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 Conditions for Bidders 7-9 4. Mandatory Equal Employment Opportunity Language 10-11 7. Procurement and Service Contracts Language 12 8. Business Registration Certificate 13 9. Non-Collusive Bidding Certification 14 10. Statement of Ownership 15-16 11. Bidder s Experience and Qualifications 17 12. Bidding Requirement Checklist 18 13. Bidder s Proposal 19-20 2
LEGAL NOTICE PROPOSALS FOR JANITORIAL SERVICES BOROUGH OF OAKLAND BERGEN COUNTY, NEW JERSEY Sealed proposals for Janitorial Services for 2011 with an optional extension for 2012 will be received by the Borough of Oakland in the Municipal Building Conference Room, Oakland, New Jersey, on December 2, 2010 at 10:00 a.m., prevailing time, at which time and place they will be publicly read aloud. Bids may be hand delivered or mailed by certified mail. No bids will be accepted after said hour. Specifications and bid proposal forms may be obtained at the Borough Administrator s Office, 1 Municipal Plaza, Oakland, New Jersey, between the hours of 8:30 a.m. and 4:30 p.m. daily, except Saturdays, Sundays, and holidays. Bids or proposals shall be made on the forms provided and attached to the specifications, which shall be submitted intact. The bidder must deposit a certified check or cashiers check made payable to the order of the Borough of Oakland, or a duly executed bid bond in the amount of 10% of the bid, but in no case in excess of $20,000.00. Bidders must comply with the following New Jersey State Statutes: P.L. 1975, Chapter 127 (Affirmative Action Program) N.J.A.C. 17:27 P.L. 1977, Chapter 33 (Statement of Ownership) N.J.S.A. 40A: 11-18 (American Goods and Products used where possible) Bid proposals must be placed in sealed envelopes addressed to the Borough of Oakland, Municipal Plaza, Oakland, New Jersey, and marked clearly on the outside of the envelope, Janitorial Services Bid. The Borough reserves the right to reject any and all bids or to waive any minor informalities or irregularities in the proposal received and to accept the bid which is in the best interest of the Borough. Richard Kunze Borough Administrator 3
SPECIFICATIONS FOR JANITORIAL SERVICES I. AREAS TO BE CLEANED, FREQUENCY, HOURS Services performed during the hours of 6:00 A.M. to 12:00 P.M. at the following locations: A. Municipal Building B. Public Works Building C. Municipal Court Offices and Court Room D. Police Headquarters E. Recreation Center (D Elia Bldg.) F. Senior Citizen Center G. Yawpo Firehouse H. Hiawatha Firehouse Services performed as follows at the following locations (except as noted in Sec. 2) Daily: 1. Municipal Building 2. Public Works Building 3. Municipal Court Offices, Council Chambers/Courtroom 4. Police Headquarters 5. Senior Citizen Center 6. Recreation Center (D Elia Bldg.) Three Times a Week: 1. Hiawatha Firehouse (Monday, Wednesday and Friday) 2. Yawpo Firehouse (Monday, Wednesday and Friday) II. REQUIREMENTS OUTSIDE OF BUILDINGS: 1. Empty all outside waste 2. Cigarette urns and ashtrays should be emptied and damp-wiped as necessary. FOYERS: 1. Vacuum or sweep entries/foyers. Sweeping to be done with dusttreated mops. 2. Dust all doors, paneling, moldings, baseboards and windowsills. 3. All mats in entranceways are to be maintained for cleanliness. 4. All glass and metal in entrance foyers will be wiped clean. 5. All countertops and tables should be dusted and cleaned. 6. Spot clean walls, doors, partitions and other washable surfaces to remove fingerprints and smudges. 7. Clean and disinfect all water fountains and coolers. 4
CARPETED FLOORS: 1. The Contractor agrees to furnish a hepa-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 attachment to eliminate dust accumulation. 3. All carpeting will be spot cleaned on a continuing basis using standard spot removal procedures. 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 on an as-needed-basis, being maintained on a continuing basis, with special attention given to spills. Floors should be mopped with a neutral cleaner. OFFICE FURNITURE: 1. Remove spills and stains from desktops (as needed or requested). 2. Dust desktops and furniture Monday & Thursday. Wood desks and tables need to be polished Monday & Thursday. 3. Dust filing cabinet tops Monday & Thursday. 