SPECIFICATIONS AND BID MATERIALS FOR

Size: px
Start display at page:

Download "SPECIFICATIONS AND BID MATERIALS FOR"

Transcription

1 SPECIFICATIONS AND BID MATERIALS FOR CONTRACT FOR RESIDENTIAL, COMMERCIAL, MUNICIPAL & INSTITUTIONAL SOLID WASTE & RECYCLABLE MATERIALS COLLECTION SERVICE CITY OF NORTH WILDWOOD CAPE MAY COUNTY NEW JERSEY MAYOR AND COUNCIL FOR ADDITIONAL INFORMATION CONTACT: Kevin Yecco, City Administrator North Wildwood City Hall 901 Atlantic Ave. North Wildwood, NJ (609)

2 TABLE OF CONTENTS SECTIONS DOCUMENT PAGE Notice to Bidders... NB Uniform Bid Specifications... UBS Certificate of Public Convenience and Necessity/A-901 Approval Letter... PC Statement of Bidders Qualifications, Experience and Financial Ability... BE Bid Guaranty... BB Stockholder Statement of Ownership... SO Non-Collusion Affidavit... NCA Consent of Surety... SU Bid Form... P Contract... CON Performance Bond... PB Vehicle Dedication Affidavit... VID Affirmative Action Affidavit... AA Disclosure of Investment Activities in Iran... IA-1 ATTACHMENTS 1. Procurement and Service Contract Mandatory Language... A Municipal Data... A City of North Wildwood Tax Map... A Code of the City of North Wildwood, Chapter 374,Solid Waste... A4-1 - i -

3 NOTICE TO BIDDERS CITY OF NORTH WILDWOOD 901 Atlantic Avenue North Wildwood, New Jersey (609) PLEASE TAKE NOTICE that sealed bids will be received by the City Clerk of the City of North Wildwood, opened and publicly read in the Council Chambers, City Hall, 901 Atlantic Avenue, North Wildwood, New Jersey on Wednesday, September 19, 2018 at 10:00 a.m., prevailing time. The bids are for a contract with the City of North Wildwood for residential, commercial, municipal and institutional solid waste and recycling materials collection service. Specifications and forms of bids and all other bidding documents for the proposed contract are available via or at the Office of the City Clerk at the address listed hereinabove and may be inspected/obtained by prospective bidders during regular business hours. Bids must be made on forms provided by the City of North Wildwood in the manner designated therein and required by the specifications and must be enclosed in a sealed envelope, bearing the name and address of the bidder and name of the contract on the outside, addressed as follows: City Clerk, City of North Wildwood, 901 Atlantic Avenue, North Wildwood, NJ No bidder may withdraw his, her or its bid within sixty (60) days after the actual date of the opening thereof. Bidders are required to submit a New Jersey Business Registration Certificate pursuant to the requirements of N.J.S.A. 52: Bidders are required to comply with the requirements of the Public Law, 1975, C.127 N.J.S.A. 34:11-56, 25 et. seq. as amended in Chapter 64 of the Laws of 1974 and P.L Ch. 33, N.J.S.A. 52: which requires bidders to submit an ownership disclosure statement setting forth the names and addresses of all stockholders in the corporation or partnership who owns 10% or more of its stock, of any class, or of all individual partners in the partnership who own 10% or greater interest therein, as the case may be. Failure of a bidder to submit an ownership disclosure statement on the form provided by the City of North Wildwood shall result in rejection of the bid. Bidders are required to comply with the requirements of N.J.S.A. 10:5-31, et. seq. and N.J.A.C. 17:27 (Contract Compliance and Affirmative Action for Public Contracts). The statutory and regulatory language of those statutes and administrative regulations are incorporated into the specifications and the contract with the successful bidder by reference. Prospective bidders are required to comply with the requirements of N.J.S.A. 19:44A Business entities are advised of their responsibility to file an annual disclosure statement of political contributions with the New Jersey Election Law Enforcement Commission (ELEC), if they receive contracts in excess of $50,000 from public entities in a calendar year. Business entities are responsible for determining if filing is necessary. Additional information on this requirement is available from ELEC at or at The successful bidder shall be required to comply with the provisions of the New Jersey Prevailing Wage Act. NB-1

4 The successful bidder shall be the responsible bidder complying with the specifications and bid documents and who shall bid the lowest price. City Council reserves the right to reject any and all bids or to waive any irregularities or informalities as may be permitted by law. BY ORDER OF THE MAYOR AND COUNCIL Dated: W. Scott Jett, City Clerk NB-2

5 CITY OF NORTH WILDWOOD UNIFORM BID SPECIFICATIONS RESIDENTIAL, COMMERCIAL, MUNICIPAL & INSTITUTIONAL SOLID WASTE AND RECYCLABLE MATERIALS COLLECTION SERVICE 1. INSTRUCTIONS TO BIDDERS 1.1 THE BID The City of North Wildwood is soliciting bid proposals from solid waste collectors interested in providing residential, commercial, municipal and institutional solid waste and recyclables collection and disposal services for a period to commence on January 1, 2019, in accordance with the terms of these Bid Specifications and N.J.A.C. 7:26H-6.1 et. seq. 1.2 CHANGES TO THE BID SPECIFICATIONS Notice of revisions or addenda to advertisements or bid documents relating to bids will be published, no later than five days, Saturdays, Sundays and holidays excepted, prior to the date for acceptance of bids, in the Cape May County Herald and in the Atlantic City Press and Newark Star Ledger. 1.3 BID OPENING All bids will be publicly opened and read aloud by the City Clerk in the Council Chambers, City Hall, 901 Atlantic Avenue, North Wildwood, New Jersey. Bids must be delivered by hand or by mail to the City Clerk no later than Wednesday, September 19, 2018 at 10:00 a.m. All bids will be date and time stamped upon receipt. Bidder is solely responsible for the timely delivery of the bid and no bids shall be considered which are presented after the public call for receiving bids. Any bid received after the date and time specified will be returned, unopened, to the bidder. 1.4 DOCUMENTS TO BE SUBMITTED The following documents shall be submitted by every bidder at the time and date specified in the public notice to prospective bidders: 1. Certified photocopies of bidder's certificate of public convenience and necessity and an approval letter issued in conformance with N.J.S.A. 13:1E-126; 2. Completed Questionnaire setting forth experience and qualifications; 3. Bid Guarantee in the form of a bid bond, certified check or cashier's check in the amount of 10% of the total amount of the bid, not to exceed $20,000; payable to the The City of North Wildwood; 4. Completed Non-Collusion Affidavit; 5. Completed Stockholder Statement of Ownership; UBS-1

6 6. Certificate of Surety; and 7. Completed Bid Form. 8. New Jersey Business Registration Certificate as required by N.J.S.A 52: New Jersey Affirmative Action Evidence 10. Disclosure of Investment Activities in Iran. All of the foregoing shall be submitted in accordance with the instructions hereinafter contained. The division of the Bid Specifications into parts is merely for convenience and ready reference; all parts of the Bid Specifications constitute a single document. 2. DEFINITIONS Bid and "Bid proposal" may be used interchangeably and mean all documents, proposal forms, affidavits, certificates and statements required to be submitted by the bidder at the time of the bid opening. "Bid guarantee" means the bid bond, cashier's check or certified check submitted as part of the bid proposal, payable to the contracting unit, ensuring that the successful bidder will enter into a contract. "Bid specifications" means all documents requesting bid proposals for residential, commercial, municipal and institutional solid waste collection services contained herein. "Certificate of insurance" means a document showing that an insurance policy has been written and includes a statement of the coverage of the policy. "Collection site" means the location of waste containers on collection day. "Collection source" means a generator of designated collected solid waste to whom service will be provided under the contract. "Consent of surety" means a promissory document guaranteeing that if the contract is awarded the surety will provide a performance bond. "Contract" means the written agreement executed by and between the successful bidder and the governing body of a contracting unit and shall include the bid proposal, and the bid specifications. "Contract administrator" is the person authorized by the contracting unit to procure and administer contracts for solid waste collection services. "Contracting unit" means a municipality or any board, commission, committee, authority or agency, and which has administrative jurisdiction over any district other than a school district, project, or facility, included or operating in whole or in part, within the territorial boundaries of any county or municipality which exercises functions which are appropriate for the exercise by one or more units of local government, and which has statutory power to make purchases and enter into contracts or agreements for the performance of any work or the furnishing or hiring of any materials or supplies usually required, the costs or contract price of which is to be paid with or out of public funds. "Contractor" means the lowest responsible bidder to whom award of the contract shall be made. "Designated collected recyclable material" means newspaper, office paper, magazines, junk mail, glass bottles (whether green, brown or clear), plastic bottles with a UBS-2

7 #1 or #2 on the bottom, steel, tin or aluminum cans and corrugated boxes and cardboard, other than beverage containers. "Designated collected solid waste" means solid waste types 10, 13 (including 13WG, but not 13SR), 23 and 27. Designated collected solid waste shall not consist of recyclable materials, hazardous waste, or solid animal and vegetable wastes collected by swine producers licensed by the State Department of Agriculture to collect, prepare and feed such waste to swine on their own farms. "Disposal facility" means those sites designated in the Cape May County Solid Waste Management Plan for use by the City of North Wildwood as follows: The Cape May County Municipal Utilities Authority on Kearney Avenue in Woodbine, New Jersey or at the Transfer Station located on Shunpike Road in Burleigh, New Jersey. The City of North Wildwood reserves the right to designate another disposal facility in accordance with the Cape May County Solid Waste Management Plan and/or any waste flow orders or in the event that the designated disposal facilities are unable to accept the City s waste. "Governing body" means the governing body of the municipality, when the contract or agreement is to be entered into by, or on behalf of a, municipality as further defined at N.J.S.A. 40A:11-2. "Holiday" means a regularly scheduled collection day on which the authorized Disposal Facilities are closed, including: New Year s Day Martin Luther King Day President s Day Veteran s Day Thanksgiving Day Christmas Day In the event that any of the foregoing fall on a Saturday or Sunday, then the holiday is deemed to mean the weekday, if any, that the disposal facility is closed as a result of the holiday falling on a Saturday or Sunday, as the case may be. "Legal newspaper" means the Cape May County Herald and/or The Atlantic City Press. "Proposal forms" mean those forms that must be used by all bidders to set forth the prices for services to be provided under the contract. "Service Area" means the geographic area described below. The service area(s) is(are) as follows: The City of North Wildwood as shown on the Tax Map of the City of North Wildwood annexed as Attachment 3. "Surety" means a company that is duly certified to do business in the State of New Jersey and that is qualified to issue bonds in the amount and of the type and character required by these specifications. 3. BID SUBMISSION REQUIREMENTS 3.1. BID PROPOSAL UBS-3

