITECTURAL SERVICES CONTRACT. THIS CONTRACT FOR ARCHITECTURAL SERVICES is made by and between the County of Nueces, hereinafter called County and ARCHITECTURAL SERVICES CONTRACT STATE OF TEXAS COUNTY OF NUECES THIS CONTRACT FOR ARCHITECTURAL SERVICES is made by and between the County of Nueces, hereinafter called County and hereinafter called Architect

More information

Request for Proposal For Health Insurance Brokerage Services

Request for Proposal For Health Insurance Brokerage Services Request for Proposal For Health Insurance Brokerage Services To Be Received on or Before June 16, 2015 at 10:00 AM prevailing time. Send to the Attention of: Mr. Jonathan Houdart School Business Administrator/Board

More information

388 Blohm Ave. PO Box 388 Aromas CA 95004-0388 (831)726-3155 FAX (831)726-3951 email aromaswd@aol.com ADDENDUM NO. 1

388 Blohm Ave. PO Box 388 Aromas CA 95004-0388 (831)726-3155 FAX (831)726-3951 email aromaswd@aol.com ADDENDUM NO. 1 388 Blohm Ave. PO Box 388 Aromas CA 95004-0388 (831)726-3155 FAX (831)726-3951 email aromaswd@aol.com May 6, 2015 To: All Plan Holders From: Vicki Morris General Manager Subject: Water Serviceline Installation

More information

REQUEST FOR PROPOSAL THE LEE: WINDOW TREATMENTS DELIVER SEALED PROPOSALS TO:

REQUEST FOR PROPOSAL THE LEE: WINDOW TREATMENTS DELIVER SEALED PROPOSALS TO: REQUEST FOR PROPOSAL THE LEE: WINDOW TREATMENTS DELIVER SEALED PROPOSALS TO: Common Ground HDFC II Lee/Pitt Street LP Attn: Brian Ferrier 505 Eighth Avenue 15th Floor New York, NY 10018 DUE DATE: April

More information

Proper Procedures to Make Business Permit Changes

Proper Procedures to Make Business Permit Changes Proper Procedures to Make Business Permit Changes Board approval to make changes to a business permit depends upon: A properly completed Application to Make Business Permit Changes accompanied by the appropriate

More information

2014 Inlet Rehab Project II Various Locations

2014 Inlet Rehab Project II Various Locations 2014 Inlet Rehab Project II Various Locations in the City of Sioux Falls, South Dakota Bid Request No. 14-1078 Prepared by: Engineering Division 224 West 9 th Street Sioux Falls, SD 57104 TABLE OF CONTENTS

More information

This page left blank intentionally

This page left blank intentionally ATTACHMENT 13 PERFORMANCE AND PAYMENT BONDS This page left blank intentionally RFP #0606-14 Attachment 13: Payment & Performance Bonds Page 1 of 8 PAYMENT BOND (CALIFORNIA PUBLIC WORK) KNOW ALL MEN BY

More information

ASBESTOS/LEAD SURVEY AND CONSULTING AGREEMENT BY AND BETWEEN NEW YORK UNIVERSITY / NYU HOSPITALS CENTER - OWNER - AND - CONSULTANT - --------- PROJECT

ASBESTOS/LEAD SURVEY AND CONSULTING AGREEMENT BY AND BETWEEN NEW YORK UNIVERSITY / NYU HOSPITALS CENTER - OWNER - AND - CONSULTANT - --------- PROJECT APPENDIX A ASBESTOS/LEAD SURVEY AND CONSULTING AGREEMENT BY AND BETWEEN NEW YORK UNIVERSITY / NYU HOSPITALS CENTER - OWNER - AND - CONSULTANT - --------- PROJECT DATED AS OF ASBESTOS/LEAD SURVEY AND CONSULTING

More information

CITY OF JERSEY CITY REQUEST FOR QUALIFICATIONS BOND COUNSEL SERVICES. Contract Term: September 10, 2015 September 9, 2016 SUBMISSION DEADLINE

CITY OF JERSEY CITY REQUEST FOR QUALIFICATIONS BOND COUNSEL SERVICES. Contract Term: September 10, 2015 September 9, 2016 SUBMISSION DEADLINE CITY OF JERSEY CITY REQUEST FOR QUALIFICATIONS BOND COUNSEL SERVICES Contract Term: September 10, 2015 September 9, 2016 SUBMISSION DEADLINE 4:00 P.M. September 4, 2015 ADDRESS ALL QUALIFICATION STATEMENTS

More information

INVITATION TO BID. Contractor Services Associated with:

INVITATION TO BID. Contractor Services Associated with: INVITATION TO BID Contractor Services Associated with: COMMUNITY CENTER AT 330 WINDSOR AVENUE ROOF REPAIR AND RESTORATION PROJECT 330 WINDSOR AVENUE WINDSOR, CT 06095 THIS IS A REQUEST FOR PROPOSALS AND

More information

COMMERCIAL CONSTRUCTION AGREEMENT. This CONTRACT AGREEMENT ( Contract ) is made on, 20, by and between <> ( Owner ) and <> ( Contractor ).

COMMERCIAL CONSTRUCTION AGREEMENT. This CONTRACT AGREEMENT ( Contract ) is made on, 20, by and between <> ( Owner ) and <> ( Contractor ). COMMERCIAL CONSTRUCTION AGREEMENT This CONTRACT AGREEMENT ( Contract ) is made on, 20, by and between ( Owner ) and ( Contractor ). A. Contractor wishes to enter into the following Contract with

More information

PERFORMANCE BOND. That we, (operator name as established by Office of Conservation and address) (hereinafter called the Principal ), and

PERFORMANCE BOND. That we, (operator name as established by Office of Conservation and address) (hereinafter called the Principal ), and (Multiple Wells) Bond No. PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS: That we, (operator name as established by Office of Conservation and address) (hereinafter called the Principal ), and (bonding

More information

BID BOND 9/7/12 BS - 1. KNOW ALL MEN BY THESE PRESENTS, that I/We. as Principal, hereinafter called Contractor, and

BID BOND 9/7/12 BS - 1. KNOW ALL MEN BY THESE PRESENTS, that I/We. as Principal, hereinafter called Contractor, and KNOW ALL MEN BY THESE PRESENTS, that I/We as Principal, hereinafter called Contractor, and BID BOND a corporation duly organized or authorized to do business under the laws of the State of Nevada and the

More information

REQUEST FOR QUOTE NUMBER: 09RD65575YB WILL BE RECEIVED UNTIL 1/21/2009

REQUEST FOR QUOTE NUMBER: 09RD65575YB WILL BE RECEIVED UNTIL 1/21/2009 DEPARTMENT OF PURCHASING & CONTRACT COMPLIANCE Winner 2000-2008 Achievement of Excellence in Procurement Award National Purchasing Institute Jerome Noble, Director REQUEST FOR QUOTE NUMBER: 09RD65575YB

More information