4. Upholstered furniture to be brushed and vacuumed periodically. 5. 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 morning to ensure that the room is clean and orderly due to meetings that are held the night before. LUNCH ROOMS AND EMPLOYEE REST AREAS: 1. Counter tops, tables, and chairs to be wiped and cleaned. 2. Kitchen sinks to be cleaned periodically using a biodegradable product. 3. Refrigerators and wall cabinets to be wiped, outside only. LAVATORIES: 1. Clean and disinfect toilets, urinals and sinks inside and out. 2. Clean all mirrors and chrome fixtures. 3. Empty all wastebaskets and replace trash liners. 4. Fully replenish toilet tissue, paper towels dispensers and refill soap dispensers. Lavatory supplies are to be provided by the Borough. Extra supplies should not be left in the lavatories. 5. All partitions, shelves, window ledges, towel and tissue dispensers should be dusted and disinfected. 6. Sweep then wet mop all floors with a neutral cleanser. 7. Wipe and disinfect tile or receptacle partitions in lavatories (as needed). 8. The lavatories adjoining the Council Chambers have to be checked and cleaned each morning to ensure that they are clean and orderly as meetings are held there nightly. 5
9. Upon discarding mop pail water, the deep sink needs to be rinsed thoroughly. TRASH AND WASTE RECEPTACLES: 1. All paper/recycling and waste receptacles will be source separated and emptied daily. 2. Plastic trash liners will be used for all food/waste containers and changed on as needed basis (The Borough of Oakland will supply trash liners). 3. Both recycling and waste will be removed from building daily and placed in outside specified dumpsters. CLEANING SPECIFICATIONS FOR YAWPO FIREHOUSE HIAWATHA FIREHOUSE: 1. Lavatories Completely cleaned each week. 2. Meeting Room, Kitchen, Utility Room, Front Hallways, Fire Chief s Office and Radio Room Swept and mopped as needed. Any items not specifically mentioned but would be considered usual or customary janitorial services are included for the purpose of providing a bid and though not listed, are not to be considered omitted. All days and times specified above for cleaning are subject to change at the discretion of the municipality and, upon notice to the successful bidder, shall be scheduled accordingly. In the event of unforeseen circumstances that result in all or some services not being rendered on any day, the vendor must immediately notify the Superintendent of Public Works. BID ALTERNATES BID ALTERNATE A - Weekend Cleaning of D Elia Building Bathrooms Every Saturday & Sunday BID ALTERNATE B Window Cleaning 2 x per year Borough Hall Dept. of Public Works Senior Citizen Center Police Headquarters BID ALTERNATE C Shampoo Carpets 2 x per year All Borough Facilities Listed in Section 1 6
GENERAL INSTRUCTIONS AND CONDITIONS FOR BIDDERS THE BID The Borough of Oakland is soliciting bid proposals for a Cleaning Service for eight Municipal Buildings for a period of twelve months, to commence January 1, 2010 and ending on December 31, 2010 in accordance with the terms of these Bid Specifications. MANDATORY PRE-BID MEETING & TOUR Any company submitting bids will be required to attend a pre-bid meeting & tour of facilities, to view total scope of work prior to bid openings. The meeting and tour will start at the Municipal Building at 10:00 A.M. on November 22, 2010. BID OPENING All bid proposals will be publicly opened and read by the Borough Administrator in the Oakland Municipal Conference Room, 1 Municipal Plaza, Oakland on December 2, 2010 at 10:00 A.M. Bids must be delivered by hand or by certified mail to the Borough Administrator no later than 10:00 A.M. All bid proposals will be date stamped upon receipt. Bidder is solely responsible for the timely delivery of the bid proposal and no bids shall be considered which are presented after the public call for receiving bids. PROPOSAL All proposals must be submitted on the Proposal Form furnished herein. All papers bound with or attached to the Proposal are a necessary part thereof and shall not be detached or altered. BACKGROUND CHECKS Employees must consent to background checks. The Borough of Oakland reserves the right to refuse personnel based on results of the background check. BID