8 A. Each document in the bid proposal must be properly completed in accordance with N.J.A.C. 7:26H-6.5. No bidder shall submit the requested information on any form other than those provided in these bid specifications. The use of any form other than those provided in the bid specifications will render the bid non-responsive thereby requiring the bid to be rejected. B. Bid Proposals shall be hand delivered or mailed in a sealed envelope, and the name and address of the bidder and the name of the bid as set forth in the Public Advertisement for Bids must be written clearly on the outside of the sealed envelope. No bid proposal will be accepted past the date and time specified by the City of North Wildwood in the Advertisement for Bids. C. Each bidder shall sign, where applicable, all bid submissions as follows: 1. For a corporation, by a principal executive officer; 2. For a partnership or limited liability company or sole proprietorship, by a general partner or the managing member (or, in the case of there being no managing member, by any member with authority to bind the company) or the proprietor respectively; or 3. A duly authorized representative if: a. The authorization is made in writing by a person described in sections 1 and 2 above; and b. The authorization specifies either an individual or a position having responsibility for the overall operation of the business. D. The Bid Specifications contain option bids. The Mayor and Council of the City of North Wildwood may, at its discretion, award the contract to the bidder whose aggregate bid price for the chosen option, or any combination of options, is the lowest responsible bidder; provided, however, the City Council shall not award the contract based on the bid price for separate options. E. Any Bid Proposal that does not comply with the requirements of the bid specifications and N.J.A.C. 7:26H-6.1 et seq., shall be rejected as non-responsive BID GUARANTEES A. A Bid Guarantee in the form of a Bid Bond, Cashier's Check or Certified Check, made payable to the City of North Wildwood in the amount of 10% of the highest aggregate 2 year bid submitted, not to exceed twenty thousand dollars ($20,000), must accompany each Bid Proposal. In the event that the bidder to whom the Contract is awarded fails to enter into the Contract in the manner and within the time required, the award to the bidder shall be rescinded and the bid guarantee shall become the property of the City of North Wildwood EXCEPTIONS TO THE BID SPECIFICATIONS Any conditions, limitations, provisions, amendments, or other changes attached or added by the bidder to any of the provisions of these Bid Specifications or any changes made by the bidder on the Proposal Forms shall result in the rejection of the Bid Proposal by the City of North Wildwood. UBS-4

9 3.4. "OR EQUAL" SUBSTITUTIONS Whenever these specifications identify a brand name, trade name or a manufacturer's name, this designation is used for classification or descriptive purposes only, and the bidder may substitute an equal product, subject to the approval of the City of North Wildwood COMPLIANCE The bidder shall be familiar with and comply with all applicable local, state and federal laws and regulations in the submission of the Bid Proposal and, if the bidder is awarded the contract, in the performance of the contract CONFLICT OF INTEREST AND NON-COLLUSION Each bidder must execute and submit as part of the Bid Proposal a "Non- Collusion Affidavit" which at a minimum shall attest that: A. The bidder has not entered into any agreement or participated in any collusion with any other person, corporate entity or government entity, or competitive bidding either alone or with any other person, corporate entity or government entity in connection with the above named contract; the B. All statements made in the Bid Proposal are true and correct and made with full knowledge that the contracting unit relies upon the truth of those statements in awarding the contract; and C. No person or business is employed to solicit or secure the contract in exchange for a commission, percentage brokerage agreement or contingency fee unless such person possesses a Certificate of Public Convenience and Necessity and a License issued pursuant to N.J.A.C. 7:26-16 et seq NO ASSIGNMENT OF BID The bidder may not assign, sell, transfer or otherwise dispose of the Bid or any portion thereof or any right or interest therein. This section is not intended to limit the ability of the successful bidder to assign or otherwise dispose of its duties and obligations under the contract provided that the City of North Wildwood agrees to the assignment or other disposition. No such assignment of disposition shall become effective without the written approval of the New Jersey Department of Environmental Protection. 4. AWARD OF CONTRACT UBS-5

10 4.1. GENERALLY A. City Council of the City of North Wildwood shall award the contract or reject all bids within the time specified in the invitation to bid, but in no case more than sixty (60) days, except that the bids of any bidders who consent thereto may, at the request of the contracting unit, be held for consideration for such longer period as may be agreed. All bidders will be notified of City Council s decision, in writing. B. The contract will be awarded to the bidder whose aggregate bid price for the selected option or options is the lowest responsible bid. C. City Council reserves the right to reject any bid not prepared and submitted in accordance with the provisions hereof, and to reject any or all bids. In the event that Council reject all bids, the City of North Wildwood shall publish a notice of re-bid no later than ten days, Saturdays, Sundays and holidays excepted, prior to the date for acceptance of bids NOTICE OF AWARD AND EXECUTION OF CONTRACT Within sixty (60) calendar days of the award of the contract, the City of North Wildwood shall notify the successful bidder in writing, at the address set forth in the Bid Proposal and such notice shall specify the place and time for delivery of the executed contract, the performance bond, the vehicle identification affidavit and the appropriate affirmative action documentation. Failure to deliver the aforementioned documents as specified in the notice of award shall be cause for the City of North Wildwood to declare the contractor non-responsive and to award the contract to the next lowest bidder RESPONSIBLE BIDDER The City of North Wildwood shall determine whether a bidder is "responsible" in accordance with N.J.S.A. 40A: and N.J.A.C. 7:26H-6.8. The Bid Proposal of any bidder that is deemed not to be "responsible" shall be rejected PERFORMANCE BOND A. The successful bidder shall provide a Performance Bond issued by a Surety in an amount equal to no more than 100% of the annual value of contract. The successful bidder shall provide said Performance Bond to the Chief Financial Officer, City of North Wildwood, 901 Atlantic Avenue, North Wildwood, New Jersey, prior to or concurrently with delivery of the executed contract. B. Failure to provide the required Performance Bond at the time and place specified by the City of North Wildwood shall be cause for assessment of damages as a result thereof in accordance with Section D of the Contract. In the event that the successful bidder fails to provide said Performance Bond, the City of North Wildwood UBS-6

11 may award the contract to the next lowest responsible bidder or terminate the bid process and re-bid the collection services in accordance with N.J.A.C. 7:26H-6.7(d) and Section 4.1 above. C. The Performance Bond for each succeeding year of a multi-year contract shall be delivered to the City of North Wildwood with proof of full payment of the premium one hundred twenty (120) days prior to the expiration of the current bond. D. Failure to deliver a Performance Bond for any year of a multi-year contract one hundred twenty (120) days prior to the termination of the current bond will constitute a breach of contract and will entitle the Mayor and Council to terminate the contract upon the expiration of the current bond. Notwithstanding termination pursuant to this section, the contractor is obligated to fully perform through the date of termination of the contract and damages shall be assessed in an amount equal to the costs incurred by the City of North Wildwood in re-bidding the contract AFFIRMATIVE ACTION REQUIREMENTS A. If awarded a contract, the successful bidder will be required to comply with the requirements of N.J.S.A. 10:5-31 et seq. and N.J.A.C. 17:27 et seq. B. Within seven (7) days after receipt of notification of Council s intent to award any contract the contractor must submit one of the following to the contracting unit: 1. If the Contractor has a federal affirmative action plan approval which consists of a valid letter from the Office of Federal Contract Compliance Programs, the Contractor should submit a photocopy of its letter of approval. 2. If the Contractor has a certificate of employee information report, the Contractor shall submit a photocopy of the certificate. 3. If the Contractor has none of the above, the contracting unit shall provide the Contractor with an (A.A.302) affirmative action employee information report. C. If the Contractor does not submit the affirmative action document within the required time period the City of North Wildwood may extend the deadline by a maximum of the fourteen (14) calendar days. Failure to submit the affirmative action document by the fourteenth (14 th ) calendar day shall be cause for the City of North Wildwood to declare the Contractor to be non-responsive and to award the contract to the next lowest bidder VEHICLE DEDICATION AFFIDAVIT The Contractor shall execute and submit at the time and place specified in the award notice a Vehicle Identification Affidavit which at a minimum shall attest that: The successful bidder will dedicate a fixed number of vehicles, reasonably calculated to meet the requirements of these bid specifications. UBS-7

12 4.7. ERRORS IN PRICE CALCULATION Any discrepancy between a numerical price and a price written in words shall be resolved in favor of the price as written in words. Any discrepancy between the unit price multiplied by the quantity and a corresponding total price figure set forth in the Proposal Forms(s) shall be resolved in favor of a total price reached by multiplying the unit price by the quantity. The corrected total shall be used to determine the award of the contract. After all Bid Proposals have been read, the bids will be tabulated and adjusted, if necessary, in accordance with this paragraph. If any mathematical corrections must be made on any bid proposal, then the City of North Wildwood may not award a contract until all tabulations are complete. 5. WORK SPECIFICATIONS 5.1. The Contractor shall provide service for each Option awarded by the City of North Wildwood. The bidders shall provide a Bid Proposal for each of the following options: Option 1, Option 2, Option 3 and Option 4. Failure to submit a Bid Proposal for each of the aforementioned options shall constitute grounds for rejection of the bidder s bid The Contractor shall provide collection, removal and disposal from within the territorial and geographical boundaries of the City of North Wildwood as described below: 5.3. COLLECTION OPTIONS OPTION #1; 5 Year Contract Ending December 31, 2023 A. i. Solid Waste. From Memorial Day through September 30, collection of solid waste shall occur twice per week at each collection site and there shall be not more than 72 hours between collections at each collection site. From January 1 until the day before Memorial Day is observed, and from October 1 through December 31, the collection of solid waste shall occur once per week at each collection site. ii. Recyclables. The collection of recyclables shall occur on the same day as the collection of solid waste except that, during the months of January, February, March, April, May (prior to Memorial Day), October, November and December, the collection of solid waste and recyclables may occur on different days at each collection site. As to the collection of both solid waste and recyclables, the contractor shall notify the City of North Wildwood at the time of contract execution of his intended collection days and, thereafter, those days shall remain constant throughout the duration of the contract UBS-8

13 term unless changed by mutual agreement between the parties in writing. No collections shall commence prior to 7:00 a.m. or finish later than 3:00 p.m. prevailing time, except that from April 1 through September 30 no collections shall finish later than 6:00 p.m. B. The contractor shall be required to supply and pick up containers at the direction of the Director of Public Works at the per pull rates set forth in the contractor s bid proposal form at two locations: 1. Recycling and trash drop-off center at the City of North Wildwood Public Works facility April 15 through October 15: 1. Two 30 cubic yard dumpsters for solid waste to be given up to 2 pulls per week as directed by the Director of Public Works or his designee 2. Two 34 cubic yard City Owned trash compactors to be given up to 2 pulls per week as directed by the Director of Public Works or his designee 3. Two 30 cubic yard dumpsters for recycling to be given up to 2 pulls per week as directed by the Director of Public Works or his designee 4. Two 20 cubic yard dumpsters for yard waste to be given up to 2 pulls per week as directed by the Director of Public Works or his designee October 16 through April 14: 1. Two 30 cubic yard dumpsters for solid waste to be given up to 2 pulls per week as directed by the Director of Public Works or his designee 2. Two 34 cubic yard City Owned trash compactors to be given up to 2 pulls per week as directed by the Director of Public Works or his designee 3. Two 30 cubic yard dumpsters for recycling to be given up to 2 pulls per week as directed by the Director of Public Works or his designee 4. Two 20 cubic yard dumpsters for yard waste to be given up to 1 pull per week as directed by the Director of Public Works or his designee th Avenue Beach Convenience Lot April 15 through November 15: 1. One 34 cubic yard City Owned trash compactor to be given up to 2 pulls per month as directed by the Director of Public Works or his designee November 16 through April 14: 1. No collection needed during this time frame Additionally, from April 15 through October 15 the contractor shall provide for pickup seven days per week of up to four 7 cubic yard City Owned dumpsters at the North Wildwood Public Works Building. Pick-ups for this service shall be completed after 10:00 a.m. No dumpster pick-ups under this paragraph B shall occur prior to 8:00 a.m. C. White Goods Shall be collected at the direction of the City Clerk or his designee in accordance with the provisions of Chapter 374, Article I of the Code of the City of UBS-9