SECURITY A certified check or cashier s check made payable to the order of the Borough of Oakland, or a duly executed bid bond in the amount of 10% of each bid, but in no case in excess of $20,000.00, must accompany each bid proposal. All certified or cashier s check(s) deposited by the bidder (s) to whom a contract is not awarded will be returned to them at the time of award of a contract. Bid security of the lowest bidder will be returned after execution of the contract and approval of the Supply Performance Bond. CERTIFICATE OF SURETY Each bidder must include with his bid proposal a certificate or letter from a Surety Company authorized to do business in the State of New Jersey, stating that the bidder can obtain the required Supply Performance Bond in the event that he is awarded the contract. 7
PERFORMANCE/SUPPLY BOND The successful bidder, when awarded a contract, shall furnish a Supply Performance Bond in the amount of one hundred percent (100%) of the total amount of the contract. Said Bond is to be that of an approved surety company authorized to transact business in the State of New Jersey and is to be satisfactory as to form to the Borough Attorney. CERTIFICATES OF INSURANCE A Certificate of Insurance evidencing General Liability, Automobile Liability, Excess Liability (Umbrella and Worker s Compensation Insurance coverages shall be provided by a carrier(s) satisfactory to the Borough and an original Certificate shall be filed with the Borough before the Contract can be executed. The Borough of Oakland will also be named as an additional insured as it relates to all liability policies for work performed by the Contractor and further, said Certificate shall evidence this endorsement. All of the Contractor s insurance coverages shall contain a clause indemnifying and saving harmless the Borough and its agents from any and all liability arising from the work to be performed under the contract, including but not limited to Attorney s fees and costs in connection with defense of such claims THE MINIMUM INSURANCE LIMITS TO BE MAINTAINED BY THE CONTRACTOR THROUGHOUT THE DURATION OF THE CONTRACT SHALL BE AS FOLLOWS: WORKERS COMPENSATION Coverage is to comply with NJ Statutes and include coverage for Proprietors, Partners and/or Executive Officers. EMPLOYERS LIABILITY limits of $1,000,000 for each accident/disease each employee required. COMMERCIAL GENERAL LIABILITY Minimum Policy Limits of:$1,000,000. Per Occurrence / $2,000,000. Aggregate and must include Completed Operations Liability. Policy must be endorsed to show BOROUGH OF OAKLAND as Additional Named Insured. AUTOMOBILE LIABILITY Minimum policy limit of: $1,000,000. Combined Single Limit (CSL) covering all Owned, Non-Owned and Hired vehicles. UMBRELLA LIABILITY (Required if checked) Minimum Policy Limit of: $1,000,000. / Per Occurrence $1,000,000. / Annual Aggregate PROPERTY INSURANCE The CONTRACTOR is required to insure his/her own Property. The BOROUGH OF OAKLAND will not provide any insurance on the CONTRACTOR s property. DESCRIPTION OF OPERATIONS The BOROUGH OF OAKLAND is to be named as an additional insured as it relates to said services and the Certificate of Insurance shall reflect this. 8
BASIS OF AWARD The Borough may make such investigations as it deems necessary to determine the ability of the bidder to perform the work and the bidder shall furnish to the Borough all such information and data for this purpose as the Borough may request. The Borough reserves the right to reject any proposal if the evidence submitted by investigation of such bidder fails to properly perform or complete on time any contact. RIGHT TO REJECT PROPOSALS The Borough reserves the right to reject any or all proposals or to accept the proposal, which in its judgment will be for the best interest of the municipality. ACCEPTANCE AND AWARD OF CONTRACT Within 60 days after the receipt of the bids, the Borough will accept one of the bids on the contract for which bids have been received or will reject all proposals on the contract. Acceptance of the bid and Notice of Award will be in writing signed by an officer of the Borough and mailed to the address designated in the Proposal. The Notice shall contain appropriate instructions and information as to the time and place