14 North Wildwood, a copy of which is enclosed with these Specifications. White Goods shall be collected, throughout the City and at the DPW facility, once per week from April 1 through September 30, and once per month from October 1 through March 30, on such days as may be designated by the contractor. D. Bulk (furniture, mattresses, etc ) Shall be collected in accordance with the provisions of Chapter 374, Article I of the Code of the City of North Wildwood, a copy of which is enclosed with these specifications. The Contractor shall not be obligated to pick-up more than one bulk item per collection site per collection day. E. Special Events The City of North Wildwood, during special events, requires that dumpsters be provided. The number of dumpsters is based upon the total estimated number of participants that will attend the event. Dumpsters are required for both solid waste and recycling. Dumpsters are required to be emptied by 7:00 a.m. each day of the festival and by 11:00 a.m. on the day following the festival. These costs are to be billed at the per pull rates set forth in the contractor s bid proposal form. Each bidder should assume that there will be three festivals/special events each year. The largest festival requires approximately eight 30 cubic yard dumpsters with liners, four 20 cubic yard dumpsters with liners, 10 two cubic yard dumpsters and gallon cans. All dumpsters shall be placed on wood or other suitable material so as to protect roadway surfaces. All containers must be delivered on-site prior to the event and placed at the direction of the Director of Public Works. F. Comingling Prohibited - Under this Option a material breach of the contract is deemed to have occurred in the event that it is discovered that the contractor has comingled solid waste or recyclables that the contractor has collected from any source other than pursuant to this Contract with solid waste or recyclables that the contractor has collected under the terms and conditions of this Contract. If a material breach of the contract occurs under this paragraph, the City of North Wildwood shall be entitled to cancel and terminate the Contract pursuant to Article X of the Contract. OPTION #2; 5 Year Contract Ending December 31, 2023 A. Option #2 is identical to Option #1 except that, notwithstanding any indication to the contrary in the Uniform Bid Specifications or any other bidding document, under Option #2, on days when the contractor is performing services under the contract, nothing in the Uniform Bid Specifications, the contract or any of its component documents, shall be deemed to preclude the contractor from comingling solid waste or recyclables that have been generated within the City of North Wildwood and which the contractor has collected from a collection source within the confines of the City of North Wildwood pursuant to a private contract with that solid waste generator with solid waste or recyclables that the contractor otherwise is required to collect under the terms of the contract. OPTION #3; 3 Year Contract Ending on December 31, 2021 with 2 One Year Options. UBS-10

15 A. i. Solid Waste. From Memorial Day through September 30, collection of solid waste shall occur twice per week at each collection site and there shall be not more than 72 hours between collections at each collection site. From January 1 until the day before Memorial Day is observed, and from October 1 through December 31, the collection of solid waste shall occur once per week at each collection site. ii. Recyclables. The collection of recyclables shall occur on the same day as the collection of solid waste except that, during the months of January, February, March, April, May (prior to Memorial Day), October, November and December, the collection of solid waste and recyclables may occur on different days at each collection site. As to the collection of both solid waste and recyclables, the contractor shall notify the City of North Wildwood at the time of contract execution of his intended collection days and, thereafter, those days shall remain constant throughout the duration of the contract term unless changed by mutual agreement between the parties in writing. No collections shall commence prior to 7:00 a.m. or finish later than 3:00 p.m. prevailing time, except that from April 1 through September 30 no collections shall finish later than 6:00 p.m. B. The contractor shall be required to supply and pick up containers at the direction of the Director of Public Works at the per pull rates set forth in the contractor s bid proposal form at two locations: 2. Recycling and trash drop-off center at the City of North Wildwood Public Works facility April 15 through October 15: 5. Two 30 cubic yard dumpsters for solid waste to be given up to 2 pulls per week as directed by the Director of Public Works or his designee 6. Two 34 cubic yard City Owned trash compactors to be given up to 2 pulls per week as directed by the Director of Public Works or his designee 7. Two 30 cubic yard dumpsters for recycling to be given up to 2 pulls per week as directed by the Director of Public Works or his designee 8. Two 20 cubic yard dumpsters for yard waste to be given up to 2 pulls per week as directed by the Director of Public Works or his designee October 16 through April 14: 5. Two 30 cubic yard dumpsters for solid waste to be given up to 2 pulls per week as directed by the Director of Public Works or his designee 6. Two 34 cubic yard City Owned trash compactors to be given up to 2 pulls per week as directed by the Director of Public Works or his designee 7. Two 30 cubic yard dumpsters for recycling to be given up to 2 pulls per week as directed by the Director of Public Works or his designee 8. Two 20 cubic yard dumpsters for yard waste to be given up to 1 pull per week as directed by the Director of Public Works or his designee th Avenue Beach Convenience Lot UBS-11

16 April 15 through November 15: 2. One 34 cubic yard City Owned trash compactor to be given up to 2 pulls per month as directed by the Director of Public Works or his designee November 16 through April 14: 2. No collection needed during this time frame Additionally, from April 15 through October 15 the contractor shall provide for pickup seven days per week of up to four 7 cubic yard City Owned dumpsters at the North Wildwood Public Works Building. Pick-ups for this service shall be completed after 10:00 a.m. No dumpster pick-ups under this paragraph B shall occur prior to 8:00 a.m. C. White Goods Shall be collected at the direction of the City Clerk or his designee in accordance with the provisions of Chapter 374, Article I of the Code of the City of North Wildwood, a copy of which is enclosed with these Specifications. White Goods shall be collected, throughout the City and at the DPW facility, once per week from April 1 through September 30, and once per month from October 1 through March 30, on such days as may be designated by the contractor. D. Bulk (furniture, mattresses, etc ) Shall be collected in accordance with the provisions of Chapter 374, Article I of the Code of the City of North Wildwood, a copy of which is enclosed with these specifications. The Contractor shall not be obligated to pick-up more than one bulk item per collection site per collection day. E. Special Events The City of North Wildwood, during special events, requires that dumpsters be provided. The number of dumpsters is based upon the total estimated number of participants that will attend the event. Dumpsters are required for both solid waste and recycling. Dumpsters are required to be emptied by 7:00 a.m. each day of the festival and by 11:00 a.m. on the day following the festival. These costs are to be billed at the per pull rates set forth in the contractor s bid proposal form. Each bidder should assume that there will be three festivals/special events each year. The largest festival requires approximately eight 30 cubic yard dumpsters with liners and four 20 cubic yard dumpsters with liners, 10 two cubic yard dumpsters and gallon cans. All dumpters shall be placed on wood or other suitable material so as to protect roadway surfaces. All containers must be delivered on-site prior to the event and placed at the direction of the Director of Public Works. F. Comingling Prohibited - Under this Option a material breach of the contract is deemed to have occurred in the event that it is discovered that the contractor has comingled solid waste or recyclables that the contractor has collected from any source other than pursuant to this Contract with solid waste or recyclables that the contractor has collected under the terms and conditions of this Contract. If a material breach of the contract occurs under this paragraph, the City of North Wildwood shall be entitled to cancel and terminate the Contract pursuant to Article X of the Contract. UBS-12

17 OPTION #4; 3 Year Contract Ending on December 31, 2021 with 2 One Year Options. A. Option #4 is identical to Option #3 except that, notwithstanding any indication to the contrary in the Uniform Bid Specifications or any other bidding document, under Option #4, on days when the contractor is performing services under the contract, nothing in the Uniform Bid Specifications, the contract or any of its component documents, shall be deemed to preclude the contractor from comingling solid waste or recyclables that have been generated within the City of North Wildwood and which the contractor has collected from a collection source within the confines of the City of North Wildwood pursuant to a private contract with that solid waste generator with solid waste or recyclables that the contractor otherwise is required to collect under the terms of the contract CONTAINERS See Collection Options 1 and 2 in paragraph 5.3 above and Chapter 374 of the Code of the City of the City of North Wildwood COLLECTION SCHEDULE A. All collection services, as described in these specifications, shall be performed on all designated days between 7:00 a.m. and 3:00 p.m. (6:00 p.m. during the months of April through October). B. The following legal holidays are exempted from the waste collection schedule: New Year s Day Martin Luther King Day President s Day Veteran s Day Thanksgiving Day Christmas Day In the event that any of the foregoing fall on a Saturday or Sunday, then the holiday is deemed to mean the weekday, if any, that the disposal facility is closed as a result of the holiday falling on a Saturday or Sunday, as the case may be. Nothing in this paragraph 5.5 or in any other paragraph setting forth holidays shall be interpreted as in any way as affecting or altering the number of collections required at each collection site per week as established by paragraph SOLID WASTE DISPOSAL A. All solid waste collected within the City of North Wildwood shall be disposed of in accordance with the Cape May County Solid Waste Management Plan. For the term of this contract, all waste collected pursuant to the terms of the contract shall be disposed of at the Cape May County Municipal Utilities Authority on Kearney UBS-13

18 Avenue, Woodbine, New Jersey (Telephone # ) or at the Transfer Station located on Shunpike Road in Burleigh, New Jersey (Telephone # ). B. The City of North Wildwood reserves the right to designate another disposal facility or disposal facilities in accordance with the Cape May County Solid Waste Management Plan and/or any waste flow orders or in the event that the designated Disposal Facility or Disposal Facilities is or are unable to accept waste. The City of North Wildwood will assume all additional costs or benefits that are associated with such designation VEHICLES AND EQUIPMENT A. All vehicles shall be registered with, and conform to the requirements of the New Jersey Department of Environmental Protection, in accordance with N.J.A.C. 7: et seq. B. All collection trucks shall be compaction types, completely enclosed and watertight. The Contractor shall employ equipment having a Gross Vehicle Weight of 4 tons or less other than compaction type vehicles on those streets whose width precludes the use of larger vehicles. Such narrow streets are: Lacy Lane, Hoffman Canal, NW 18 th, SW 15 th, Beach Creek and SW 18 th. The Contractor shall specify whether the vehicles are side, front or rear loading. C. All vehicles shall be maintained in good working order and shall be constructed, used and maintained so as to reduce unnecessary noise, spillage and odor. The Contract Administrator shall have the right to inspect all vehicles, at any time, during the term of this contract, and the Contractor shall comply with all reasonable requests relative to the maintenance and repair of said vehicles and other equipment used in the execution of the Contract. All vehicles shall be equipped with a broom and shovel. D. The Contract Administrator may order any of the Contractor's vehicles used in performance of the contract out of service if the vehicle is not maintained in accordance with the requirements of these Work Specifications. In such event, the Contractor shall replace such vehicle, at its sole cost and expense, with a conforming vehicle satisfactory to the Contract Administrator. E. All vehicles which, when in use in connection with the performance of this contract (and without regard to whether the vehicle is within or without the confines of the City of North Wildwood), shall have affixed to the vehicle, not less than two magnetized placards (of a design to be approved by the North Wildwood Director of Public Works), one per each side of each vehicle. The placards shall indicate that the vehicle is being used in the collection of solid waste and/or recyclables under contract with the City of North Wildwood and shall provide a telephone contact number. The failure to display the placards required by this paragraph shall be deemed a material breach of contract by the contractor NAME ON VEHICLES UBS-14