set for the execution of the contract. The successful bidder or his duly authorized representative shall appear at the time and place designated and shall execute the contract and certificates of insurance. FAILURE TO EXECUTE CONTRACT If the successful bidder shall fail to furnish the required bond and/or certificates of insurance and to execute the contract in accordance with the instructions contained in the Notice of Award, he shall be deemed to have refused to enter into the contract and to have waived all claim to the work and he shall pay the Borough all damages sustained by the Borough as a consequence of his failure to enter into the contract including, but without limiting the generality of the foregoing, all loss from delay and interference with the Borough s program and the difference between the amount of the successful bidder s proposal and the amount for which the Borough may contract with another to perform the work covered by said proposal, if the latter be in excess of the former. FEDERAL AND STATE LAWS AND REGULATIONS The bidder s attention is directed to the fact that all applicable Federal, State, and Municipal laws, ordinances, rules, regulations, and codes, of all authorities having jurisdiction over the work in the locality of the project shall apply to the contract throughout and they are deemed to be included herein the same as though herein written. 9
MANDATORY EQUAL EMPLOYMENT OPPORTUNITY LANGUAGE (N.J.S.A 10.5-31 et seq) (N.J.A.C. 17:27) GOODS, SERVICES and PROFESSIONAL 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 because of age, race, creed, color, national origin, ancestry, marital status, sex affectional or sexual orientation. The contractor will take affirmative action to ensure that such applicants are recruited and employed, and that employees are treated during employment, without regard to their age, race, creed, color, national origin, ancestry, marital status, sex, affectional or sexual orientation. Such action 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 Contracting 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, sex, affectional or sexual orientation. The contractor or subcontractor, where applicable, will send to each labor union or representative of workers with which it has a collective bargaining agreement or other contract or understanding, 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 P.L. 1975, C. 27, as amended and supplemented from time to time and the Americans with Disabilities Act. The contractor or subcontractor agrees to attempt in good faith to employ minority and female workers consistent with the applicable county employment goals prescribed by N.J.A.C. 17:27-5.2 promulgated by the Treasurer pursuant to P.L. 1975, c. 127, as amended and supplemented from time to time or in accordance with a binding determination of applicable county employment goals determined by the Division of Contract Compliance & EEO pursuant to P.L. 1975, c. 127, as amended and supplemented from time to time. 10
MANDATORY EQUAL EMPLOYMENT OPPORTUNITY LANGUAGE (N.J.S.A 10.5-31 et seq) (N.J.A.C. 17:27) GOODS, SERVICES and PROFESSIONAL CONTRACTS (Continued) The contractor or subcontractor agrees to inform in writing all recruitment agencies in the area, including employment agencies, placement bureaus, colleges, universities, labor unions, that it does not discriminate on the basis of age, creed, color, national origin, ancestry, marital status, sex, affectional or sexual orientation, and that it will discontinue the use of any recruitment agency which engages in director or indirect discriminatory practices. The contractor or subcontractor agrees to revise any of its testing procedures, if necessary, to assure that all personnel testing conforms with the principles of 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. The contractor 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, creed, color, national origin, ancestry, marital status, sex, affectional or sexual orientation, and conform with the applicable employment goals, consistent with the statutes and court decisions of the State of New Jersey, and applicable Federal law and applicable Federal court decisions. The contractor and or its subcontractor shall furnish such reports or other documents to the Division of Contract Compliance & EEO 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 Contract Compliance & EEO for conducting a compliance investigation pursuant to Subchapter 10 of the Administrative Code (NJAC 17:27). (This page must be signed for Professional Contracts Not necessary for Goods and Services) I am in compliance : Name of Firm Signature Date 11