19 The name, address and service phone number of the Contractor shall be placed clearly and distinctly on both sides of all vehicles used in connection with the collection services. See paragraph 5.7E for additional requirements TELEPHONE FACILITIES AND EQUIPMENT A. The Contractor must provide and maintain an office within reasonable proximity of the City of North Wildwood with sufficient telephone lines to receive complaints or inquiries. The Contractor shall ensure that phone service is activated prior to the commencement of service. B. Telephone service shall be maintained on all collection days, between the hours of 7:00AM and 3:00PM and, during the months of June, July, August and September, between the hours of 7:00 a.m. and 6:00 p.m. The City of North Wildwood shall list the Contractor's telephone number in the telephone directory along with other listings for the City of North Wildwood FAILURE TO COLLECT A. The Contractor shall report to the Contract Administrator, within one (1) hour of the start of the Collection Day, all cases in which severe weather conditions preclude collection. In the event of severe weather, the Contractor shall collect solid waste no later than the next regularly scheduled collection day. In those cases where collection is scheduled on a one collection per week basis, that collection will be made as soon as possible, but in no event later than the next scheduled collection day when severe weather conditions do not preclude collection COMPLAINTS A. The Contractor shall promptly and properly attend to all complaints of customers and all notices, directives and orders of the Contract Administrator within twenty-four (24) hours of the receipt of same. The Contractor shall be required to maintain a log of all complaints received and the action taken to remedy the complaints. B. The Contractor shall submit a copy of the Complaint Log to the City of North Wildwood on a weekly basis SOLICITATION OF GRATUITIES The Contractor shall ensure that no agent or employee solicits or receives gratuities of any kind for any of the work or services provided in connection with the contract. The Contractor shall be subject to the Liquidated Damage clause herein contained for breach hereof INVOICE AND PAYMENT PROCEDURE A. The Contractor shall submit all invoices for collection and/or disposal services in accordance with the requirements of this section within thirty (30) days after UBS-15

20 the end of each calendar month during the term of the contract. The Contractor will submit an invoice to the City of North Wildwood for the preceding calendar month (the "Billing Month"). B. The City of North Wildwood shall pay all invoices within thirty (30) days of receipt. The City of North Wildwood will not be obligated to pay a defective invoice until the defect is cured by the Contractor. The City of North Wildwood shall have thirty (30) days from the date of receipt of the corrected invoice to make payment. C. Invoices shall specify the number and type of vehicles used for collection in the contracting unit, the loads per truck, and the number of cubic yards and the tonnage of the material disposed of each day during the billing month. In complying with this paragraph Contractor shall not submit copies of records prepared by any entity other than Contractor. D. The Contractor may utilize a materials recovery facility for intermediate processing as long as the residue is disposed of in a manner consistent with N.J.A.C. 7:26-2B.9. In the event that the Contractor chooses to utilize a Materials Recovery Facility (MRF), the Contractor shall identify the MRF on the proposal forms COMPETENCE OF EMPLOYEES The Contractor's employees must be competent in their work, and if any person employed shall appear incompetent or disorderly, the City of North Wildwood shall notify the Contractor and specify how the employee is incompetent or disorderly and the Contractor shall take steps to correct and remedy the situation, including disciplinary action if necessary. Any employee who drives or will drive a vehicle in the course of the employee's employment pursuant to the contract must possess a valid New Jersey driver's license for the type of vehicle operated SUPERVISION OF EMPLOYEES The Contractor shall employ a Superintendent or Foreman who shall have full authority to act for the Contractor. The Contractor shall notify the Contract Administrator, in writing, that a Superintendant or Foreman has been appointed. Such notification shall be given prior to beginning performance of the contract and shall fully identify the Superintendant or Foreman and shall include all contract information. The Contractor shall promptly notify the Contract Administrator, in writing, of any changes INSURANCE REQUIREMENTS The Contractor shall take out and maintain in full force and effect at all times during the life of this Contract insurance in conformance with the requirements of N.J.A.C. 7:26H The insurance policy shall name the City of North Wildwood as an additional named insured indemnifying the City of North Wildwood with respect to the Contractor's actions pursuant to the Contract. UBS-16

21 5.17. CERTIFICATES Upon notification by the City of North Wildwood, the lowest responsible bidder shall supply to the Contract Administrator, within five days of notification, a certificate of insurance as proof that the insurance policies required by these specifications are in full force and effect INDEMNIFICATION The Contractor shall indemnify and hold harmless the City of North Wildwood from and against all claims, damages, losses, and expenses including all reasonable attorney s fees and expenses incurred by the City of North Wildwood in defending against any of the aforesaid claims that may result or arise directly or indirectly, from or by reason of the performance of the contract or from any act or omission by the Contractor, its agents, servants, employees or subcontractors and that results in any loss of life or property or in any injury or damage to persons or property. 6. BIDDING DOCUMENTS 6.1 BIDDING DOCUMENTS CHECKLIST Photocopies of bidder's certificate of public convenience and necessity and an approval letter issued in conformance with N.J.S.A. 13:1E-126. Statement of bidder's qualifications, experience and financial ability. A bid guarantee in the form of a bid bond, certified check or cashier's check in the proper amount made payable to the City of North Wildwood. Stockholder statement of ownership. Non-collusion affidavit. Consent of surety. Bid Form (Options 1-4). New Jersey Business Registration Certificate as required by N.J.S.A. 52:32-44 Evidence of Compliance with Affirmative Action Requirements. UBS-17

22 Disclosure of Investment Activities in Iran. Name of Firm or Individual Signature Title Date UBS-18

23 6.2 CERTIFICATE OF PUBLIC CONVENIENCE AND NECESSITY/A-901 APPROVAL LETTER Name: Complete Address: Telephone Number: Certificate Number: Date: ATTACH AN ORIGINAL COPY OF CERTIFICATE OF PUBLIC CONVENIENCE AND NECESSITY TOGETHER WITH AN ORIGINAL COPY OF A-901 APPROVAL LETTER PC-1

24 6.3 STATEMENT OF BIDDER'S QUALIFICATIONS, EXPERIENCE AND FINANCIAL ABILITY AFFIDAVIT RESIDENTIAL, COMMERCIAL, MUNICIPAL STATE OF NEW JERSEY } AND INSTITUTIONAL } SS. SOLID WASTE AND RECYCLABLE COUNTY OF } MATERIALS COLLECTION SERVICE I,, am the (Name of Affiant) (Identify relationship to Bidder: Owner, Partner, President or other Corporate Officer of the, ( Bidder ) and being duly sworn, I depose and say: (Name of Bidder) 1. All of the answers set forth in the Questionnaire are true and each question is answered on the basis of my personal knowledge. 2. All of the answers given in the Questionnaire are given by me for the express purpose of inducing the City of North Wildwood to award to Bidder the contract for residential, commercial, municipal and institutional solid waste collection and recyclable materials collection service (the Contract ) in the event said bidder is the lowest responsible bidder on the basis of the bid proposal which is submitted herewith. 3. I understand and agree that the City of North Wildwood will rely upon the information provided in the Questionnaire in determining the lowest, responsible bidder to be awarded the contract. 4. I also understand and agree that the City of North Wildwood may reject the bid proposal in the event that the answer to any of the foregoing questions is false. 5. I do hereby authorize the City of North Wildwood, or any duly authorized representative thereof, to inquire about or to investigate the answer to any question provided in the Questionnaire, and I further authorize any person or organization that has knowledge of the facts supplied in such statement to furnish the City of North Wildwood with any information necessary to verify the answers given. Name of Firm or Individual Signature Title Date Subscribed and sworn to before me this day of, Notary Public of My Commission expires:. BE-1

APPENDIX A TABLE OF CONTENTS

APPENDIX A TABLE OF CONTENTS Note to users: The form to be used follows. It is divided into seven sections: 1. Instructions to bidders; 2. Definitions; 3. Bid submission requirements; 4. Award of Contract; 5. Work specifications;

More information

SPECIFICATIONS AND BID MATERIALS FOR BEACH UMBRELLA STAND CONCESSION CITY OF NORTH WILDWOOD CAPE MAY COUNTY NEW JERSEY MAYOR AND COUNCIL

SPECIFICATIONS AND BID MATERIALS FOR BEACH UMBRELLA STAND CONCESSION CITY OF NORTH WILDWOOD CAPE MAY COUNTY NEW JERSEY MAYOR AND COUNCIL SPECIFICATIONS AND BID MATERIALS FOR BEACH UMBRELLA STAND CONCESSION CITY OF NORTH WILDWOOD CAPE MAY COUNTY NEW JERSEY MAYOR AND COUNCIL - 2014 FOR ADDITIONAL INFORMATION CONTACT: Kevin Yecco, City Administrator

More information

BOROUGH OF HIGHLANDS COUNTY OF MONMOUTH STATE OF NEW JERSEY REQUESTS FOR PROPOSAL & QUALIFICATIONS BOROUGH PLANNER

BOROUGH OF HIGHLANDS COUNTY OF MONMOUTH STATE OF NEW JERSEY REQUESTS FOR PROPOSAL & QUALIFICATIONS BOROUGH PLANNER NOTICE OF RFP BOROUGH OF HIGHLANDS COUNTY OF MONMOUTH STATE OF NEW JERSEY REQUESTS FOR PROPOSAL & QUALIFICATIONS BOROUGH PLANNER Sealed proposals will be received by the Borough Clerk for the Borough QPA

More information

PLEASANTVILLE HOUSING AUTHORITY

PLEASANTVILLE HOUSING AUTHORITY PLEASANTVILLE HOUSING AUTHORITY REQUEST FOR PROPOSALS/QUOTES - PROFESSIONAL SERVICES FEE ACCOUNTANT SUBMISSION DATE: Insert Date PUBLIC NOTICE FOR REQUEST FOR PROPOSALS/QOUTE - PROFESSIONAL SERVICE CONTRACT

More information

BOROUGH OF TOTOWA NOTICE AND SOLICITATION OF PROPOSALS FOR ANIMAL CONTROL OFFICER FOR THE BOROUGH OF TOTOWA

BOROUGH OF TOTOWA NOTICE AND SOLICITATION OF PROPOSALS FOR ANIMAL CONTROL OFFICER FOR THE BOROUGH OF TOTOWA BOROUGH OF TOTOWA NOTICE AND SOLICITATION OF PROPOSALS FOR ANIMAL CONTROL OFFICER FOR THE BOROUGH OF TOTOWA The Borough of Totowa is soliciting proposals from individuals or firms licensed in the State

More information

LEAF VACUUM CURBSIDE COLLECTION INCLUDING EQUIPMENT AND OPERATOR

LEAF VACUUM CURBSIDE COLLECTION INCLUDING EQUIPMENT AND OPERATOR MANALAPAN TOWNSHIP MONMOUTH COUNTY, NEW JERSEY Notice is hereby given that sealed proposals addressed to Rose LaFergola, RPPO/QPA, will be received on or before Friday, August 3, 2012 at 11:00 am at which

More information

REQUEST FOR SEALED PROPOSALS

REQUEST FOR SEALED PROPOSALS REQUEST FOR SEALED PROPOSALS FOR PROFESSIONAL SERVICES UNDER A FAIR AND OPEN PROCESS CITY REDEVELOPMENT ATTORNEY 2015 CITY OF WOODBURY 33 DELAWARE STREET WOODBURY GLOUCESTER COUNTY NEW JERSEY, 08096 Proposal

More information

Township of Lumberton

Township of Lumberton Township of Lumberton BID SPECIFICATION MUNICIPAL IRRIGATION SYSTEM MANAGEMENT PROGRAM Due February 23, 2017 at 2pm Grounds Management Bid Specification, - 1 - MUNICIPAL IRRIGATION SYSTEM MANAGEMENT PROGRAM

More information

BOROUGH OF TOTOWA NOTICE AND SOLICITATION OF PROPOSALS FOR THE POSITION OF TAX APPEAL CONSULTANT FOR THE BOROUGH OF TOTOWA

BOROUGH OF TOTOWA NOTICE AND SOLICITATION OF PROPOSALS FOR THE POSITION OF TAX APPEAL CONSULTANT FOR THE BOROUGH OF TOTOWA BOROUGH OF TOTOWA NOTICE AND SOLICITATION OF PROPOSALS FOR THE POSITION OF TAX APPEAL CONSULTANT FOR THE BOROUGH OF TOTOWA The Borough of Totowa is soliciting proposals from professional real estate appraisal

More information

BOROUGH OF TOTOWA NOTICE AND SOLICITATION OF PROPOSALS FOR PROFESSIONAL ENGINEERING SERVICES FOR THE BOROUGH OF TOTOWA

BOROUGH OF TOTOWA NOTICE AND SOLICITATION OF PROPOSALS FOR PROFESSIONAL ENGINEERING SERVICES FOR THE BOROUGH OF TOTOWA BOROUGH OF TOTOWA NOTICE AND SOLICITATION OF PROPOSALS FOR PROFESSIONAL ENGINEERING SERVICES FOR THE BOROUGH OF TOTOWA The Borough of Totowa is soliciting proposals from professional engineering firms

More information

LOWER CAPE MAY REGIONAL BOARD OF EDUCATION 687 Route 9 Cape May, NJ (609) REQUEST FOR PROPOSALS FOR VENDING MACHINE SERVICES

LOWER CAPE MAY REGIONAL BOARD OF EDUCATION 687 Route 9 Cape May, NJ (609) REQUEST FOR PROPOSALS FOR VENDING MACHINE SERVICES LOWER CAPE MAY REGIONAL BOARD OF EDUCATION 687 Route 9 Cape May, NJ 08204 (609) 884-3475 REQUEST FOR PROPOSALS FOR VENDING MACHINE SERVICES Submission Date: Tuesday, November 25, 2014 Time: 11:00 am Purpose:

More information

BOROUGH OF TOTOWA NOTICE AND SOLICITATION OF PROPOSALS FOR RISK MANAGEMENT CONSULTANT SERVICES FOR THE BOROUGH OF TOTOWA

BOROUGH OF TOTOWA NOTICE AND SOLICITATION OF PROPOSALS FOR RISK MANAGEMENT CONSULTANT SERVICES FOR THE BOROUGH OF TOTOWA BOROUGH OF TOTOWA NOTICE AND SOLICITATION OF PROPOSALS FOR RISK MANAGEMENT CONSULTANT SERVICES FOR THE BOROUGH OF TOTOWA The Borough of Totowa is soliciting proposals from professional firms licensed in

More information

TOWN OF HARRISON PLANNING BOARD PUBLIC NOTICE FOR SOLICITATION PROFESSIONAL SERVICE CONTRACT JANUARY 1, 2019 THROUGH DECEMBER 31, 2019

TOWN OF HARRISON PLANNING BOARD PUBLIC NOTICE FOR SOLICITATION PROFESSIONAL SERVICE CONTRACT JANUARY 1, 2019 THROUGH DECEMBER 31, 2019 TOWN OF HARRISON PLANNING BOARD PUBLIC NOTICE FOR SOLICITATION PROFESSIONAL SERVICE CONTRACT JANUARY 1, 2019 THROUGH DECEMBER 31, 2019 NOTICE IS HEREBY GIVEN that sealed submissions will be received by

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 5, 2017 10:00 A.M. ADDRESS ALL PROPOSALS TO: BUSINESS ADMINISTRATOR

More information

County of Gillespie. Bid Package for GRAVEL. Bid No November 2018

County of Gillespie. Bid Package for GRAVEL. Bid No November 2018 County of Gillespie Bid Package for GRAVEL Bid No. 2019.05 November 2018 Gillespie County Auditor Gillespie County Courthouse Room 203 101 W. Main, Unit #4 Fredericksburg, Texas 78624 (830) 997-6777 Gillespie

More information

HADDON TOWNSHIP BOARD OF EDUCATION 500 RHOADS AVENUE WESTMONT, NJ REQUEST FOR PROPOSAL

HADDON TOWNSHIP BOARD OF EDUCATION 500 RHOADS AVENUE WESTMONT, NJ REQUEST FOR PROPOSAL A. PURPOSE: HADDON TOWNSHIP BOARD OF EDUCATION 500 RHOADS AVENUE WESTMONT, NJ 08108 REQUEST FOR PROPOSAL The Haddon Township Board of Education is seeking proposals from qualified respondents as follows:

More information

TOWNSHIP OF RARITAN REQUEST FOR QUALIFICATIONS RISK MANAGEMENT CONSULTANT SUBMISSION DEADLINE AT WHICH TIME PROPOSALS WILL BE OPENED IS

TOWNSHIP OF RARITAN REQUEST FOR QUALIFICATIONS RISK MANAGEMENT CONSULTANT SUBMISSION DEADLINE AT WHICH TIME PROPOSALS WILL BE OPENED IS TOWNSHIP OF RARITAN REQUEST FOR QUALIFICATIONS RISK MANAGEMENT CONSULTANT SUBMISSION DEADLINE AT WHICH TIME PROPOSALS WILL BE OPENED IS JANUARY 23, 2019 11:00 A.M. ADDRESS ALL PROPOSALS TO: TOWNSHIP ADMINISTRATOR

More information

TOWNSHIP OF PEQUANNOCK. REQUEST FOR PROPOSALS for PROFESSIONAL SERVICES 2018 FEMA FMA HOME ELEVATION GRANT APPLICATION

TOWNSHIP OF PEQUANNOCK. REQUEST FOR PROPOSALS for PROFESSIONAL SERVICES 2018 FEMA FMA HOME ELEVATION GRANT APPLICATION TOWNSHIP OF PEQUANNOCK REQUEST FOR PROPOSALS for PROFESSIONAL SERVICES 2018 FEMA FMA HOME ELEVATION GRANT APPLICATION The Township of Pequannock, a municipal corporation in the County of Morris and the

More information

GOODS AND SERVICES BID SPECIFICATIONS: A GUIDE FOR NEW JERSEY LOCAL PUBLIC AGENCIES SECTION A. Instructions to Bidders and Statutory Requirements

GOODS AND SERVICES BID SPECIFICATIONS: A GUIDE FOR NEW JERSEY LOCAL PUBLIC AGENCIES SECTION A. Instructions to Bidders and Statutory Requirements GOODS AND SERVICES BID SPECIFICATIONS: A GUIDE FOR NEW JERSEY LOCAL PUBLIC AGENCIES SECTION A Instructions to Bidders and Statutory Requirements Instructions To Bidders And Statutory Requirements I. SUBMISSION

More information

TOWNSHIP OF BLOOMFIELD STANDARDIZED SUBMISSION REQUIREMENTS FOR PROFESSIONAL SERVICES INFORMATION FOR PROFESSIONAL SERVICES ENTITIES

TOWNSHIP OF BLOOMFIELD STANDARDIZED SUBMISSION REQUIREMENTS FOR PROFESSIONAL SERVICES INFORMATION FOR PROFESSIONAL SERVICES ENTITIES TOWNSHIP OF BLOOMFIELD STANDARDIZED SUBMISSION REQUIREMENTS FOR PROFESSIONAL SERVICES INFORMATION FOR PROFESSIONAL SERVICES ENTITIES Section 1. RECEIPT AND OPENING OF SUBMISSIONS A. OWNER AND PROJECT The

More information

County of Gillespie. Bid Package for COLD MIX LAY ASPHALT. Bid No November 2018

County of Gillespie. Bid Package for COLD MIX LAY ASPHALT. Bid No November 2018 County of Gillespie Bid Package for COLD MIX LAY ASPHALT Bid No. 2019.03 November 2018 Gillespie County Auditor Gillespie County Courthouse Room 203 101 W. Main, Unit #4 Fredericksburg, Texas 78624 (830)

More information

County of Greene, New York REQUEST FOR PROPOSALS (RFP) TO PROVIDE INSURANCE BROKERAGE SERVICES FOR THE COUNTY OF GREENE

County of Greene, New York REQUEST FOR PROPOSALS (RFP) TO PROVIDE INSURANCE BROKERAGE SERVICES FOR THE COUNTY OF GREENE County of Greene, New York REQUEST FOR PROPOSALS (RFP) TO PROVIDE INSURANCE BROKERAGE SERVICES FOR THE COUNTY OF GREENE SECTION 1: PURPOSE. 1.1 The County of Greene hereby requests proposals from interested

More information

CAMDEN COUNTY EDUCATIONAL SERVICES COMMISSION 225 White Horse Avenue Clementon, New Jersey 08021

CAMDEN COUNTY EDUCATIONAL SERVICES COMMISSION 225 White Horse Avenue Clementon, New Jersey 08021 CAMDEN COUNTY EDUCATIONAL SERVICES COMMISSION 225 White Horse Avenue Clementon, New Jersey 08021 REQUESTS FOR PROPOSALS NOTICE OF SOLICITATION FOR PROFESSIONAL SERVICES FOR THE 2018-2019 SCHOOL YEAR Notice

More information

REQUEST FOR SEALED PROPOSALS

REQUEST FOR SEALED PROPOSALS REQUEST FOR SEALED PROPOSALS FOR PROFESSIONAL SERVICES UNDER A FAIR AND OPEN PROCESS LABOR ATTORNEY 2017 CITY OF WOODBURY 33 DELAWARE STREET WOODBURY GLOUCESTER COUNTY NEW JERSEY, 08096 Proposal acceptance

More information

TOWNSHIP OF HAZLET COUNTY OF MONMOUTH STATE OF NEW JERSEY PROFESSIONAL SERVICES SOLICITATION FAIR & OPEN PUBLIC SOLICITATION PROCESS

TOWNSHIP OF HAZLET COUNTY OF MONMOUTH STATE OF NEW JERSEY PROFESSIONAL SERVICES SOLICITATION FAIR & OPEN PUBLIC SOLICITATION PROCESS COUNTY OF MONMOUTH STATE OF NEW JERSEY PROFESSIONAL SERVICES SOLICITATION FAIR & OPEN PUBLIC SOLICITATION PROCESS PROFESSIONAL SERVICE: COAH/AFFORDABLE HOUSING ATTORNEY SUBMISSION DATE: January 31, 2013

More information

County of Gillespie. Bid Package for FUEL - BOBTAIL DELIVERY. Bid No November 2018

County of Gillespie. Bid Package for FUEL - BOBTAIL DELIVERY. Bid No November 2018 County of Gillespie Bid Package for FUEL - BOBTAIL DELIVERY Bid No. 2019.01 November 2018 Gillespie County Auditor Gillespie County Courthouse Room 203 101 W. Main, Unit #4 Fredericksburg, Texas 78624

More information

LEGAL NOTICE CITY OF ANSONIA, CONNECTICUT REQUEST FOR PROPOSALS

LEGAL NOTICE CITY OF ANSONIA, CONNECTICUT REQUEST FOR PROPOSALS LEGAL NOTICE CITY OF ANSONIA, CONNECTICUT REQUEST FOR PROPOSALS FOR THE INSTALLATION OF BARRIER GATES, DUMPSTER ENCLOSURES, BOLLARDS, AND A CANTILEVER GATE FOR ANSONIA PUBLIC SCHOOLS ANSONIA, CONNECTICUT

More information

GUTTENBERG HOUSING AUTHORITY

GUTTENBERG HOUSING AUTHORITY GUTTENBERG HOUSING AUTHORITY REQUEST FOR PROPOSALS FOR FEE ACCOUNTING SERVICES Under a Fair and Open Process in Accordance with N.J.S.A. 19:44A-20.4 et. seq. PROPOSALS MUST BE SUBMITTED BY Wednesday March

More information

HOUSING AUTHORITY OF THE TOWN OF MORRISTOWN REQUEST FOR PROPOSALS FEE ACCOUNTING SERVICES

HOUSING AUTHORITY OF THE TOWN OF MORRISTOWN REQUEST FOR PROPOSALS FEE ACCOUNTING SERVICES HOUSING AUTHORITY OF THE TOWN OF MORRISTOWN REQUEST FOR PROPOSALS FEE ACCOUNTING SERVICES Under a Fair and Open Process in Accordance with N.J.S.A. 19:44A-20.4 et seq. PROPOSALS MUST BE SUBMITTED BY 11:00