PROCUREMENT AND SERVICE CONTRACTS LANGUAGE A In the event that you or your firm is awarded this contract, our office upon award will send the necessary forms. These should be submitted within seven (7) working days of notification. (Bidders are required to comply with the requirements of N.J.S.A. 10:5-31 et seq., codified at N.J.A.C. 17:27-1.1 et seq.) 1. Does this contract have the potential of having a dollar value or $21,000.00 or better? ( ) Yes (If yes, complete #2) ( ) No (If no, no further documentation is required) 2. Does your company have a Federal Affirmative Action Plan Approval Letter? ( ) Yes (If yes submit a Photostat copy) ( ) No (If no, complete A below) A. Does your company have a Certificate of Employee Information Report? ( ) Yes (If yes, submit a Photostat copy) ( ) No (If no, complete B below) B. If you do not have either of the above-mentioned documents, an Affirmative Action Employee Information Report form (AA-302) will be returned to you for your completion. 3. Each contract over $21,000.00 must also contain Language A. 4. Are you a minority owned business? ( ) Yes ( ) No All successful vendors must submit one of the following forms of evidence: 1. Letter of Federal Approval OR 2. Certificate of Employee Information Report. I certify that the above information is correct to the best of my knowledge. Name: Signature: Title: Date: Contractor: Please complete and sign this form and return it with your contract or Bid Proposal. 12
BUSINESS REGISTRATION CERTIFICATE On September 1, 2004, a law expanding the State Contractor Business Registration Program to now include local government went into effect. This Legislation (Law C57, Laws of 2004, S1778) pertains to the Business Registration Certificate (Form BRC08-01) issued by the New Jersey Department of the Treasury, Local Finance Notice (LFN) 2004-17, dated August 6, 2004. The Borough of Oakland must have proof of a business organization s registration with the Department of Treasury before a purchase order/voucher can be issued. A business organization is defined as an individual, partnership, association, joint stock company, trust, corporation or other legal business entity or successor thereof. There are no exceptions for any vendors, including out-of-state vendors. As indicated by the law, failure to include a copy of the certificate in any bid or RFP submitted, will be deemed a fatal, non-curable defect. The Borough of Oakland is requesting a copy of the registration certificate to be included with this bid specification. Should you have any questions about the requirement of the State, the following is the web site: www.nj.gov/njbgs. Information can also be obtained from the Department of the Treasury at 609-292-1730. 13
NON-COLLUSIVE BIDDING CERTIFICATION By submission of this bid, each bidder and each person signing on behalf of any bidder certifies, and in the case of a joint bid each party thereto certified as to its own organization under penalty of perjury, that to the best of knowledge and belief: 1. The prices in this bid have been arrived at independently without collusion, consultation, communication, or agreement, for the purpose of restricting competition, as to any matter relating to such prices with any other bidder or with any competitor; and 2. Unless otherwise required by law, the prices which have been quoted in this bid have not been knowingly disclosed by the Bidder prior to opening, directly or indirectly, to any bidder or to any other competitor; and 3. No attempt has been made or will be made by the Bidder to induce any other person, partnership or corporation to submit a bid for the purpose of restricting competition; and 4. The person signing this bid or proposal, under the penalties of perjury, affirms the truth thereof. DATED: Corporate Seal (Signature of Bidder, if individual) (Name of Corporation) (Title of Officer) IMPORTANT: THIS FORM MUST BE SUBMITTED BY THE BIDDER 14