More information

Manalapan Township. Request for Proposals for Renewable Energy Power Purchase Agreement (PPA)

Manalapan Township. Request for Proposals for Renewable Energy Power Purchase Agreement (PPA) Manalapan Township Request for Proposals for Renewable Energy Power Purchase Agreement (PPA) Section 1: General Terms 1.1 Purpose and Response Date Manalapan Township hereby issues this Request for Proposals

More information

TOWNSHIP OF WOOLWICH 120 VILLAGE GREEN DRIVE WOOLWICH TOWNSHIP, NJ SPECIFICATIONS AND RFP FORMS FOR PROFESSIONAL SERVICES CONTRACTS YEAR 2019

TOWNSHIP OF WOOLWICH 120 VILLAGE GREEN DRIVE WOOLWICH TOWNSHIP, NJ SPECIFICATIONS AND RFP FORMS FOR PROFESSIONAL SERVICES CONTRACTS YEAR 2019 Bidders Name: Address: City and State: Phone: Fax: E-Mail: TOWNSHIP OF WOOLWICH 120 VILLAGE GREEN DRIVE WOOLWICH TOWNSHIP, NJ 08085 SPECIFICATIONS AND RFP FORMS FOR PROFESSIONAL SERVICES CONTRACTS YEAR

More information

Request for Bids. Recycling Collection Containers and Hauling Services at OCRRA s Transfer Stations to Local MRF

Request for Bids. Recycling Collection Containers and Hauling Services at OCRRA s Transfer Stations to Local MRF Request for Bids Recycling Collection Containers and Hauling Services at OCRRA s Transfer Stations to Local MRF Bid Due Date: Thursday, August 11, 2016 Time: 2:00 P.M. ONONDAGA COUNTY RESOURCE RECOVERY

More information

SOMERSET COUNTY INSURANCE COMMISSION

SOMERSET COUNTY INSURANCE COMMISSION SOMERSET COUNTY INSURANCE COMMISSION REQUEST FOR PROPOSAL FOR PROFESSIONAL SERVICES The Somerset County Insurance Commission ( Commission ) is soliciting proposals through a fair and open process in accordance

More information

TOWN OF GUTTENBERG COUNTY OF HUDSON, STATE OF NEW JERSEY

TOWN OF GUTTENBERG COUNTY OF HUDSON, STATE OF NEW JERSEY TOWN OF GUTTENBERG COUNTY OF HUDSON, STATE OF NEW JERSEY SEEKS PROPOSALS FOR FINANCIAL ADVISORY CONSULTANT SERVICES FOR THE PERIOD JANUARY 1, 2018 TO DECEMBER 31, 2018 Introduction Pursuant to the Fair

More information

County of Gillespie. Bid Package for CONCRETE. Bid No November 2018

County of Gillespie. Bid Package for CONCRETE. Bid No November 2018 County of Gillespie Bid Package for CONCRETE Bid No. 2019.04 November 2018 Gillespie County Auditor Gillespie County Courthouse Room 203 101 W. Main, Unit #4 Fredericksburg, Texas 78624 (830) 997-6777

More information

REQUEST FOR QUALIFICATIONS FOR ARBITRAGE REBATE CONSULTING SERVICES

REQUEST FOR QUALIFICATIONS FOR ARBITRAGE REBATE CONSULTING SERVICES Joseph H. Vicari, Freeholder Director Gerry P. Little, Freeholder Deputy Director John C. Bartlett, Jr., Freeholder Virginia E. Haines, Freeholder John P. Kelly, Freeholder Michael J. Fiure, Assistant

More information

December 12, To Whom It May Concern: Enclosed please find our Request for Professional Services.

December 12, To Whom It May Concern: Enclosed please find our Request for Professional Services. December 12, 2018 To Whom It May Concern: Enclosed please find our Request for Professional Services. This service is to begin February 4, 2019 and continue through reorganization 2020. The Pine Hill Borough

More information

COUNTY OF COLE JEFFERSON CITY, MISSOURI

COUNTY OF COLE JEFFERSON CITY, MISSOURI COUNTY OF COLE JEFFERSON CITY, MISSOURI REQUEST FOR BID 2018-33: PROPANE PROVISION & SERVICES SUBMISSIONS SHALL BE ACCEPTED UNTIL THURSDAY, AUGUST 23 at 3:30 p.m. Central AND RECEIVED AT: COLE COUNTY COMMISSION

More information

BOROUGH OF HIGHLANDS COUNTY OF MONMOUTH STATE OF NEW JERSEY REQUESTS FOR PROPOSAL & QUALIFICATIONS BOROUGH AUDITOR

BOROUGH OF HIGHLANDS COUNTY OF MONMOUTH STATE OF NEW JERSEY REQUESTS FOR PROPOSAL & QUALIFICATIONS BOROUGH AUDITOR BOROUGH OF HIGHLANDS COUNTY OF MONMOUTH STATE OF NEW JERSEY REQUESTS FOR PROPOSAL & QUALIFICATIONS BOROUGH AUDITOR Sealed proposals will be received by the Clerk or the designee of the Borough of Highlands,

More information

CHEROKEE NATION BUSINESSES, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: CNE Ad Agency RFP NUMBER: DATED: TABLE OF CONTENTS

CHEROKEE NATION BUSINESSES, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: CNE Ad Agency RFP NUMBER: DATED: TABLE OF CONTENTS CHEROKEE NATION BUSINESSES, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: CNE Ad Agency RFP NUMBER: 16619 DATED: 11.15.17 TABLE OF CONTENTS I. SOLICITATION TO BID II. III. IV. INSTRUCTIONS TO BIDDER

More information

Gloucester City Public Schools 520 Cumberland Street Gloucester City, New Jersey 08030

Gloucester City Public Schools 520 Cumberland Street Gloucester City, New Jersey 08030 Gloucester City Public Schools 520 Cumberland Street Gloucester City, New Jersey 08030 REQUEST FOR PROPOSAL Request for Proposal Number: 041516I Professional Development for Teachers and Administrators

More information

PROJECT MANUAL Residential Solid Waste, Trash, Recycling and Yard Waste Collections

PROJECT MANUAL Residential Solid Waste, Trash, Recycling and Yard Waste Collections PROJECT MANUAL 2018-2020 Residential Solid Waste, Trash, Recycling and Yard Waste Collections. This Proposal to be Publicly Opened and Read: May 2, 2018 Dated: April 4, 2018 Page 1 of 12 Subject: City

More information

JEFFERSON PARISH SHERIFF S OFFICE INSTRUCTIONS TO BIDDERS AND GENERAL CONDITIONS PUBLIC WORKS/CONSTRUCTION PROJECTS

JEFFERSON PARISH SHERIFF S OFFICE INSTRUCTIONS TO BIDDERS AND GENERAL CONDITIONS PUBLIC WORKS/CONSTRUCTION PROJECTS JEFFERSON PARISH SHERIFF S OFFICE INSTRUCTIONS TO BIDDERS AND GENERAL CONDITIONS PUBLIC WORKS/CONSTRUCTION PROJECTS Sealed bids will be received in the Jefferson Parish Sheriff s Purchasing Department,

More information

JEFFERSON COUNTY DRAINAGE DISTRICT NO. 6 Karen J. Stewart, MBA, CTP Business Manager: Purchasing Agent

JEFFERSON COUNTY DRAINAGE DISTRICT NO. 6 Karen J. Stewart, MBA, CTP Business Manager: Purchasing Agent JEFFERSON COUNTY DRAINAGE DISTRICT NO. 6 Karen J. Stewart, MBA, CTP Business Manager: Purchasing Agent 6550 Walden Rd., Beaumont, Texas 77707 Phone: 409-842-1818 Fax: 409-842-2729 Legal Notice Advertisement

More information

City of Portsmouth Portsmouth, New Hampshire Department of Public Works. Plumbing and Heating Repair Services

City of Portsmouth Portsmouth, New Hampshire Department of Public Works. Plumbing and Heating Repair Services City of Portsmouth Portsmouth, New Hampshire Department of Public Works Plumbing and Heating Repair Services INVITATION TO BID Sealed bid proposals, plainly marked, (Plumbing and heating Repair Services

More information

Request for Proposal for Professional Services

Request for Proposal for Professional Services Request for Proposal for Professional Services Purpose: The following procedures are designed to provide for a fair and open process in awarding professional services based on qualifications, merit and

More information

REQUEST FOR PROPOSALS TRASH AND RECYCLABLES COLLECTION CITY OF JONESVILLE, MICHIGAN

REQUEST FOR PROPOSALS TRASH AND RECYCLABLES COLLECTION CITY OF JONESVILLE, MICHIGAN REQUEST FOR PROPOSALS TRASH AND RECYCLABLES COLLECTION CITY OF JONESVILLE, MICHIGAN 1. Introduction The City of Jonesville, Michigan (City) is soliciting proposals from qualified contractors for the provision

More information

BOROUGH OF ELMWOOD PARK REQUEST FOR QUALIFICATIONS AND PROPOSAL FOR MUNICIPAL BOND COUNSEL

BOROUGH OF ELMWOOD PARK REQUEST FOR QUALIFICATIONS AND PROPOSAL FOR MUNICIPAL BOND COUNSEL BOROUGH OF ELMWOOD PARK REQUEST FOR QUALIFICATIONS AND PROPOSAL FOR MUNICIPAL BOND COUNSEL Date Issued: November 14, 2016 Return Date & Time: Return To: December 6, 2016, 11:00 AM Keith Kazmark, RMC/CMC/MMC

More information

TOWN OF MANCHESTER-BY-THE-SEA, MASSACHUSETTS

TOWN OF MANCHESTER-BY-THE-SEA, MASSACHUSETTS TOWN OF MANCHESTER-BY-THE-SEA, MASSACHUSETTS INVITATION FOR BIDS CATCH BASIN CLEANING SERVICES March 29, 2018 Town Hall 10 Central Street Manchester-By-The-Sea, MA 01944 (P) 978-526-1242 (F) 978-526-2007

More information

CITY OF UNION CITY REQUEST FOR PROPOSALS FOR FERAL CAT SPAYING AND NEUTERING SERVICES FOR THE CITY OF UNION CITY

CITY OF UNION CITY REQUEST FOR PROPOSALS FOR FERAL CAT SPAYING AND NEUTERING SERVICES FOR THE CITY OF UNION CITY Introduction CITY OF UNION CITY REQUEST FOR PROPOSALS FOR FERAL CAT SPAYING AND NEUTERING SERVICES FOR THE CITY OF UNION CITY In accordance with the provisions of N.J.S.A. 40A:11-1, et. seq., and pursuant

More information

2013 PROFESSIONAL SERVICES WITHIN THE TOWNSHIP

2013 PROFESSIONAL SERVICES WITHIN THE TOWNSHIP Monmouth County New Jersey REQUEST FOR QUALIFICATIONS 2013 PROFESSIONAL SERVICES WITHIN THE TOWNSHIP Qualification Opening Date 12/12/12 Time 10:00 AM MILLSTONE TOWNSHIP COMMITTEE 2012 Nancy Grbelja Michael

More information

MANTUA TOWNSHIP MUA FEE ACCOUNTING SERVICES

MANTUA TOWNSHIP MUA FEE ACCOUNTING SERVICES REQUEST FOR SEALED QUALIFICATIONS FOR PROFESSIONAL SERVICES UNDER A FAIR AND OPEN PROCESS MANTUA TOWNSHIP MUA FEE ACCOUNTING SERVICES Contract Term February 1, 2017 through January 31, 2018 SUBMISSION

More information

PLAINFIELD BOARD OF EDUCATION 1200 Myrtle Avenue Plainfield, New Jersey 07063

PLAINFIELD BOARD OF EDUCATION 1200 Myrtle Avenue Plainfield, New Jersey 07063 PLAINFIELD BOARD OF EDUCATION 1200 Myrtle Avenue Plainfield, New Jersey 07063 REQUEST FOR PROPOSAL (RFP) LEGAL SERVICES WORKER COMPENSATION Submission Date: Tuesday, December 9, 2014 9:00 a.m. PLAINFIELD

More information

REQUEST FOR PROPOSALS FOR MUNICIPAL SOLID WASTE, RECYCLING AND LANDSCAPE WASTE COLLECTION SERVICES

REQUEST FOR PROPOSALS FOR MUNICIPAL SOLID WASTE, RECYCLING AND LANDSCAPE WASTE COLLECTION SERVICES REQUEST FOR PROPOSALS FOR MUNICIPAL SOLID WASTE, RECYCLING AND LANDSCAPE WASTE COLLECTION SERVICES THE CITY OF BLUE ISLAND ISSUED: APRIL 7, 2017 PROPOSALS DUE: FRIDAY, APRIL 28, 2017 AT 12:00 P.M. TABLE

More information

REQUEST FOR BIDS. For RESIDENTIAL SOLID WASTE COLLECTION

REQUEST FOR BIDS. For RESIDENTIAL SOLID WASTE COLLECTION REQUEST FOR BIDS For RESIDENTIAL SOLID WASTE COLLECTION Bids are currently being solicited by the Talladega County Commission for curbside collection of municipal residential solid waste in the unincorporated

More information

Bids are due by 10:30 a.m. local time, Friday March 31, Sealed bids may be mailed or brought in person to:

Bids are due by 10:30 a.m. local time, Friday March 31, Sealed bids may be mailed or brought in person to: The City of Farmington is accepting bids for EXCAVATION AND HAULING and your company is invited to submit a proposal. Bids are due by 10:30 a.m. local time, Friday March 31, 2017. Sealed bids may be mailed

More information

BOROUGH OF HADDONFIELD CAMDEN COUNTY NEW JERSEY GENERAL BANKING SERVICE

BOROUGH OF HADDONFIELD CAMDEN COUNTY NEW JERSEY GENERAL BANKING SERVICE BOROUGH OF HADDONFIELD CAMDEN COUNTY NEW JERSEY GENERAL BANKING SERVICE Project Name: General Banking Services Date Packet Available: June 30, 2017 Bid Due By: July 21, 2017 by 3:00 P.M. Bid Submitted

More information

Lower Township Municipal Utilities Authority. ( Authority or LTMUA )

Lower Township Municipal Utilities Authority. ( Authority or LTMUA ) Lower Township Municipal Utilities Authority ( Authority or LTMUA ) Request for Sealed Qualifications for Professional Services under a Fair and Open Process For Auditing Services 2019 February 1, 2019

More information

ADVERTISEMENT FOR BIDS City of Northport, Alabama. Bid File Number LAWN MAINTENANCE SERVICE

ADVERTISEMENT FOR BIDS City of Northport, Alabama. Bid File Number LAWN MAINTENANCE SERVICE ADVERTISEMENT FOR BIDS City of Northport, Alabama Bid File Number 17-03 LAWN MAINTENANCE SERVICE Separate sealed BIDS for Lawn Maintenance/Cutting Service will be received by THE CITY OF NORTHPORT in the

More information

Ocean County Board of Health Request for Qualifications Nurse Practitioner Services for Clinics RFQ# Q110918E

Ocean County Board of Health Request for Qualifications Nurse Practitioner Services for Clinics RFQ# Q110918E Ocean County Board of Health Request for Qualifications Nurse Practitioner Services for Clinics RFQ# Q110918E RFQ Due Date: 4:30 pm on December 5, 2018 In accordance with N.J.S.A. 19:44a-20.4 et seq.,

More information

TOWN OF TAOS PURCHASING OFFICE 400 CAMINO DE LA PLACITA TAOS, NEW MEXICO 87571

TOWN OF TAOS PURCHASING OFFICE 400 CAMINO DE LA PLACITA TAOS, NEW MEXICO 87571 TOWN OF TAOS PURCHASING OFFICE 400 CAMINO DE LA PLACITA TAOS, NEW MEXICO 87571 SEPTEMBER 23, 2014 ADDENDUM #1 TO BID NO: SB05-PO1415 KIT CARSON PARK WELL PUMP REPLACEMENT The following items have been

More information

Alabama State Port Authority

Alabama State Port Authority Alabama State Port Authority Requisition and Proposal Project Name Annual Litter Removal Event Project# 10378 Task # 1 1 P age To: Prospective Bidders Date: January 12, 2017 Please procure the following

More information

Lower Township Municipal Utilities Authority. ( Authority or LTMUA )

Lower Township Municipal Utilities Authority. ( Authority or LTMUA ) Lower Township Municipal Utilities Authority ( Authority or LTMUA ) Request for Sealed Qualifications for Professional Services under a Fair and Open Process For Bond Counsel 2019 February 1, 2019 to January

More information

BOARD OF EDUCATION DEPEW UNION FREE SCHOOL DISTRICT COUNTY OF ERIE STATE OF NEW YORK LEGAL NOTICE REQUEST FOR BID PROPOSALS

BOARD OF EDUCATION DEPEW UNION FREE SCHOOL DISTRICT COUNTY OF ERIE STATE OF NEW YORK LEGAL NOTICE REQUEST FOR BID PROPOSALS BOARD OF EDUCATION 1 COUNTY OF ERIE STATE OF NEW YORK LEGAL NOTICE REQUEST FOR BID PROPOSALS The Board of Education of the Depew Union Free School District hereby invites the submission of sealed bids

More information

BOROUGH OF HADDONFIELD CAMDEN COUNTY NEW JERSEY TEMPORARY LABOR SERVICES BID PACKET

BOROUGH OF HADDONFIELD CAMDEN COUNTY NEW JERSEY TEMPORARY LABOR SERVICES BID PACKET CAMDEN COUNTY NEW JERSEY TEMPORARY LABOR SERVICES BID PACKET Project Name: TEMPORARY LABOR SERVICES Date Packet Available: JANUARY 20, 2017 Bid Due By: FEBRUARY 9, 2017 AT 10:00 AM Bid Submitted By: NOTICE

More information

TOWN OF PEMBROKE PARK REQUEST FOR QUALIFICATIONS. To Provide Solid Waste Franchise Financial Auditor Services for the Town of Pembroke Park

TOWN OF PEMBROKE PARK REQUEST FOR QUALIFICATIONS. To Provide Solid Waste Franchise Financial Auditor Services for the Town of Pembroke Park TOWN OF PEMBROKE PARK REQUEST FOR QUALIFICATIONS To Provide Solid Waste Franchise Financial Auditor Services for the Town of Pembroke Park Issued By: Town Manager 3150 Southwest 52 nd Avenue Pembroke Park,

More information

INSTRUCTIONS TO BIDDERS ARTICLE IB

INSTRUCTIONS TO BIDDERS ARTICLE IB INSTRUCTIONS TO BIDDERS WPU05 ARTICLE IB IB 1 Bid Proposals IB 1.1 Sealed proposals for the work described herein must be received and timestamped at the University prior to the closing date and time for

More information

City of Albany, New York

City of Albany, New York City of Albany, New York REQUEST FOR PROPOSALS FOR THE PROVISION OF BOND COUNSEL SERVICES Proposal Number 2012-03 March 19, 2012 SECTION 1: PURPOSE 1.1 The City of Albany hereby requests proposals from

More information

NOTICE TO BIDDERS CUSTODIAL SUPPLIES

NOTICE TO BIDDERS CUSTODIAL SUPPLIES Purchasing Department Jennifer Pajerski, Purchasing Agent Old Jail 183 Main Street Cooperstown, New York 13326-1129 Phone: (607) 547-4389 Fax: (607) 547-6496 email:pajerskij@otsegocounty.com NOTICE TO

More information

CITY OF COVINGTON REQUEST FOR PROPOSAL HURRICANE ISAAC VEGETATIVE DEBRIS REDUCTION & TRANSPORTATION

CITY OF COVINGTON REQUEST FOR PROPOSAL HURRICANE ISAAC VEGETATIVE DEBRIS REDUCTION & TRANSPORTATION CITY OF COVINGTON REQUEST FOR PROPOSAL HURRICANE ISAAC VEGETATIVE DEBRIS REDUCTION & TRANSPORTATION OVERVIEW The City of Covington is soliciting proposals for the reduction of Hurricane Isaac vegetative

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS 11/21/2011 HENNEPIN COUNTY PURCHASING INSTRUCTIONS TO BIDDERS TABLE OF CONTENTS 1. DEFINITIONS...1 2. BIDDER'S PREBID DOCUMENT REVIEW...2 2.1. Availability of Documents 2 2.2. Interpretation or Correction

More information

Requests For Proposals

Requests For Proposals Requests For Proposals NOTICE IS HERE BY GIVEN that proposals will be received by the Board of Commissioners of the City of Union City, County of Hudson, State of New Jersey on June 23, 2015 at 11:00 A.M.

More information

I. INTRODUCTION I. GENERAL INFORMATION

I. INTRODUCTION I. GENERAL INFORMATION FRANKLIN COUNTY SOLID WASTE MANAGEMENT DEPARTMENT LOUISBURG, NORTH CAROLINA REQUEST FOR PROPOSAL MANAGEMENT/SUPERVISION OF THE FRANKLIN COUNTY SOLID WASTE CONVENIENCE CENTERS I. INTRODUCTION The Franklin

More information

Bid Document Submission Checklist Township of Long Beach Air Conditioning, Heating & Refrigeration Service, Maintenance & Repair

Bid Document Submission Checklist Township of Long Beach Air Conditioning, Heating & Refrigeration Service, Maintenance & Repair Bid Document Submission Checklist Township of Long Beach Air Conditioning, Heating & Refrigeration Service, Maintenance & Repair Required with Submission of Bid: Owner's Checkmarks: Authorized Business

More information

TOWNSHIP OF NUTLEY ESSEX COUNTY NEW JERSEY

TOWNSHIP OF NUTLEY ESSEX COUNTY NEW JERSEY TOWNSHIP OF NUTLEY ESSEX COUNTY NEW JERSEY SPECIFICATIONS AND PROPOSAL FOR ELECTRICAL SERVICES NOTICE TO BIDDERS NOTICE IS HEREBY GIVEN that sealed bids will be received by the Municipal Clerk for the

More information

BID SPECIFICATIONS FURNISH AND DELIVER TYPE K SOFT CTS COPPER (ASTM B88) WITH 200 PSI MAXIMUM WORKING PRESSURE TUBING FOR A PERIOD OF ONE YEAR FOR THE

BID SPECIFICATIONS FURNISH AND DELIVER TYPE K SOFT CTS COPPER (ASTM B88) WITH 200 PSI MAXIMUM WORKING PRESSURE TUBING FOR A PERIOD OF ONE YEAR FOR THE City of Trenton 319 East State Street, Trenton, New Jersey BID SPECIFICATIONS TO FURNISH AND DELIVER TYPE K SOFT CTS COPPER (ASTM B88) WITH 200 PSI MAXIMUM WORKING PRESSURE TUBING FOR A PERIOD OF ONE YEAR