STATEMENT OF OWNERSHIP Chapter 33 of the Public Laws of 1977 provides that no corporation or partnership shall be awarded any State, County, Municipal, or School District 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 of ownership. The statement shall set 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 on all individual partners in the partnership who own a ten percent or greater interest therein. In the event there is no individual stockholder in the corporation or partnership who owns ten percent (10%) or more of the stock of any class, the bidder shall submit a statement indicating such. BIDS ARE NOT VALID IF SUBMITTED WITHOUT A STATEMENT OF OWNERSHIP, AND NO BIDDER SUBMITTING SUCH AN INVALID BID IS ELIGIBLE TO BE AWARDED THE PUBLIC CONTRACT. If you are a Partner or Corporation, in order for your bid to be considered, you must list below the names and addresses of those meeting the criteria of the law: 1. Partners with ten percent (10%) or greater interest: NAMES ADDRESSES 2. Owners of ten percent (10%) or more of the Stock of the Corporation, including Stock of all classes: NAMES ADDRESSES 15
3. If the Name of a Partnership or Corporation is listed, list below names of individual partners and/or Stockholders of Whatever Class who own a ten percent (10%) or Greater Interest in the Partnership or Corporation Listed: NAMES ADDRESSES Name of Bidder Signature of Bidder (Person who signs bid proposal) IMPORTANT: THIS FORM MUST BE SUBMITTED BY THE BIDDER 16
STATEMENT OF BIDDER S EXPERIENCE AND QUALIFICATIONS IMPORTANT: All Bidders must fully complete the Statement of Bidder s Experience and Qualifications; Bid Sheet, Statement of Ownership and Non-Collusion Affidavit. 1. List of municipalities/public utilities purchasing equipment within the past five years. A. Owner Telephone # Business Address of Owner: Department: Contract Price: Extra Options Requested: Approximate Date of Award of Contract: Approximate Date of Delivery: B. Owner Telephone # Business Address of Owner: Department: Contract Price: Extra Options Requested: Approximate Date of Award of contract: Approximate Date of Delivery: C. Owner Telephone # Business Address of Owner: Department: Contract Price: IMPORTANT: THIS FORM MUST BE SUBMITTED BY THE BIDDER 17
BIDDING REQUIREMENTS CHECKLIST The following is a checklist of items, which must be submitted by all interested parties with their bid proposal: 1. Bid Security: Certified Check, Cashiers Check, or duly executed Bid Bond. 2. Certificate of Surety 3. Mandatory Equal Employment Opportunity Language 4. Procurement and Service Contracts Language A 5. Business Registration Certificate 6. Non-Collusive Bidding Certification 7. Statement of Ownership 8. Bidder s Experience and Qualifications 9. Bidder s Proposal Form Should any of the aforesaid items not be included with your bid proposal, please so indicate on this page and identify the reason for omitting such information on the space below: IMPORTANT: THIS FORM MUST BE SUBMITTED BY THE BIDDER 18
PROPOSAL FORM FOR JANITORIAL SERVICES The contract period for this service shall be for a period of 12 months commencing on January 1, 2011 and ending on December 31, 2011 with an additional one year option for the period January 1, 2012 through December 31, 2012. The undersigned states that they have carefully examined the advertisement, conditions, instructions and detailed specifications in the Bid Forms for Janitorial Services for the Borough of Oakland and hereby submits the following proposal: For 2011 Base Bid $ Alternate A. Weekend Cleaning of D Elia bathrooms Bid Amount $ Alternate B. Window Cleaning Bid Amount $ Alternate C. Shampoo Carpets Bid Amount $ Total Amount (Base Bid, plus all alternates) $ For 2012 Base Bid $ Alternate A. Weekend Cleaning of D Elia bathrooms Bid Amount $ Alternate B. Window Cleaning Bid Amount $ Alternate C. Shampoo Carpets Bid Amount $ Total Amount (Base Bid, plus all alternates) $ 19
I,, representing am authorized to execute this proposal and bind the company to fulfill the terms and conditions of the service proposal. Company Signature Street Address Name Typed or Printed Town State Zip Date Phone Number IMPORTANT: THIS FORM MUST BE SUBMITTED BY THE BIDDER 20