More information

HOUSING AUTHORITY OF THE TOWN OF MORRISTOWN REQUEST FOR PROPOSALS ORDINARY LEGAL SERVICES

HOUSING AUTHORITY OF THE TOWN OF MORRISTOWN REQUEST FOR PROPOSALS ORDINARY LEGAL SERVICES HOUSING AUTHORITY OF THE TOWN OF MORRISTOWN REQUEST FOR PROPOSALS ORDINARY LEGAL SERVICES Under a Fair and Open Process in Accordance with N.J.S.A. 19:44A-20.4 et seq. PROPOSALS MUST BE SUBMITTED BY 11:00

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS 1. Bid Documents 1.1. Complete sets of Bid Documents shall be used in preparing Bids. Neither the Owner nor the Engineer assumes any responsibility for errors or misinterpretations

More information

BAYONNE BOARD OF EDUCATION. Insurance Brokerage Services: Property and Casualty and Workmen s Compensation

BAYONNE BOARD OF EDUCATION. Insurance Brokerage Services: Property and Casualty and Workmen s Compensation BAYONNE BOARD OF EDUCATION REQUEST FOR PROPOSAL FOR: Insurance Brokerage Services: Property and Casualty and Workmen s Compensation RFP No. 2018-12-4-Y Tuesday, December 4, 2018 1:00 p.m. Tom Fogu Acting

More information

NOTICE TO BIDDERS. Four (4) 2018 Harley Davidson Road King Police Model Motorcycles (FLHP) in solid luxury blue or equal

NOTICE TO BIDDERS. Four (4) 2018 Harley Davidson Road King Police Model Motorcycles (FLHP) in solid luxury blue or equal NOTICE TO BIDDERS NOTICE IS HERE BY GIVEN, that sealed Bids will be received by the Board of Commissioners of the City of Union City, County of Hudson, State of New Jersey on June 20, 2017 at 10:30 a.m.

More information

THE VILLAGE OF NORTH PERRY, OHIO BID DOCUMENTS FOR CURBSIDE GARBAGE AND RUBBISH PICKUP SERVICES AND / OR ALTERNATE FOR CURBSIDE RECYCLING

THE VILLAGE OF NORTH PERRY, OHIO BID DOCUMENTS FOR CURBSIDE GARBAGE AND RUBBISH PICKUP SERVICES AND / OR ALTERNATE FOR CURBSIDE RECYCLING THE VILLAGE OF NORTH PERRY, OHIO BID DOCUMENTS FOR CURBSIDE GARBAGE AND RUBBISH PICKUP SERVICES AND / OR ALTERNATE FOR CURBSIDE RECYCLING ED KLCO MAYOR LYNN C. KARY FISCAL OFFICER BID OPENING DATE: OCTOBER

More information

TOWNSHIP OF NUTLEY ESSEX COUNTY NEW JERSEY

TOWNSHIP OF NUTLEY ESSEX COUNTY NEW JERSEY TOWNSHIP OF NUTLEY ESSEX COUNTY NEW JERSEY DEPARTMENT OF PUBLIC WORKS DR. JOSEPH P. SCARPELLI DIRECTOR SPECIFICATIONS AND PROPOSALS FOR 2016 Purchase of Asphalt Material TABLE OF CONTENTS SECTION PAGE

More information

INVITATION TO BID COLLECTION AND DISPOSAL OF SOLID WASTE AND BULK TRASH FOR THE TOWN OF THURMONT, MARYLAND CONTRACT NO. T-16-1

INVITATION TO BID COLLECTION AND DISPOSAL OF SOLID WASTE AND BULK TRASH FOR THE TOWN OF THURMONT, MARYLAND CONTRACT NO. T-16-1 INVITATION TO BID COLLECTION AND DISPOSAL OF SOLID WASTE AND BULK TRASH FOR THE TOWN OF THURMONT, MARYLAND CONTRACT NO. T-16-1 Sealed proposals will be received by the Commissioners of Thurmont, 615 East

More information

REQUEST FOR QUALIFICATIONS TOWNSHIP AUDITOR

REQUEST FOR QUALIFICATIONS TOWNSHIP AUDITOR REQUEST FOR QUALIFICATIONS TOWNSHIP AUDITOR TOWNSHIP OF MANTUA SUBMISSION DEADLINE AT WHICH TIME PROPOSALS WILL BE OPENED IS December 9, 2016 10:00 A.M. ADDRESS ALL PROPOSALS TO: Township of Mantua Attn:

More information

Contract Description; Qualifications; Proposal. The Planning Board Planner shall:

Contract Description; Qualifications; Proposal. The Planning Board Planner shall: GENERAL INFORMATION AND SPECIFICATIONS FOR PROSPECTIVE CONTRACTORS SUBMITTING QUALIFICATIONS AND PROPOSALS FOR 2019 CONTRACT FOR POSITION OF PROFESSIONAL PLANNER FOR THE CITY OF NORTH WILDWOOD PLANNING

More information

REQUEST FOR PROPOSALS SOLID WASTE & RECYCLING COLLECTION SERVICES FOR RESIDENTIAL & COMMERCIAL CUSTOMERS

REQUEST FOR PROPOSALS SOLID WASTE & RECYCLING COLLECTION SERVICES FOR RESIDENTIAL & COMMERCIAL CUSTOMERS REQUEST FOR PROPOSALS SOLID WASTE & RECYCLING COLLECTION SERVICES FOR RESIDENTIAL & COMMERCIAL CUSTOMERS Tuesday, October 10, 2017 City of Oxford, North Carolina 300 Williamsboro Street xford NC 27565

More information

SECTION NOTICE TO BIDDERS

SECTION NOTICE TO BIDDERS SECTION 00 0030 NOTICE TO BIDDERS MAQUOKETA COMMUNITY SCHOOL AG LEARNING CENTER MAQUOKETA, IA NOTICE IS HEREBY GIVEN: Sealed bids for a Lump Sum Bid under a Single Construction Contract for the Maquoketa

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS Jefferson County School District No. R-1, State of Colorado, hereinafter called the "Owner", has advertised for bids to be submitted for the construction work specified in the advertisement.

More information

FRANKLIN BOROUGH REQUEST FOR PROPOSALS FOR BOROUGH ENGINEER

FRANKLIN BOROUGH REQUEST FOR PROPOSALS FOR BOROUGH ENGINEER A. INTRODUCTION FRANKLIN BOROUGH REQUEST FOR PROPOSALS FOR BOROUGH ENGINEER The Franklin Borough is seeking proposals from licensed Professional Engineers for the position of Borough Engineer for calendar

More information

Proposal for Garbage and Recycling Collection

Proposal for Garbage and Recycling Collection NOTICE TO BID NOTICE IS HEREBY GIVEN THAT sealed bids will be received by the Board of Education of the Township of Marlboro, in the County of Monmouth, until 10:00 A.M. prevailing time on Tuesday, July

More information

SPECIFICATION PACKAGE. for PURCHASE OF SULFURIC ACID WITH TELEMETRY PROGRAM

SPECIFICATION PACKAGE. for PURCHASE OF SULFURIC ACID WITH TELEMETRY PROGRAM Working Together for a Better Tomorrow. Today. SPECIFICATION PACKAGE for PURCHASE OF SULFURIC ACID WITH TELEMETRY PROGRAM Bid Opening Date/Time Tuesday, September 1, 2015 @ 2:15 p.m. local time City of

More information

TRAVERSE CITY HOUSING COMMISSION REQUEST FOR PROPOSALS FOR ARCHITECTURAL/ENGINEERING SERVICES

TRAVERSE CITY HOUSING COMMISSION REQUEST FOR PROPOSALS FOR ARCHITECTURAL/ENGINEERING SERVICES TRAVERSE CITY HOUSING COMMISSION REQUEST FOR PROPOSALS FOR ARCHITECTURAL/ENGINEERING SERVICES PROPOSALS MUST BE SUBMITTED BY 4:00 PM DECEMBER 29, 2016 TO: MR. TONY LENTYCH EXECUTIVE DIRECTOR TRAVERSE CITY

More information

Request for Proposal. For: Solid Waste & Recycling Collection Services

Request for Proposal. For: Solid Waste & Recycling Collection Services WEST BOUNTIFUL CITY Request for Proposal For: Solid Waste & Recycling Collection Services Summary West Bountiful City invites proposals from solid waste collection firms to provide residential curbside

More information

BOROUGH OF HIGHTSTOWN REQUEST FOR PROPOSAL GRANT WRITING & CONSULTING SERVICES

BOROUGH OF HIGHTSTOWN REQUEST FOR PROPOSAL GRANT WRITING & CONSULTING SERVICES BOROUGH OF HIGHTSTOWN REQUEST FOR PROPOSAL GRANT WRITING & CONSULTING SERVICES Date Issued: November 13, 2017 Return Date & Time: Return To: December 14, 2017 no later than 11am Debra Sopronyi, Borough

More information

SOLID WASTE COLLECTIONS EQUIPMENT FOR MACON COUNTY S CONVENIENCE CENTERS

SOLID WASTE COLLECTIONS EQUIPMENT FOR MACON COUNTY S CONVENIENCE CENTERS REQUEST FOR BIDS BID REQUEST NO. 604712 02 SOLID WASTE COLLECTIONS EQUIPMENT FOR MACON COUNTY S CONVENIENCE CENTERS ISSUE DATE: FEBRUARY 1, 2019 BID OPENING DATE: FEBRUARY 11, 2019 3:00 PM LOCAL TIME ISSUED

More information

THE CITY OF FOREST PARK PLANNING, BUILDING AND ZONING DEPARTMENT JONATHAN JONES, DIRECTOR 785 Forest Parkway Forest Park, GA 30297

THE CITY OF FOREST PARK PLANNING, BUILDING AND ZONING DEPARTMENT JONATHAN JONES, DIRECTOR 785 Forest Parkway Forest Park, GA 30297 OWNER : THE CITY OF FOREST PARK PLANNING, BUILDING AND ZONING DEPARTMENT JONATHAN JONES, DIRECTOR 785 Forest Parkway Forest Park, GA 30297 Phone: 404.608.2300 Mandatory Pre-Bid Conference: Date: July 28,

More information

TOWN OF HOPKINTON WINTER SAND. Town of Hopkinton Department of Public Works 395 Woodville Road Hopkinton, Rhode Island 02833

TOWN OF HOPKINTON WINTER SAND. Town of Hopkinton Department of Public Works 395 Woodville Road Hopkinton, Rhode Island 02833 TOWN OF HOPKINTON WINTER SAND Town of Hopkinton Department of Public Works 395 Woodville Road Hopkinton, Rhode Island 02833 BID INFORMATION, REQUIREMENTS AND SPECIFICATIONS WINTER SAND BID INFORMATION

More information

The Housing Authority of the Township of Middletown

The Housing Authority of the Township of Middletown The Housing Authority of the Township of Middletown 2 Oakdale Drive, Middletown, NJ 07748 Telephone: (732) 671-2990 Fax: (732) 671-4828 Susan Thomas, Executive Director Request for Proposals Special RAD

More information

REQUEST FOR PROPOSAL FOR VOTING MACHINE TRANSPORTATION SERVICES

REQUEST FOR PROPOSAL FOR VOTING MACHINE TRANSPORTATION SERVICES Gerry P. Little, Freeholder Director John C. Bartlett, Jr., Freeholder Deputy Director Virginia E. Haines, Freeholder John P. Kelly, Freeholder Joseph H. Vicari, Freeholder Michael J. Fiure, Director,

More information

OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES

OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES RFP 2017-17 Due September 27, 2017 Room 123 304 NW 2 nd Street Okeechobee, FL 34972 1 INSTRUCTIONS TO BIDDERS In order to be considered responsive,

More information